Loading...
HomeMy WebLinkAboutContract 55082e REC�I�'ED DEC 2 %"02Q CItYOFFORT WORTH CITY SECRETARY t i 44pJd?4p a4p 044ppQdd@d4 dndQpd Op 3RYA3\1 E. SHERRIE3. p4pdspCoa499DBsaB4d0 n u �Os Q'VA, i_4� ROJECT ENG11:'EER AUGUST 14, 2020 D :;TE FoR_ T� WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF wSECRETARY55ega 2018 CIP YEAR 2 —CONTRACT 18 UNIT 1: WATER IMPROVEMENTS UNIT 2: SANITARY SEWER IMPROVEMENTS UNIT 3: PAVING IMPROVEMENTS UNIT 4: STORM WATER CITY PROJECT NO. 101477 JAMES AVENUE (FROM BIDDISON ST. TO W. BUTLER ST.) JAMES AVENUE (FROM W. DICKSON ST. TO W. BOLT ST.) HEMPHILL STREET (FROM W. BOYCE AVE. TO W. FELIX ST.) WILLING AVENUE (FROM W. BIDDISON ST. TO W. DICKSON ST.) WEST WAGGOMAN STREET (FROM HEMPHILL ST, TO COLLEGE AVE.) LIVINGSTON AVENUE FROM BIDDISON ST, TO W. DICKSON ST.) Betsy Price Mayor Chris Harder Water Director William Johnson David Cooke City Manager Director, Transportation and Public Works Department Prepared for The City of Fort Worth Water Department and TPW rrxlrrxfj DUNAwA y Dunaway Associates L. P. 550 Bailey Avenue, Suite 400 Fort Worth, TX 76107 TX Reg. F-1114 tORTWORTH., City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 9 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions Last Revised 0005 10 Mayor and Council Communication 07/01/2011 0005 15 Addenda 07/01/2011 0011 13 Invitation to Bidders 03/09/2020 0021 13 Instructions to Bidders 03/09/2020 nnEHgiBeff07 t�i204-8 0032 15 Construction Project Schedule 07/20/2018 0035 13 Conflict of Interest Statement 02/24/2020 0041 00 Bid Form 03/09/2020 00 42 43 Proposal Form Unit Price 01 /20/2012 0043 13 Bid Bond 09/11/2017 00 43 37 Vendor Compliance to State Law Nonresident Bidder 06/27/2011 0045 11 Bidders Prequalifications 07/01/2011 0045 12 Prequalification Statement 07/01/2011 0045 13 Bidder Pre ualification Application 03/09/2020 00 45 26 Contractor Compliance with Workers' Compensation Law 07/01/2011 00 45 40 Minority Business Enterprise Goal 06/09/2015 nnBtisiness46tn � 00 52 43 Agreement 09/06/2019 0061 13 Performance Bond 07/01/2011 0061 14 Payment Bond 07/01/2011 0061 19 Maintenance Bond 07/01/2011 00 61 25 Certificate of Insurance 07/01/2011 00 72 00 General Conditions 03/09/2020 007300 Supplementary Conditions 03/09/2020 Division 01 - General Requirements Last Revised 01 11 00 Summary of Work 12/20/2012 01 2500 Substitution Procedures 07/01/2011 01 31 19 Preconstruction Meeting 08/17/2012 01 31 20 Project Meetings 07/01/2011 01 3233 Preconstruction Video 07/01/2011 01 33 00 Submittals 12/20/2012 01 35 13 Spec a] Project Procedures 12/20/2012 01 4523 Testing and Inspection Services 03/09/2020 01 5000 Temporary Facilities and Controls 07/01/2011 01 5526 Street Use Permit and Modifications to Traffic Control 07/01/2011 01 57 13 Storm Water Pollution Prevention Plan 07/01/2011 01 58 13 Temporary Project Si na a 07/01/2011 01 60 00 Product Requirements 03/09/2020 01 6600 Product Storage and Handling Requirements 07/01/2011 01 7000 Mobilization and Remobilization 11/22/2016 01 71 23 Construction Staking and Survey 02/14/2018 CITY OF FORT WORTH Paving, I7'ater & Sanitary Seiver Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised March 9, 2020 City Project No. 101477 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 9 01 7423 Cleaning 07/01/2011 01 7719 Closeout Requirements 07/01/2011 01 7823 Operation and Maintenance Data 12/20/2012 01 78 39 Project Record Documents 07/01/201.1 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Date Division 02 - Existing Conditions Modified 0241 1-3 Qeleetiye Site Demolition 0241 0 Al lc o:- 1 1 z� Paving Refnev*l Division 03 - Concrete Division 26 - Electrical Division 31 - Earthwork Division SL - Exterior lm rovements �ry �s 3201 4 CITY OF FORT WORTH Paving, A`ater & Sanitary Seiver Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised March 9, 2020 City Project No. 101477 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 9 am Ime • • • I I. Division 33 - Utilities •IMAM A ! : Vie,: r.l:,.,.,. •.:1i%1��. �.`v..n�ws-a��r� 1� 1 ■ 1� Ii 1 i 1 •i 1 1 1 1 ■. 1 1 � i 1 1 1 • PRO. 1 i i ■ 1 li 1 1 1 1 ■ � ur � ■ T - rw:u r:��r:w••r 1 S 1 ■ . ■ 00 ■ 1 1 • r�a.I w,•:l l��ii•,w�J �Tf w..�i••[.� ��.J::•:••:rr•w•:a•��.r��:r.'av�1.n]�a:••:.••�n�.:l . 1 CITY OF FORT WORTH Paving, Water & Sanitary Seiver Replacement far STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised March 9, 2020 City Project No. 101477 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 9 1 rTransnortation . �� • ROME I / I ., .. ., �r �'- ^-�n�narlatia:r 1,1=lliS955.5S5�.1 .1 �� I Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's website at: 34 7113 SPECIAL PROVISION TO STANDARD SPECIFICATION - TRAFFIC CONTROL httil://fortworthtexil&g2v/tpw/contractors/ CITY OF FORT WORTH Paving, Water & Sanitary Seaver Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised March 9, 2020 City Project No. 107477 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of 9 or httes://apps.fortworthtexas.gov/ProicetResources/ Divician 02 - F.xistinn C"nnditinns Last Revised 0241 13 Selective Site Demolition 12/20/2012 0241 14 Utility Removal/Abandonment 12/20/2012 0241 15 Paving Removal 02/02/2016 nivicinn 0-1 - C'nncrete 03 30 00 Cast -In -Place Concrete 12/20/2012 03-344-3- --2/�9/ 01-2 0334 16 Concrete Base Material for Trench Repair 12/20/2012 03 8000 Modifications to Existing Concrete Structures 12/20/2012 Division 26 - Electrical Division 31 - Rarthwork 31 1000 Site Clearing 12/20/2012 3123 16 Unclassified Excavation 01/28/2013 31 2323 Borrow 01/28/2013 31 2400 Embankments 01/28/2013 31 2500 Erosion and Sediment Control 12/20/2012 3—36-vv Gabie" 72Mr� 20QQiz 21 4I20/2912 flivicinn 37 _ F.Ytorinr imnrnvo.mPntc 3201 17 Permanent Asphalt Paving Repair 12/20/2012 3201 18 Temporary Asphalt Paving Repair 12/20/2012 32 01 29 Concrete Pavin Repair 12/20/2012 32 11 23 Flexible Base Courses 12/20/2012 3211 29 Lime Treated Base Courses 12/20/2012 3211 33 Cement Treated Base Courses 12/20/2012 no t 32 1216 Asphalt Paving 12/20/2012 3242-73 Asphalt Paving Gr-aek Sealants 20/2012 12/20/2012 32 13 13 Concrete Paving 12/20/2012 32 1320 Concrete Sidewalks, Drivewa s and Barrier Free Rams 06/05/2018 32 13 73 Concrete Paving Joint Sealants 12/20/2012 32 16 13 Concrete Curb and Gutters and Valley Gutters 10/05/2016 32 1723 Pavement Markings 11/22/2013 32 1725 Curb Address Painting 11/04/20I3 3231 13 Chain Fences and Gates 12/20/2012 3231 26 Wire Fences and Gates 12/20/2012 CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised March 9, 2020 City Project No. 101477 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 9 3231 29 Wood Fences and Gates 12/20/2012 3232 13 Cast -in -Place Concrete Retaining Walls 06105/2018 3291 19 Topsoil Placement and Finishing of Parkways 12/20/2012 32 92 13 Hydro -Mulching, Seeding, and Sodding 12/20/2012 32 99 4-3 T+eeand Slinks 12; 2W2012 Division 33 - Utilities 33 01 30 Sewer and Manhole Testing 12/20/2012 33 01 31 Closed Circuit Television (CCTV) Inspection 03/03/2016 33 03 10 Bypass Pumping of Existing Sewer Systems 12/20/2012 33 04 12r2 33W 33 04 12 Magnesium Anode Cathodic Protection System 12/20/2012 33 04 30 Temporary Water Services 07/01/2011 33 04 40 Cleaning and Acceptance Testing of Water Mains 02/06/2013 33 04 50 Cleaning of Sewer Mains 12/20/2012 3305 10 Utility Trench Excavation, Embedment, and Backfill 12/12/2016 3305 12 Water Line Lowering 12/20/2012 33 05 13 Frame, Cover and Grade Rings — Cast Iron 01/22/2016 33 05 13.10 Frame, Cover and Grade Rings — Composite 01/22/2016 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 12/20/2012 33 05 16 Concrete Water Vaults 12/20/2012 33 05 17 Concrete Collars 12/20/2012 9 05 20 A „ge« B ..ff 121 0�2012 3305 Steel /'lasing 124pe 1'1 /'1� l lcvrzvTz �5Z7 33 05 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 06/19/2013 33 05 26 Utility Markers/Locators 12/20/2012 33 05 30 Location of Existing Utilities 12/20/2012 33 11 05 Bolts, Nuts, and Gaskets 12/20/2012 33 11 10 Ductile Iron Pipe 12/20/2012 33 11 11 Ductile Iron Fittings 12/20/2012 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 11/16/2018 33 11 13 Concrete Pressure Pipe, Bar -Wrapped, Steel Cylinder Type 12/20/2012 33 11 14 Buried Steel Pipe and Fittings 12/20/2012 33 1210 Water Services 1-inch to 2-inch 02/14/2017 33 12 11 Large Water Meters 12/20/2012 33 1220 Resilient Seated Gate Valve 12/20/2012 33 12 2 77-TILT A';xllxl n D..L.1-er C'�,., ted Rmue-4y vat 0 r rr � = l�uvvv�-IJvuwu 17/7 2 33 1225 Connection to Existing Water Mains 02/06/2013 33 1230 Combination Air Valve Assemblies for Potable Water Systems 12/20/2012 33 1240 Fire Hydrants 01 /03 /2014 33 1250 Water Sample Stations 12/20/2012 33 1260 Standard Blow -off Valve Assembly 06/19/2013 3331 12 Cured in Place Pipe (CIPP) 12/20/2012 e_g_ ..0 v....v,vvu Pipe for G CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Marcia 9, 2020 Paving, Water & Sanitary Sewer Replacement for 2018 CIP Year 2, Contract 18 City Project No. 101477 00 00 00 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 9 3331 15 High Density Polyethylene (HDPE) Pipe for Sanitary Sewer 12/20/2012 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 06/19/2013 �z -z 33 31 23 Sanitary Sewer Pipe Enlargement 12/20/2012 33 31 50 Sanitary Sewer Service Connections and Service Line 04/26/2013 33 3i 79 i'etnbine ien A iF V lVe fOF San;", cwor Faffee Mains QQ0Q0i2 33 39 10 Cast-in-PIace Concrete Manholes 12120/2012 33 39 20 Precast Concrete Manholes 12/20/2012 33 39 30 Fiberglass Manholes 12/20/2012 32�0 stewateF Aeeess r'hamber-(ixr G) 12P7 2 33 39 60 Epoxy Liners for Sanitary Sewer Structures 12/20/2012 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 07/01/2011 4X 41 4 12,QW2012 Z2� Deinf ....eel Pelyethle a (SR4W) 17:..e H43/201C 33 46 00 Subdrainage 12/20/2012 33 460Fr ,.d &—Af ffl llf n'7rnmT01i204 33 46 02 Trench Drains 07/01/2011 3349 10 Cast -in -Place Manholes and Junction Boxes 12/20/2012 33 49 20 Curb and Drop Inlets 12/20/2012 33 49 40 Storm Drainage Headwalls and Wingwalls 07/01/2011 Division 34 - Transnortation 3441 10 Traffic Signals 10/12/2015 34 41 1004 .� A f aeli,V. e�tA GentrB�erCabin 2"iLCC1GllIIIGIL vrr 1 `1l1 94 A�-'r 1 1 0.03 0142012 3441 11 Temporary Traffic Signals 11/22/2013 94 41 13 �� Removing �r,.,ffie Signals 42/20/2012 -:z�rcnrv�c� 34 4i is 11!'7 3 � A7„ 4 1Z1,vLPedes4rian Hybrid Signal 1 Y 22A2013 34 41 20 Roadway Illumination Assemblies 12120/2012 34 41 20.01 06/ 1vrn 15/20 45 34 4120.02 0645 34 41 20.03 Residential LED Roadway Luminaires 06/15/2015 34 41 30 Aluminum Signs 11/12/2013 3441 50 Single -Mode Fiber Optic Cable 02/26/2016 3471 13 Traffic Control 11/22/2013 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 Paving, Water & Sanitary Server Replacement for 2018 CIP Year 2, Contract 18 City Project No. 101477 City ®f Fort Worthy texas DATE: Tuesday, November 10, 2020 REFERENCE NO.: **M&C 20-0832 LOG NAME: 602018CIPY2C18-MCCLENDON SUBJECT: (CD 9) Authorize Execution of a Contract with McClendon Construction Company, Inc., in the Amount of $7,990,146.00 for Combined Street Paving Improvements, Storm Drain and Water and Sanitary Sewer Main Replacements for 2018 Bond Year Two Street Reconstruction Contract 17 and 18 Project, Adopt Appropriation Ordinances and Update the FY 2021-2025 Capital Improvement Program RECOMMENDATION: It is recommended that the City Council: 1. Authorize execution of a contract with McClendon Construction Company, Inc., in the amount of $7,990,146.00 for combined street paving improvements, storm drain and water and sanitary sewer main replacements for the 2018 Bond Year Two Street Reconstruction Contract 17 and 18 project; 2. Adopt the attached Appropriation Ordinance increasing receipts and appropriations in the Water and Sewer Capital Projects Fund in the amount of $4,117,781.00, transferred from available funds within the Water and Sewer Fund, for the purpose of funding the 2018 Bond Street Reconstruction Contract 18 project; 3. Adopt the attached Appropriation Ordinance adjusting appropriations in the 2018 Bond Program Fund by increasing appropriations in the 2018 Bond Year Two Street Reconstruction Contract 17 and 18 project, for the amount of $4,922,366.00 and reducing appropriations in the Street Construction/Reconstruction/Rehabilitation programmable project (City Project No. P130001) by the same amount; and 4. Adopt the attached Appropriation Ordinance adjusting receipts and appropriations in the Stormwater Capital Projects Fund by increasing appropriations in the 2018 Bond Year Two Street Reconstruction Contract 17 and 18 project (City Project No. 101477) for the amount of $419,551.00 and decreasing receipts and appropriations in the Drainage Improvements programmable project (City Project No. P00043) by the same amount. DISCUSSION: This Mayor and Council Communication (M&C) is to authorize a construction contract for water and paving improvements on approximately 3.27 lane miles for the 2018 Bond Year Two Street Reconstruction Contract 17&18, along with sanitary sewer and stormwater improvements on the following streets: Street From To Scope W. Waggoman Hemphill Street College Avenue Water/Paving Street Hemphill Street W Boyce Avenue W. Felix Street Water/Sewer/Paving W. Livingston Avenue W Biddison Street Dickson Water/Paving Street James W Butler Water/Sewer/Storm Avenue W Biddison Street Street Drain/Paving Jarnes Bolt Avenue W. Dickson Street S rt Water/Sewer/Paving ngW. [Zvenue W Biddison Street Dickson Water/Sewer/Paving Street James AvenueNV. W. Biddison Biddison Street 150 feet Storm Drain Street intersection West The project was advertised for bid on August 20, 2020, and August 27, 2020 in the Fort Worth Star - Telegram. On September 17, 2020, the following bids were received: Amount Alternate 1 Alternate 2 Time of Bidder Completion (Asphalt (Concrete Paving) Paving) McClendon Construction Co., $8,138,634.75 $7,990,146.00 429 Calendar Days Inc. Jackson Construction, Ltd. $8,102,142.00 $8,392,538,25 Reyes Group, Inc. $8,037,192.50 $8,660,697.00 Stabile & Winn, Inc. $8,357,082.551 $8,729,426.30 The 2018 Bond Program provided for the project streets to be reconstructed via Technique 2: Rehabilitation of existing roadway with new asphalt and replacement of damaged curb and gutter. In an attempt to secure alternate bids, staff advertised the project with Technique 1: Reconstruction of existing roadway with concrete travel lanes. Staff recommends award of the contract for Technique 1. Concrete paving typically has a twenty year life span while asphalt paving has a ten year life span. In addition, the maintenance cost of concrete pavement is less than asphalt pavement. The Transportation & Public Works Department's share on this contract is $4,439,239.00 (Paving: $4,118,971.00; Storm Drain: $320,268.00).The paving funds for this project are included in the 2018 Bond Program. Available resources within the General Fund will be used to provide interim financing until debt is issued. Once debt associated with the project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official intent to reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance No. 23209-05-2018) and subsequent actions taken by the Mayor and Council. The Water Department's share on this contract is $3,550,907.00 will be available in the Water & Sewer Capital Projects Fund for the project (City Project No. 101477). In addition to the contract amount, $1,111,762.00 (Water: $344,912.00, Sewer: $102,148.00, Paving: $597,446.00, Storm Drain: $67,256.00) is required for project management, material testing and inspection and $357,790.00 (Water: $86,596.00, Sewer: $33,218.00, Paving: $205,949.00, Storm Drain: $32,027.00) is provided for project contingencies. This project will have no impact on the Transportation & Public Works' or on the Water Departments' operating budgets when completed. The sanitary sewer component of this project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. Appropriations for the water, sanitary sewer and paving improvements for 2018 Bond Year Two Street Reconstruction Contract 17&18 project by Fund will consist of the following: Fund Existing Appropriations Additional Appropriations Project Total 2018 Bond Program - Fund $5,871,569.00 $4,922,366.00 $10,793,935.00 34018 Storm Water Capital Projects $291,818.00 $419,551.00 $711,369.00 Fund - 52002 Water & Sewer Capital Projects - $3,472,582.00 $4,117,781.00 11 $7,590,363.00 Fund 56002 Project Total $9,635,969.00 $9,459,698.00 $19,095,667.00 'Numbers rounded for presentation purposes. M/WBE OFFICE: McClendon Construction Company, Inc. is in compliance with the City's BDE Ordinance by committing to four percent MBE participation and documenting good faith effort. McClendon Construction Company, Inc. identified several subcontracting and supplier opportunities. However, the firms contacted in the areas identified did not respond or did not submit the lowest bids. The City's MBE goal on this project is 15 percent. The 2018 Bond Program funding was included in the 2021-2025 Capital Improvement Program for project PB0001. In order to administratively track the spending of all funding sources in one project, appropriation ordinances are needed to move appropriations from the programmable project to the jointly funded static project. This action will update the 2021-2025 Capital Improvement Program. This project is located in COUNCIL DISTRICT 9. FISCAL INFORMATION 1 CERTIFICATION; The Director of Finance certifies that funds are available in the current operating budget of the Water & Sewer Fund and upon the approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the current capital budgets, as appropriated, in the Water & Sewer Capital Projects Fund, Stormwater Capital Projects Fund and 2018 Bond Program Fund for the 2018 Bond Yr2 - Contract 17&18 project. Prior to any expenditure being incurred, the Transportation & Public Works and Water Departments have the responsibility to validate the availability of funds. FUND IDENTIFIERS (FIDs): TO I Fund Department ccount Project Program ctivity Budget I Reference # moun ID ID I Year Chartfield 2 Department r ccounProject IDID CERTIFICATIONS: Submitted for City Manager's Office by: Budget I Reference # JAm Year I (Chartfield 2) Dana Burghdoff (8018) Originating Department Head: Chris Harder (5020) Additional Information Contact: Dena Johnson (7866) ATTACHMENTS 1. 602018CIPY2C18-MCCLENDON Compliance Memo.pdf (CF'W Internal) 2. 602018CIPY2C18-MCCLENDON Form 1295. df (CFW internal) 3. 6020'18CIPY2C18-MCCLENDON Funds Available.docx (CFW Internal) 4. 602018CIPY2018-MCCLENDON Map 1. df (Public) 5. 602018CIPY2C18-MCCLENDON Ma 2. df (Public) 6. 602018CIPY2C18-MCCLENDON SAM.odf (CFW internal) 7. 602018CIPY2C18-MCCLENDON 34018 A021(R3)r.docx (Public) 8. 602018CIPY2C18-MCCLENDON 52002 A021(R4)r.docx (Public) 9. 602018CIPY2C18-MCCLENDDON 56002_A021(R2).doex (Public) 10. 602018CIPY2C18-MCCLENDONuFID`Table _Updated_xlsx (CFW internal) N N N H I N I" Ul In in ll'k Ln (.Il Ul !11 07 mQt 7l cn Qt 0 00 C7 0 0 O O O Ol Ot O O O O O Cl) m Qt m al A A ? .P 4 .P A W W w W W W W 0 0 0 0 Cl 0 0 LU U3 F-+ W V J Ul H CD A A A H Ul W Lnn O p HO O Op cn O O O H H O O O O O Y H H o�o�of o�a�0�0 V J V V V V V O O O O O O O O O O O O Co w O O co P LD UD kD LD tD I tD I W I lO l lO l [O t/T in lN0 .J P F3 [O � Q t/T ilb N W ILn m iA W Do Omi 4.n lNO 01 ((O O W N 0 0 0 0 0 c D ram+ "d m m 0 0 an Cl) =5 � o v iD to 0 A O O A .p N N N N Ul In A .P A A W W N N N N In In t7j [n W Ul 41t Ul W W Cn Ln Ul N N (A m Ql mN N N N A A mOl Ol Ol I O O O O CD 0 0 O O O O O CD0 O O 0 0 CD O H -O H 0 CD 0 0 0 O O N N O O 0 0 O O O O 0 0 _O 0 0 0 0 0 N O N Q V V 0 0 Qi O Ot O N O N O N N 0 0 N N O O V V 0 0 m m 0 0 O O Q lD O to O O O O 0 0 O O O O -P W A W A O w N 4A W O N A W 4P W 4P A W W A A W W A A W W A A w W f-' H O O O O O O O O A A A Sn A [n A A A A lO W tp w to CO In Ul LD W t4 Ln CD W to W LD LD Ul Ut O O m m m Ul O O m 6t Y O H O 0 0 O O O O O O Y O W O O O O O O O FJ F3 Y Y O O F-H O O. O O O O 0 0 O 07 O O O O 0 0 H O H H Y H A :V O A A --AJ A A A V O O A A A O V O A A A A J V V V V W V J J V W W J Y J V J V ■ 0 n O O O O11 O co a V V co o m w O w o N N N N N N N N N N to CD to LD to to tD t0 w SO tQ to O N 4 N O O N N O O NJ NJN O CDO O N N N to to m LD f-+ Y Y Fl H H H H H H w '0 7v O m w m 3 m 3 pu D_ w ra Q a � 0 0 C) o O � -4 'n V O Cl O A W in in A W W D In In Ln to Ul Y Y µ Cl O O O O P W co -0 ED C Q O Q m � m .Op m o - m wo m Y O 7 O.o w � v_ M `j o m m Q y m n c> O O � � O O � Y " W Oa O I O H H O O Y Y tp CD l0 tD �Iol I�IAIQIC A Y W I N N N Y N N N N Ln Ln W w - W - W Ln W W Ln In N N A A rn cm Ol Ol cn o Lr m O1 O O O O O Y 0 Y 0 0 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 N N 00 00 N N N N N N N N N O O O O 0 0 0 0 CD o 0 0 N N N hi J V V V V -1 V V O) 0 O O O O O O O o o 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 A A A 4P A A A A A A A A A W Y W Y w Y W Y W O W W O o w 0 w 0 w 0 w 0 W 0 W 0 W W Ul W W Ln to UL W W W4� Ul J V V V W W W J V in Y w W A A A A Y Y W .ja A A F-` W F-' o o O O O O O O O w O 0 W (n n 0 O o 0 " 0 Y m 0 0 W Y Y Y Y W W O H o 0 0 Ln o O O O 0 0 0 0 o " Y Y 0 Y Y Y 1- Y 1-Y Y Y . F-- Y Y Y O O O O 0 0 0 CD o 0 O CD 0 A A A A Ah A A A A A? A A V V V V V V V J J V V J J V J V V V V V V J J V V V O O O n O O O 0 0 O o 0 O O 0 n O o 0 0 0 a O O N N co N A N A F4 V 14 Y V J Y V Y V Y V Y V Y J 00 O O 0 O Ln .P A o 0 0 0 W LO LO LO U] to to w w O to to l0 w LO 1p LO LO LO to W SO LO to to w w LO LO LO LO LO LO w w LO LO to to -w w LO LO w LO to to to to (o LO (o LO F, Y cc O O 1-+ O Fs O Y LO Y LO [o LD A V W ? Y N w V NJsn O W W O W O U] 00 O N lO to w [O w N W o LO V w V 00 Ul V w 0o O A LO O O p H to N 0 N 0 0 0 a p V 0 0 0 CD CD0 0 0 w a 0 w o r`"o m w -< cp n n n (l n 0 0 0 0 0 a 7 rF rt rF 7 r4 3 n v rt 00 m 0 u f0 'rt .mil, n -fir, � `0'h [i7q -V, (p V V V (D toUD (D O O n Y Y Y A A A O] 61 Ol o O 0 o O 0 Home Legislation Details Reports File #: Type: File created: On agenda: Title. Attachments: ( History (1) Text 1 record Group Date Ver. 11/10/2020 1 Calendar City: Courid, Departments Sign In V a share � RSS ! ,_ Alerts M&C 20-0832 Ver Dior 1 Name: Award of Contract Consent Status: Passed 11/5/2020 In control: Cr Y COUNCIL 11/10/2020 Final action: 11/10/2020 (CD 9) Authorize Execution of a Contract with McClendon Construction Company, Inc., in the Amount of $7,990,146.00 for Combined Street Paving Improvements, Storm Drain and Water and Sanitary Sewer Main Replacements for 201E Bond Year Two Street Reconstruction Contract 17 and 18 Project, Adopt Appropriation Ordinances and Update the FY 2021-2025 Capital Improvement Program 1. M&C 20-0832, 2. 602018CIPY2C18-MCCLENDON Map 1.pdf. 3. 602018CIPY2C18- MCCLENDON Man 2.pdf, 4. 607018CIPY2C18-MCCLENDON 56002 A021(R2).pdf. S. 602018CIPY2C18-MCCLENDON 3401E A021(R3)r.pdf;, 6. 602018CIPY2C18- MCCLENDON 52002 A021(R4)r.pdf Export I Action Action Result Action Details Meeting Details CITY COUNCIL Approved Action details Meeting details Vide,_ Not available 00 11 13 INVITATION TO BIDDERS Page 1 of 3 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Due to the COVIDI9 Emergency declared by the City of Fort Worth and until the emergency declaration, as amended, is rescinded, sealed bids for the construction PAVING, WATER & AND SANITARY SEWER REPLACEMENT for 2018 CIP YEAR 2, CONTRACT 18, City Project No. 101477, ("Project") will be received by the City of Fort Worth Purchasing Office until 1:30 P.M. CST, Thursday, September 17, 2020 as further described below: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 Bids will be accepted by: l . US Mail at the address above, 2. By courier, FedEx or hand delivery from 8:30-1:30 on Thursdays only at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102. A Purchasing Department staff person will be available to accept the bid and provide a time stamped receipt; or 3. If the bidder desires to submit the bid on a day or time other than the designated Thursday, the bidder must contact the Purchasing Department during normal working hours at 817-392-2462 to make an appointment to meet a Purchasing Department employee at the South End Lobby of City Hall located at 200 Texas Street, Fort Worth, Texas 76102, where the bid(s) will be received and time/date stamped as above. Bids will be opened publicly and read aloud at 2:00 PM CST in the City Council Chambers and broadcast through five stream and CFW public television which can be accessed at http://fortworthtexas. ov/fwty/. The general public will not be allowed in the City Council Chambers. In addition, in lieu of delivering completed MBE forms for the project to the Purchasing Office, bidders shall e-mail the completed MBE forms to the City Project Manager no later than 2:00 p.m. on the second City business day after the bid opening date, exclusive of the bid opening date. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Water Line, Sanitary Sewer Line, and Pavement Replacement in the southwest area of Fort Worth along segments of James Ave., Hemphill Street, Livingston Avenue, West Waggoman Street, and Willing Avenue,. Major work items include (approximate). 1,708 LF 24-inch Water Line installed by open cut 600 LF 12-inch Water Line installed by open cut 7,710 LF 8-inch Water Line installed by open cut 2,806 LF 8-inch PVC Sanitary Sewer Pipe CITY OF FORT WORTH Paving, Watey & Sanitary Sewer Replacement br STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 2018 CIP YEAR —CONTRACT 18 Temporarily Revised April 6, 2020 due to COVIDI9 Emergency CITYPROJFCT NO 101477 00 11 13 INVITATION TO BIDDERS Page 2of3 4,500 SY 6-inch Thk, Reinforced Concrete Pavement 4,000 SY 8-inch Thk. Reinforced Concrete Pavement 20,000 SY 1 I" Pavement Pulverization (Alternate Bid A) 20,000 SY 3-inch Type "D" Asphalt Pavement (Alternate Bid A) 22,500 SY 6" Concrete Pavement (Alternate Bid B) 48,000 SF 4" Concrete Sidewalk 33 EA Barrier Free Curb Ramps 488 LF 36" RCP, Class III PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre - qualified by the City at the time of bid opening. The procedures for qualification and pre - qualification are outlined in the Section 00 21 13 INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at http://w w w.fortworthtexas.gov/purchasinp/ Bid Documents Folder: https://docs.b360.autodesk.com/shares/3ae5f278-6ac 1-4234-a96d-1 fOefbde8b2e Addendum: https://docs.b360.autodesk.com/shares/69ce 16f6-874e-4749-92df-2a69212d817" 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 Dunaway Associates, L.P. Due to the COVID-19 outbreak al Dunaway personnel is working remotely. Email Bryan Sherrieb, bsherrieb@dunawayassociates.com to make arrangements to pick up plans. Plans will be available at 550 Bailey Avenue, Suite 400, Fort Worth, TX 76107. The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $100.00 Set of Bidding and Contract Documents with half size (if available) drawings: $60.00 PREBID CONFERENCE A prebid conference may be held as discussed in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following date, and time via a web conferencing application: DATE: Tuesday, September 81n TIME: 2:00 PM Due to COV1D-19 restrictions, instructions to attend the online web conference will only be emailed to those who provide an expression of interest by email to both the project engineer Bryan Sherrieb, bsherrieb@dunawayassocates.com, and the City project manager, Mary Hanna, Mary.hanna@fortworthtexas.gov. The presentation given at the prebid conference and any questions and answers provided at the prebid conference will be issued as an Addendum to the call for bids. CITY OF FORT WORTH Paving, Water, & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 2018 CIP YEAR 2 —CONTRACT 18 Temporarily Revised April b, 2020due toCOVIDI9 Emergency CITYPROJECTNO. 101477 00 11 13 INVITATION TO BIDDERS Page 3 of 3 CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. AWARD City will award a contract to the Bidder presenting the lowest price, qualifications and competencies considered. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Mary Hanna, P.E., CFM, PMP, City of Fort Worth TPW Department Email: Mary.Hanna@fortworthtexas.gov Phone: (817) 392-5565 AND/OR AND/OR Attn: Dena Johnson, P.E., City of Fort Worth Water Department Email: Dena. J ohnson(a-),fortworthtexas. goA Phone: (817) 392-7866 AND/OR Attn: Bryan Sherrieb, Dunaway Associates L.P. Email: BSherrieb@dunawayassociates.com Phone: (817) 632-4711 EXPRESSION OF INTERSEST To ensure bidders are kept up to date of any new information pertinent to this project or the COVIDI9 emergency declaration, as amended, as it may relate to this project, bidders are requested to email Expressions of Interest in this procurement to the City Project Manager and the Design Engineer. The email should include the bidder's company name, contact person, that individuals email address and phone number. All Addenda will be distributed directly to those who have expressed an interest in the procurement and will also be posted in the City of Fort Worth's purchasing website at http://fortworthtexas.gov'purchasing/ PLAN HOLDERS To ensure you are kept up to date of any new information pertinent to this project such as when an addenda is issued, download the Plan Holder Registration form to your computer, complete and email it to the City Project Manager and the Design Engineer. The City Project Manager and design Engineer are responsible to upload the Plans Holder Registration form to the Plan Holders folder in BIM360. Mail your completed Plan Holder Registration form to those listed in INQUIRIES above. ADVERTISELIUNT DATES August20, 2020 August 27, 2020 END OF SECTION CITY OF FORT WORTH Paving, Water, & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 2018 CIP YEAR 2 — CONTRACT 18 Temporarily Revised April (, 2020 due to COVIDI9 Emergency CITYPROJECTNO. 101477 0021 13 INSTRUCTIONS TO BIDDERS SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms Page I of 10 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined 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.I. 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 prequalifed for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified shall not be opened and, even if inadvertently opened, shall not be considered. Prequalification requirement work types and documentation are available by accessing all required files through the City's website at: httys://apps.fortworthtexas.gov/ProicetResources/ 3.1.1. Paving — Requirements document located at; https://al2ps.fortwortlitexas. og v/ProicetResources/ResourcesP/02%20- %20Construction%2ODocuinents/Contractor%2OPrequalification/TP W%2OPavin$4 %20Contractor%2OPrequalification%20Program/PREQUALIFICATION%20REQ UIREMENTS%20FOR%o20PAVING%2000NTRACTORS.pdf 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; CITY OF FORT WORTH Paving, Water, & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 2018 CIP Year 2, Contract 18 Temporarily Revised April 24, 2020 due to COVID 19 Emergency City Project No. 101477 0021 13 INSTRUCTIONS TO BIDDERS Page 2 of 10 https://apps.fortworthtexas. og v/ProjectResources/ResourcesP/02%20- %20Construction%2ODocuments/Contractor%2OPrequalificatio /TPW%_2.ORoadwa y%20and%2OPedestrian %2 0 L i ghti ng%24 Preq ual i fication%2OPro gram/STREET% 20LIGHT%20PREOU AL%20REQMNTS. pdf 3.1.3. Water and Sanitary Sewer — Requirements document located at; https:Happs.fortworthtexas.gov/Prof ectResources/ResourcesP/02%2 0- %20Construction%2ODocuments/Contractor%o2OPrequalification/Water%2Oand%2 OSanitary%2OSewer%2OContractor%2OPrequal ification%2OProgram/WSS%20pre qual%20requirem ents. pdf 3.2. Each Bidder, unless currently prequalified, must submit to City at least seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.I.Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.2.2.'rFM.P0R►1RY PRO10EDIIRES DUE TO C OVTD-19: A Bidder whose prequalification has expired during the time pericld where a vrllid emerge ney order 'is in placa (%deral. state. local) and for 30 clays past the expiral ion of rht emergency order wAh the filrthest expiration date— by day and month, will nol be, du I ornal ica I iy disqualified from having the Bidder's hid cipvncd. A Bidder in this sininTiun will have its bid opened and read aloud and wi11 be allowed 5 business days (close of business on the 511, day) to submit a Cornple4e pregtin Iifi Siolt renewal package_ Failure to Iimely sulxmit. or subm1twl of ail incomplete package., * i I I render the- Sidder's bid non -responsive, 1f the prequalification renewal docamenft show t}1e Bidder as now not-qu Iifled, the bid wi'1 be rendered Z010 - �"VgnGive. A Bidder Inay not use this exception [o seek a prequalificatioil statu_r4 greater than that which was in piece of the date of expinitioTi, A Bidder who seek: to increase its prequalil3cation status inust ChIInw the traditional submittal/review process. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder(s) for a project to submit such 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 qualification may be required within various sections of the Contract Documents. CITY OF FORT WORTH Paving, Water, & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 2018 CIP Year 2, Contract 18 Temporarily Revised April 24, 2020 due to COVIDI9 Emergency City Project No. 101477 0021 13 INSTRUCTIONS TO BIDDERS Page 3 of 10 3.5. Special qualifications required for this project include the following: None 4. Examination of Bidding and Contract Documents, Other Related 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. 4.1.4. Be advised, City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration of award. 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. CITY OF FORT WORTH Paving, Water, & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 2018 CIP Year 2, Contract 18 Temporarily Revised April 24, 2020 due to COViD19 Emergency City Project No. 101477 0021 13 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.1.7. 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. 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima -facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. 4.1.9. 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. 4.2. Reference is made to Section 00 73 00 Supplementary Conditions for identification of: 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02. of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. CITY OP FORT WORTH Paving, Water, & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 2018 CIP Year 2, Contract 18 Temporarily Revised April 24, 2020 due to COVIDI9 Emergency City project No. 101477 0021 13 INSTRUCTIONS TO BIDDERS Page 5 of 10 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. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional Iands 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. 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 areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda CITY OF FORT WORTH Paving, Water, & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 2018 CIP Year 2, Contract 18 Temporarily Revised April 24, 2020 due to COVIDI9 Emergency City Project No. 101477 0021 13 INSTRUCTIONS TO BIDDERS Page 6 of 10 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 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 questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Mary Hanna, PE, CFM, PMP, TPW Email: Mary.Hanna@fortworthtexas.gov Phone: (817) 392-5565 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via the City's electronic document management and collaboration system at littps:Hdocs.b360.autodesk.conij-.,hartN'6k#eeI6f6-874e-4".+-)-92df-2a69212d8177 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid 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 Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. CITY OF FORT WORTH Paving, Water, & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 2018 CIP Year 2, Contract 18 Temporarily Revised April 24, 2020 due to COVIDI 9 Emergency City Project No_ 101477 0021 13 INSTRUCTIONS TO BIDDERS Page 7of10 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 6.05A., 6.05B. and 6.05C. of the General Conditions and is supplemented in Section 0125 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 2:00 P.M. CST, on the second business day after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non- responsive. 11.2. No Contractor 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. 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 shall 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. Paving, Water, & Sanitary Sewer Replacement for CITY OF FORT WORTH 2O18 CIP Year 2, Contract 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 101477 Temporarily Revised April 24, 2020 due to COVIDI9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 8 of 10 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. 12A. 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 official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venture in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. 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 Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the scaled envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for 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 withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened. CITY OF FORT WORTH Paving, Water, & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENT 2018 C1P Year 2, Contract 18 Temporarily Revised April 24, 2020 due to COVIDI 9 Emergency City Project No. 101477 0021 13 INSTRUCTIONS TO BIDDERS Page 9 of 10 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.I.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. 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and other 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. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. Paving, Water, & Sanitary Sewer Replacement for CITY OF FORT WORTH 2O18 CIP Year 2, Contract 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 101477 Temporarily Revised April 24, 2020 due to COVIDI9 Emergency 0021 13 INSTRUCTIONS TO BIDDERS Page 10 of 10 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. 17.7.1. The contractor is required to fill out and sign the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https:;/www.ethics.state.tx.us/data/forms/1295i1295.pdf 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement 18.1. 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 Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. 18.2. Failure to execute a duly awarded contact may subject the Contractor to penalties. 18.3. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION Paving, Water, & Sanitary Sewer Replacement for CITY OF FORT WORTH 2O18 CIP Year 2, Contract 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT City Project No. 101477 Temporarily Revised April 24, 2020 due to COVIDI 9 Emergency 003215-0 CONSTRUCTION PROGRESS SCHEDULE SECTION 00 32 15 CONSTRUCTION PROJECT SCHEDULE PART1- GENERAL 1.1 SUMMARY Page 1 of 10 A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Project Schedule B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Norms and Conditions of the Contract 2. Division I — General Requirements D. Purpose The City of Fort Worth (City) is committed to delivering quality, cost-effective infrastructure to its citizens in a timely manner. A key too] to achieve this purpose is a properly structured schedule with accurate updates. This supports effective monitoring of progress and is input to critical decision making by the project manager throughout the life of the project. Data from the updated project schedule is utilized in status reporting to various levels of the City organization and the citizenry. This Document complements the City's Standard Agreement to guide the construction contractor (Contractor) in preparing and submitting acceptable schedules for use by the City in project delivery. The expectation is the performance of the work follows the accepted schedule and adhere to the contractual timeline. The Contractor will designate a qualified representative (Project Scheduler) responsible for developing and updating the schedule and preparing status reporting as required by the City. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Non-compliance with this specification is grounds for City to withhold payment of the Contractor's invoices until Contractor achieves said compliance. 1.3 REFERENCES A. Project Schedules Each project is represented by City's master project schedule that encompasses the entire scope of activities envisioned by the City to properly deliver the work. When the City contracts with a Contractor to perform construction of the Work, the Contractor CITY OF FORT WORTH Paving, Water, & Sanitary Sewer Replacement for STANDARD SPECIFICATION 2018 CIP Year 2, Contract 18 Revised JULY 20, 2018 City Project No. 101477 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 will develop and maintain a schedule for their scope of work in alignment with the City's standard schedule requirements as defined herein. The data and information of each such schedule will be leveraged and become integral in the master project schedule as deemed appropriate by the City's Project Control Specialist and approved by the City's Project Manager. Master Project Schedule The master project schedule is a holistic representation of the scheduled activities and milestones for the total project and be Critical Path Method (CPM) based. The City's Project Manager is accountable for oversight of the development and maintaining a master project schedule for each project. When the City contracts for the design and/or construction of the project, the master project schedule will incorporate elements of the Design and Construction schedules as deemed appropriate by the City's Project Control Specialist. The assigned City Project Control Specialist creates and maintains the master project schedule in P6 (City's scheduling software). 2. Construction Schedule The Contractor is responsible for developing and maintaining a schedule for the scope of the Contractor's contractual requirements. The Contractor will issue an initial schedule for review and acceptance by the City's Project Control Specialist and the City's Project Manager as a baseline schedule for Contractor's scope of work. Contractor will issue current, accurate updates of their schedule (Progress Schedule) to the City at the end of each month throughout the life of their work. B. Schedule Tiers The City has a portfolio of projects that vary widely in size, complexity and content requiring different scheduling to effectively deliver each project. The City uses a "tiered" approach to align the proper schedule with the criteria for each project. The City's Project Manager determines the appropriate schedule tier for each project, and includes that designation and the associated requirements in the Contractor's scope of work. The following is a summary of the "tiers". 1. Tier l : Small Size and Short Duration Project (design not required) The City develops and maintains a Master Project Schedule for the project. No schedule submittal is required from Contractor. City's Project Control Specialist acquires any necessary schedule status data or information through discussions with the respective party on an as -needed basis. Tier 2: Small Size and Short to Medium Duration Project The City develops and maintains a Master Project Schedule for the project. The Contractor identifies "start" and "finish" milestone dates on key elements of their work as agreed with the City's Project Manager at the kickoff of their work effort. The Contractor issues to the City, updates to the "start" and "finish" dates for such milestones at the end of each month throughout the life of their work on the project. 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration The City develops and maintains a Master Project Schedule for the project. The Contractor develops a Baseline Schedule and maintains the schedule of their respective scope of work on the project at a level of detail (generally Level 3) and in Paving, Water, & Sanitary Sewer Replacement for CITY OF FORT WORTH 2O18 CfP Year 2, Contract 18 STANDARD SPECIFICATION City Project No. 101477 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 alignment with the WBS structure in Section 1.4.11 as agreed by the Project Manager. The Contractor issues to the City, updates of their respective schedule (Progress Schedule) at the end of each month throughout the life of their work on the project. C. Schedule Types Project delivery for the City utilizes two types of schedules as noted below. The City develops and maintains a Master Project Schedule as a "baseline" schedule and issue monthly updates to the City Project Manager (end of each month) as a "progress" schedule. The Contractor prepares and submits each schedule type to fulfill their contractual requirements. 1. Baseline Schedule The Contractor develops and submits to the City, an initial schedule for their scope of work in alignment with this specification. Once reviewed and accepted by the City, it becomes the "Baseline" schedule and is the basis against which all progress is measured. The baseline schedule will be updated when there is a change or addition to the scope of work impacting the duration of the work, and only after receipt of a duly authorized change order issued by the City. In the event progress is significantly behind schedule, the City's Project Manager may authorize an update to the baseline schedule to facilitate a more practical evaluation of progress. An example of a Baseline Schedule is provided in Specification 00 32 15.1 Construction Project Schedule Baseline Example. 2. Progress Schedule The Contractor updates their schedule at the end of each month to represent the progress achieved in the work which includes any impact from authorized changes in the work. The updated schedule must accurately reflect the current status of the work at that point in time and is referred to as the "Progress Schedule". The City's Project Manager and Project Control Specialist reviews and accepts each progress schedule. In the event a progress schedule is deemed not acceptable, the unacceptable issues are identified by the City within 5 working days and the Contractor must provide an acceptable progress schedule within 5 working days after receipt of non -acceptance notification. An example of a Progress Schedule is provided in Specification 00 32 15.2 Construction Project Schedule Progress Example. 1.4 CITY STANDARD SCHEDULE REQUIREMENTS The following is an overview of the methodology for developing and maintaining a schedule for delivery of a project. A. Schedule Framework The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. B. Schedule File Name Paving, Water, & Sanitary Sewer Replacement for CITY OF FORT WORTH 2O18 C1P Year 2, Contract 18 STANDARD SPECIFICATION City Project No. 101477 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number —Project Name Baseline Example: 101376 North Montgomery Street HMAC_Baseline • Progress Schedule File Name Format: City Project Number —Project Name_YYYY-MM Example: 101376 North Montgomery Street HMAC-2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number Project NamePN_YYYY-MM Example: 101376 North Montgomery Street HMAC_PN_2018_01 C. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation o Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water o Street Maintenance • Traffic • Water D. Schedule Calendar The City's standard calendar for schedule development purposes is based on a 5-day workweek and accounts for the City's eight standard holidays (New Years, Martin Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptance of their Baseline project schedule. E. WBS & Milestone Standards for Schedule Development The scope of work to be accomplished by the Contractor is represented in the schedule in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the development of the schedule activities and shall be imbedded and depicted in the schedule. CITY OF FORT WORTH Paving, Water, & Sanitary Sewer Replacement for S'rANDARD SPECIFICATION 2018 CIP Year 2, Contract 18 Revised IULY 20, 2018 City Project No. 101477 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 The following is a summary of the standards to be followed in preparing and maintaining a schedule for project delivery. l . Contractor is required to utilize the City's WBS structure and respective project type template for "Construction" as shown in Section 1.4.H below. Additional activities may be added to Levels 1 - 4 to accommodate the needs of the organization executing the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 "Construction Execution" that delineates the activities associated with the various components of the work. 2. Contractor is required to adhere to the City's Standard Milestones as shown in Section 1.4.1 below. Contractor will include additional milestones representing intermediate deliverables as required to accurately reflect their scope of work. F. Schedule Activities Activities are the discrete elements of work that make up the schedule. They will be organized under the umbrella of the WBS. Activity descriptions should adequately describe the activity, and in some cases the extent of the activity. All activities are logically tied with a predecessor and a successor. The only exception to this rule is for "project start" and "project finish" milestones. The activity duration is based on the physical amount of work to be performed for the stated activity, with a maximum duration of 20 working days. If the work for any one activity exceeds 20 days, break that activity down incrementally to achieve this duration constraint. Any exception to this requires review and acceptance by the City's Project Control Specialist. G. Change Orders When a Change Order is issued by the City, the impact is incorporated into the previously accepted baseline schedule as an update, to clearly show impact to the project timeline. The Contractor submits this updated baseline schedule to the City for review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. H. City's Work Breakdown Structure CITY OF FORT WORTH Paving, Water, & Sanitary Sewer Replacement for STANDARD SPECIFICATION 2018 CIP Year Contract 18 City Project Na. I Oi477 Revised JURY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX.80.85 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure I. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. Activity ID Activity Name Design 3020 Award Design Agreement 3040 Issue Notice To Proceed - Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Conduct Design Public Meeting #1 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting 92 (required) 3260 Preliminary Design Complete CITY OF FORT WORTH Paving, Water, & Sanitary Sewer Replacement for STANDARD SPECIFICATION 2018 CIP Year 2, Contract 18 Revised DULY 20, 2018 City Project No. 101477 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (if required) 3360 Final Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construction Execution 8330 Conduct Construction Public Meeting #4 Pre -Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 1.5 SUBMITTALS A. Schedule Submittal & Review The City's Project Manager is responsible for reviews and acceptance of the Contractor's schedule. The City's Project Control Specialist is responsible for ensuring alignment of the Contractor's baseline and progress schedules with the Master Project Schedule as support to the City's Project Manager. The City reviews and accepts or rejects the schedule within ten workdays of Contractor's submittal. 1. Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xnd, .mpx) and the second in a pdf format, in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project for scheduling purposes, the schedule information must be submitted in .xis or .xlsx format in compliance with the sample layout (See Specification 00 32 115.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form (in the file formats noted above), in the City's document management system in the location dedicated for this purpose within ten workdays of the Notice of Award. CITY OF FORT WORTH Paving, Water, & Sanitary Sewer Replacement for STANDARD SPECIFICATION 2018 CIP Year 2, Contract 18 Revised JULY 20, 2018 City Project No. 101477 0032 15 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing (within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re -submits the corrected Progress Schedule within 5 workdays, following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. • Baseline Start date • Baseline Finish Date • % Complete • Float • Activity Logic (dependencies) • Critical Path • Activities added or deleted • Expected Baseline Finish date • Variance to the Baseline Finish Date B. Monthly Construction Status Report The Contractor submits a written status report (referred to as a progress narrative) at the end of each month to accompany the Progress Schedule submittal, using the standard format provided in Specification 00 32 15.3 Construction Project Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative should be concise and complete to: • Reflect the current status of the work for the reporting period (including actual activities started and/or completed during the reporting period) • Explain variances from the baseline on critical path activities • Explain any potential schedule conflicts or delays • Describe recovery plans where appropriate • Provide a summary forecast of the work to be achieved in the next reporting period. C. Submittal Process CITY OF FORT WORTH Paving, Water, & Sanitary Sewer Replacement for STANDARD SPECIFICATION 2018 CIP Year 2, Contract 18 Revised JULY 20, 2018 City Project No. 101477 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 O Schedules and Monthly Construction Status Reports are submitted in Buzzsaw following the steps outlined in Specification 00 32 15.4 Construction Project Schedule Submittal Process. O Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules or construction status reports are required from the Contractor. 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 A. The person preparing and revising the Contractor's Project Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the Contractor's scope of work. C. The Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 1.13 ATTACHMENTS Spec 00 32 15.1 Construction Project Schedule Baseline Example Spec 00 32 15.2 Construction Project Schedule Progress Example Spec 00 32 15.3 Construction Project Schedule Progress Narrative Spec 00 32 15.4 Construction Project Schedule Submittal Process PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION CITY OF FORT WORTH Paving, Water, & Sanitary Sewer Replacement for STANDARD SPECIFICATION 2018 CIP Year 2, Contract 18 Revised 7ULY 20, 201$ City Project No. 101477 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH Paving, Water, & Sanitary Sewer Replacement for STANDARD SPECIFICATION 2018 CIP Year 2, Contract 18 Revised JULY 20, 2018 City Project No. 101477 CITY OF FORT WORTH, TEXAS WATER & TPW DEPARTMENT ADDENDUM NO. 1 To the Specifications and Contract Documents For City Project No. 101477 UNIT 1 — WATER UNIT 2 — SANITARY SEWER UNIT 3 — PAVING IMPROVEMENTS UNIT 4 — DRAINAGE IMPROVEMENTS Addendum No. 1 Issued: September 11, 2020 This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope in your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The Specifications and Contract Documents for City Project No. 101477 are hereby revised by Addendum No. 1 as follows: I. Contract Documents are revised as follows: 1. SECTION 00 42 43, PROPOSAL FORM is deleted in its entirety and replaced via this addendum: with Specification Section 00 42 43, Proposal Form, Addendum No. 1, attached. 2. Trench Safety bid item is paid only for trenches 5' or deeper. 3. Regarding joints the following shall apply i. For Asphalt Streets - expansion joints in curb and gutter, sidewalk and driveways do not require silicone joint sealer ii. For Concrete Streets — all joints should be sealed from FC to FC, however, other sidewalk joints would not require silicone joint sealer 4. If/when a lamination conduit is disturbed and requires repair, the inspector shall be notified, wire verified, and new wire will be pulled from one luminaire to the next. If multiple disturbances occur between two poles, wire is replaced and paid for only once. 5. Double clean -outs are to be installed on reinstated sewer services. A-1 Addendum No. 1 2018 CIP Year 2, Contract 18 City Project No. 101477 II. Contractor/Bidder Questions: 1. On Hemphill the traffic control plan included on sheets 95 and 96 won't work forthe waterline installation. The best option would be to close that section of the roadway to tbru traffic that way we could get the main, all connections and all services installed without multiple traffic switches or traffic signal adjustments. Another option would be to put traffic (one lane each direction) on the West side of the road for the main installation and short side services, then flip traffic to the East side (still one lane each direction) for the long side services and connections. This option is much more costly and time consuming. Response: Hemphill is an arterial that cannot be shut down. We will need one lane each direction open at all times. You need to submit a signed and sealed Traffic Control plan for Hemphill for City review and approval before start construction. 2. Will there being any traffic signal modifications with the proposed traffic control on Hemphill? Response: No, Temporary signal timing and signal heads modifications will he made by the City. 3. Biddison will be another traffic issue, we would need to close the road to thru traffic for the storm drain installation because that is only a 2 lane road and there is not room to maintain traffic and have a place for material and equipment. Response: Biddison is an arterial that cannot be shut down. Only close down the south half of the road, and maintain two lanes of traffic. 4. In regards to the 24" Water line I don't recall seeing a note in regards to timing. It appears the 24" is laid in the same ditch and you remove the existing 30" as you go. This being the case the water line will have to be shut off for a substantial amount of time thru the installation, testing and tie ins. Is there a specific non peak time of season that will be required for this location of work? Response: This line is not subject to a seasonal restriction, as of today, with regards to timing. Contractor shall coordinate with field operations and plant operations at least two weeks prior to scheduled shut down. A-2 Addendum No. 1 2018 Cl P Year 2, Contract 18 City Project No. 101477 This Addendum No. I forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Project Manual and Contract Documents of the same. Acknowledge your receipt of Addendum No. I by completing the requested irrforination at the following locations: 1. In the space provided in Section 00 41 00, Bid Form, Page 3 of 3 2. Indicate in Lipper case letters on the outside of your sealed bid envelope "RECEIVED ANDACANOWLEDCED ADDENDUMNO. 1" Include a signed copy of Addendum No. 1 in the sealed bid envelope at thetime of bid submittal. Failure to acknowledge receipt of Addendum No. 1 below could cause the subject bidder to be considered "NONRESPONSIVE', resulting in disqualification. RECEIPT ACKNOWLEDGE Tendon Construcdon Ca,1k. P.Q. BOX 90 Company_: Budeson, TX 7 A-3 Chris Harder DIRECTOR WATER DEPART NT 1 A44 SUPIC, Tony Sholola, PE Assistant D rector Addendum No. 1. 2018 Ci P Yea r 2, Contract 18 City Project No. 1.01477 00 32 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 1 of 5 SECTION 00 32 15.1 CONSTRUCTION PROJECT SCHEDULE — BASELINE EXAMPLE PART1- GENERAL The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the baseline for the project. This version of the schedule is referred to as a "baseline" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised JULY 20, 2018 City Project No. 101477 00 32 15.1 -0 CONSTRUCTION PROGRESS SCHEDULE — BASELLNE EXAMPLE Page 2 of 5 ------------- I --------- ---------a----------- -I ---------- t ---------- i ---------- i ---------- ---------- i ---------- i ---------- t --------- i ---------- i--- cp ------------- I --------- --------- I -------------- I ---------- ---------- I ----------- 4 ----------- ---------- I ----------------------- --------------- -1---------: ----------- L --------- ------------ L ---------- ---------- j ---------- j ---------- ---------- i ---------- j ----------- L --------- j ---------- j--- .......... ......... ------ .......... --------- -------- ------------------- ............... i fl ------------------------- ---------- -------------------- ------------ --------- ---- ---- ---------- ---- ------- ---------- --------- ----------- - -------------------- ---------- ----------------- ---------------- Hat, I W R 2 :M g I t lei 0 :g 74 0 N. :� ��' M 1; 9 4S �` -y Ivl,' w •j iLI z Y'• 9 .�! } r� N .Tr rYl, L% J, J. J, IL 41 'Awe -n :14 dl IV' 0r4kG :QN U INA tiI V. II•4.. IXI 4 L) 0I 4'r 'M 6, - I= Cb L > A M ri 14 133 t4 '6 b -'0� u 09 :2 �R Er IIh �� �� 00 32 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 3 of 5 ------+-------------------a----------+------------------------------ ¢--------- a---------- a----------- {----------F----------- +---------- ------ 1 I 13 a ry I I r i iv----------- ----------- ---------- -_"_______i________ __________ _ _____ _ "______ ----------t___ r r _.._. _... _ ----------- Cx Cc- _._. ... ............. -•-- ._... ----- - ------- --•.�..rr wHo w I b z I I�11t n �.,L. II. ! •W u II.'IF r+ ..�-, n �•� n Krill '-, r�,y 4 n� d ,n ,-. c. a�s+ �'+u � ra.+a M 1 ..i o ii � ��.{• !l {.` i'J ) �r /� � i .} !9 � �11 {•J p u, ro UM1� lii � IV,rr_/' Y� , Y O =, ., r III w Ilr �Y, :tl J .. •t �4 w 1• ,/, r.. O, m +11 +h Cn • , 9tt J3 8 W DY • O i} 8 e1 Ai [YI VI .9 � 4�' 111 w, ,. Y Al +� �Y f �7 Ld T 'y JJj +� f i e3 W 'I i ff ,A P r'a W ICI I} iA Y I C '.I Q! 1• rl w I Y.Y Aa • 1} B f3 F4 ^ IL r t # +4 R. Y n r. W IG �atF • u a� o W '++ 'y f[h [h pm rt rt r ii �"4 4-1 II li 1 rd 5 { ,ai M i"4 ri m # ry Lh spr, 1 it �i N N r��+I a ih wl :1 N Y 'i +n � •F7 1�1 �,4 II• n ui '.' C. u� • i,l i I �l IrL W I N •� I ¢ 111 ,ti T, jJ *64 14 • n, IIY un ii ii as A'rF W it r, ttl el • �' ,'{ CJ .r ,'P, Ir -' M r„F P �j jL E LJ G a 1• T f+ f} f 1I1,II F '3� fir' F - $ rr .p: ti i +p ix a y �"d I lu ,a a b l-Fy"azatr la .. a »• o. y F o n 4 c o d a Yi W J�' r .� r ss 19 :' g �' G ' tQ1 }q I i r. r'• F� +l ry 1 N Irl 1'f +} n] Ir] Ir] Irl NP.I I ( {� mm�l-2 ri v�l[J CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised JULY 20, 2018 City Project No. 101477 0032 15.1 -0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 4 of 5 ---------- -6 7- ------------ rz ........... --I ---------- f --- a---------- ---------- Vj w 1h A 0 di. IL rzd AL u T' - F M 6J CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Paving, Water & Sanitary Sewer Replacement for Revised YULY 20, 2018 2018 CIP Year 2, Contract IS City Project No. 101477 0032 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 5 of 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised JULY 20, 2018 Paving, Water & Sanitary Sewer Replacement for 2018 CIP Year 2, Contract 18 City Project No. 101477 00 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 1 of 4 SECTION 00 32 15.2 CONSTRUCTION PROJECT SCHEDULE — PROGRESS EXAMPLE PART1- GENERAL The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the progress for the project. This version of the schedule is referred to as a "progress" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a progress schedule. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised JULY 20, 2018 City Project No. 101477 00 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 2 of 4 ------------ii--------•---- ••------•---i ----•••----i•-----•---i------ —.!i .....-•• ..................... ............................:......--•--•--•-••-- i ---- ___________F.________________.___{______.___ -- - ------------------- ¢--------- ----------- F--------- ----------- F---------- }--------- ___________ N F# - ------------ L_------- !--- _----- L_ __J_________J______.___1________1________J----------- L--------- 1---------- L---------- L--------- J-----------1___ ------------ --------------- . Frry 11 'Ir rl ii Ir •i rl,rl tl aria \ rr,rl ,I Id'ra Pl N i^l r1 rl'a'4 ,IYCL.�+ LC ■ '� '1', r, n r. f., .. r, 4 r �' I+I' = I I' fil i.. 4 ., 4 r] 14 I: 1i, },. I 1 1 I .L b o SA w t Y d W u rr wi o ■a zi rt�T�Yrqq• � I}'I Jx a .� a n, .. x .i xr a5 n �r n. 7 Ar .E IA 1,- wi 7�- r 5 it T 6 T4 h w j�y�y}y�pI � � ' � � � � ,�3 � .'S 'y3 1 111 T _ f} _ i 1rff.. •••�** 'gylj• r a� Iy1 CIJJ �+I `l r if, a� H<i rt •i — j J t � fi } rf r•I •i 9 • gslld:l�r r+ n`n R Ti 1 Yr rr v {i Il• s.r n, rr Ir' �' .r W a. rti i k i{. ^i .p m W WT IN T '{ '' L-,..� V1 .i '; I 1 �; I €;; �• :� " G` }I .v �1 �L �I ,1 �' �.; �! �; 1 1' iF t� 11'1 1� 11 � � � � ?� �' k� 1� IXj,5�4 "C9 � =5 +r rl r +i'r a r ' I SLq a. 'rV :pn Ir w r, ni µv u m .fu, r' F w w " w .. w � r� r# _m m rpI u40 iJJ d pw a��. bra It r ++ � 1# 1� �� if � iFi IN �f� I {j'? Y+ .,L,` r. i�F Yk N ip l. ff0 � �1 l� ryi e1 01b yyq�0 Fryr +i lip re at f• t M !g r' it rl +1 X 1RR i rr as t 3 XI 14 !3 10 W 1 r !r r ri :1 l� ^' •y �• t ;� rU: B. rg r �T TI .i ri Ilr .n. #F r1 1? r} rr Ilr N llr IA Y3 �, i:l '� +r 10. w y x• G Pi Al 771 I"y f 6 L) u rit * � ♦ • it C (D {I i t {1. ya E L9 'qs#. LA C FL E IC "! p L 0, lv l i ffi 4 •r S. It ' ', L* 1=: Irl T 6 =' +r4-y r: 71 �$ Z �? RF • ?.7 `-I °#yak � g 1 � CY r��ry{j11rG� '� ' ili 'rri •. .� LI Y M 9a I I I a. 4. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 C1P Year 2, Contract 18 Revised JULY 20, 2018 City Project No. 101477 00 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE - PROGRESS EXAMPLE Page 3 of 4 r --------------------------T----------=---------=----------=----------- - - - ?- -e T i i i i 1 ! ------{---------{---------t----------''--•--•---'{--•-------+------------------- +----•-----+-••-----•-F-----------F----------+---------- ---------a--- i , , i i i i i ' ---•- -i 1 ii7 f5i m i i i i i ------- --------- l_..-.....J.........-.. i i nf _..,..1.. .... i_I-------- _.L._ __ __I__.____ _1____ _ __l_.___.___J___ �p , `= i ..........:......_.................1..._........... _ ..... ......._ ...._. .._.. ...... •� yYm rl jy .1 N N,N N N, I+J,M M N,M ry -*I N ff,N PJ .'J M ry,N fJ N,ry :1 l,q} •i N1N 0.1 N':l yyy �1J r I ! 1 1 tt LI 4. 6 L 6 tH w 1} 'l- % q C.! ' W Ffi it !41 m m 11, r! m -n yl 4 p© {F q o{C }�w�S N ai a J r H V. d. iF m o! i[I ill " _ lu 5 '�. % 4 ii N - T dl ui !L, u §, T n u p {i : �Y c; c3 3 3 19't .—I I. a � �� �" 5�#i©�I��;'1 0. O. .11 r•ibrrJ#'f: :7���:11; cY .,�. �. S,�Y ♦� T3 � �!- xn iii J�i�:Sis+'a. I J ',�" PL @' ..JI�i'•= +'s L7 :���iii�a.�� ,t! :ii5�i.'w'. � � �:' w- r� A 1�' C!? +��1 a • iW .ELT .I YI. Q FBI �f� 1,,! - �/ 4. Yi 4 p �1 W • Ni �a �� i/ 1.{+! ii ii ' 'j P p f'1 ' � �4 11! 4� :l M. F� ■gyp■ik ® O I• 9 w w F-, N G ik y!. O HI . 7' i Y #i V C•� F ;V If fE9 la rd LL "! $ ?� n. q' ��! 1 Y♦ 0 ri 3 1 I 1G C i+E I' f � •a � ri � I � �i � !h !+h �rT � /. � F + � � I� ^t iw LL ® r 3 CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised JULY 20, 2018 City Project No. 101477 00 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 4 of 4 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 C1P Year 2, Contract 18 Revised JULY 20, 2018 City Project No. 101477 00 32 15.3 - 0 — PROGRESS NARRATIVE Page 1 of 1 SECTION 00 32 15.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: Company Name: City Project No: Engineer's Project No: City Project Manager: Engineer's Project Manager: A. List of activities accomplished in the reporting period. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. List of activities to be accomplished in the next reporting period 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) C. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) D. fist any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects TPW Official Release Date: 7.20.2018 Page 1 of 1 0032 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 1 of 7 SECTION 00 32 15.4 CONSTRUCTION PROJECT SCHEDULE — SUBMITTAL PROCESS PART1- GENERAL The following information provides the process steps for the Contractor to follow for submitting a project baseline or progress schedule for a capital project to the City of Fort Worth. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. If you are not a registered CFW Buzzsaw user, please email or contact: Fred Griffin, Buzzsaw Administrator City of Fort Worth Fred.Griffin@fortworthgov.org 817-392-8868 Using your registered username and password log into the City's Buzzsaw Site Navigate to your Project Folder. Verify that your Project ID and Project Name are consistent with Project Folder Name. Navigate to the Schedule Directory under your Project Folder. The 00701-Flaxseed Drainage Improvements project is used for illustration. Paving, Water & Sanitary Sewer Replacement for CFFY OF FORT WORTH 2O18 CIP Year 2, Contract 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. t01477 Revised JULY 20, 2018 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE— SUBMITTAL PROCESS Page 2 of 7 Pm- O TPWe radhgov w I '9mm" * _ _ -_ FnMm■ _ d* • i Bid Forms xl l+. i . a fifes index.xls = :d'3ritf;n 16,384 Microsoft Exml'.d... Bid Responses CM5i U0U" Cnsultants Contractor � Ca espondence 1 ` General Contract Documents and Sl 1 Project DraHmgs i Public Meetings a Rc _' Property 4 J tlk=l+s f07 - J as• .i ages Central -Duster i = 4 00705 -Jrban Villages Cei-tral Duster i C0706 - Jrban Villages SE Cluster Bei y + (*� 00706 - Jrban Villages SE Ciuster Ner . en730-.�-fir c UC758-Mk{ Road ' i 00778 -1ebm Channel c �I 00786 -Summer Creek &Sycamore Sch +00787-Gronbury Road-ktmsc: �a} l� K.42 r.,'0, u.{_ FA i`^ Aire h.iv i�W 60 >•+f: 6 0,—*� 9nW Mt. 7 Wea b: Co + W: d 1o4raiiL JfFb' 7 r.;.:rCiJ N . eked 319E Wd Two files will be uploaded for each submittal: A native schedule file format either Primavera .xer or MS Project .mpp and a PDF version of the schedule will be uploaded Verify that the file name contains the 5-digit Project ID, Project Name, and Submittal Date and follows the standard naming convention. Initial schedule submittal will be labeled as `Baseline' for example: 00701-FlaxseedDrainagelmprovements-Baseline Schedule submittal updates will be labeled with Schedule Submittal Date `YYYY_MM' for example: 00701-FlaxseedDrainagelmprovements-2009 01 Expand or select the Schedules folder and add both the native file and PDF file to the directory. From the Toolbar Select --Add Document CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised JULY 20, 2018 City Project No. 101477 I File Fdit Vlew Tools Help a J ' Add wing ProjeM for, rBuzzs_siv [[ Note 9'= 31 Link Folder 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 3 of 7 X fi X 4r V _-,l3l1!Aa1 J ti ff Q 00701 -Flaxseed Drainage Improverrer { . Bid Farms j Bid Responses + Construction Cunsdtants Contractor Correspondence ? ( General Contract Documents and Sped + CJ Project Drawings + PulAc Meetings + fReal Property Schedules Index.xls L.-I Utilities ,+ 00705 - Urban Villages Central Cluster Six F + `+ 00705 - Urban Vilages Central Cluster Sour + 00706 - Urban Villages SE Cluster Berry-Riv + 00706 - Urban Villages SE muster Near Eas r 00730 - Sanitary Sewer Rehab Contract LX + 00755 - Mesquite Rd 2004 CIF Year 1 (Des .+ 00768 - Dirks Road - Bryant Irvin to Granbt OD778 -Lebow Channel ±. 1.1 00786 - Summer Creek & Sycamore school ti.. k Select Browse and go to the location of the files on your desktop. Select Open {� -elect ct_�ti La add to fie pomi iwb.mle. tou cm•ba aid M a[c vnert Aepoli3ir*borL5P Siekct i.. n.ero>.Lnrts Art■Gt Earnest Sard ENO W6"< tl lm • C ' 0- [i>}' ID sklop _ b`t. 17aianents rdiridjet MindManager Pro 7 -. computer Wto,sicnotes Player 7 1�� 0pikF • "W. Network Places '_; I'LBve Prufects �- Adobe Acrobat8Professlonal 'I liaardingpass.pdf r 6­1-' Lff ?&L�tn CDs&DVDs .Buzzsaw 2008 #OiarType Tung ID Cool Remed Ldit Pro R 1oP C412M HILL VPN Crosswind PMP Exam Sim 7.1 Fiezilla Client Crystal Reports 200E Google Earth M�ADell Quid; Reference Guide.pdf s ' •iP Photos art Express & Disk Detragmenter it :. - Photosmart Premier J' Free Sound Recorder Tt,f, Solution Center gFreeSoundRecorder.exe F#_� �tJll1'assconnect j)taptopsecudty �Cp�a �=T.nes r�logirs.7PG Microsoft Visio Version 2002IM1641 Cut eBook 4 NetMeetng i LYrMd" Flom � il raq++ il fkr t� FJn d dye I Ni Has C'j C ek 11—i The file will appear in the Buzzsaw Add to Project — Select Documents window Select Next. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised JULY 20, 2018 City Project No. 101477 003215A-0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 4 of 7 Do not select Finish at this time. D 5*0 co.upMky on add t, fhe wapy v_eh otr. rn.i ran Am odd k3 6oar mrern R4yrpbtyr (mbrm. nb- I 5e4ect '� — r Miaruments � Eww' t is F'3r ram. — — — J r-1 L""Mbqkj- I�nG+t'J:�a�'d�aiFgdmQo�'orients_Pq�a3ti.YeiJrC7�$balSrtnL-rd_.. M4hAG3�}l � w't I i _' J C ii�i' You will be placed into the Attach Comment window to enter a record into the Project Schedule Submittal Log. Enter the Project ID -Project Name -Submittal in the Subject Line. Type Submittal and Company Name into the Comment window along with Contact Name and Contact Phone Number. Select Next. —I f] CreeM & ¢wnmAm 1Ntbecww* #* wra;q de -vw wW kvr * cuuonflern for Nos b" ftdded nrs rtea h dpmna 6e4=ct Documents I— }dd tonmKr�l lA rxw. dY.vemr5 j �'t'ACraICDiaR12At la JAJ HfN Erv., 3cE�itl A4�1f400sC�IM1o419eb�iYo4YAM'M�6• ine I♦NEh[ehm• — — — — rdxduk fubrr !M from'Company Name` Contact Name pntaCt PI1Dne ,Jpdate Schedule Subin'ttal from'Company Name' for work performed up to January 31, 2009 :'Intact Nrme LOMart Phnnel rat. Grrmh CMfX311_ CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised I LILY 20, 2019 City Project No. 101477 003215A-0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 5 of 7 You will be placed into the Send Email Notification window. Select To and the Select Recipients window will appear with a list of Project Contacts. Select the Project Manager as the To Recipient and the Project Controls Group as the Copy Recipient. luvt�r sacs =luster Sn�l sr 14—E.r r Dear s r-h,r,,.-.,I...II... osaNr�IlFws rv..Frlaa*.mrNr.na.or .l y.ia.W [r�IN.salr., ....�..-• - PAY I. few OV'll I - Flaxsaed Dn-Ml Na.4 ' ``I T... 5... CF... Pao... Trey T.- 5.,, C.... "., N..... Ne... Wn... 31... T. oY ]a... T.1... ]ac... Ne... Vic... _+ y 11... T... W... Tn-... 121... Nic... vapnd.., v... T... cF... zrz... Wrnd Y 1Niam ... W.. G., Yvet[c Y F osetlN... Np... W A,ble ... A... N... cN 1/P... kN - j sn... NF �rYY Fh h(,l Y .... N. 5.,. 5... Gt3... 117... [nf... Yu. 4. aWa I I �aYJ ! Select the Paste Comment button to copy the Comment into the body of the email Select Finish. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised JULY 20, 2018 City Project No. 101477 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE— SUBMITTAL PROCESS Page G of 7 E3 Surd mtut W V1m pio)eet roLri ni!e For Me new sipdNed&L Ttm step a �iptl6nal ;elect Documents r :tea-_amment ,—+ + � I 0scrid Finai I,, I Fred V iffin i Ik►kINt57l�or, IAtpiectEmprias-ream t`j I — 9J1,ftm OO7E31r .HD aiDrainageimprouements-Baseline ---�.r=y>ou '�-' lvxkti!$afi ,.o�¢IdYR'raime Contact Name :ontactPhone r 1pdnte Schedule Submittal from'Comi Name' for vre-k performed up to January 31, 2609 E ?Contact Name :ontactPhone F -%h I `"ram` 1 -Nk, The schedule file is uploaded to the directory. An email is sent to the City's Project Manager and Project Control Specialist. 3r La+ Y . md. pb^' JVI �6s. J`�' J' •w }[ V tr-' 'd x',r ,J w. v •+r,+ I�fORN�Ih,a6V • L j ad Forms . '� ad Responses cwratruceon ca„nar trr L7 �+'esPanden�e • Q General Contract Documents and Sped + �l Project Drawings _I PubEic Meei;rws + L:J Real Property adrdules .# D0701-FlaxseedDrainegelmprovem .L' Shced.le,T dex.xis EJ r lb 00705 - Drban Villages central Cluster Six F [_?q5 - ,rEhr xvpc Cenhm m 7riar '_an t lb G:6 .E:r�:55 aW:E 3.:lu'Ee-r �.. f 1kui fhw. iE a7 ib tkr ESE f Dh73p-Sanitary Seur'ar Rehab Can3ra[i lY a 00755 -Mesquite Rd 2004 CIP fear I (Des Upload the PDF file using the same guideline. M—R Excel tv...- Auble Nan... 74.250 XER he jBIMC9 END OF SECTION CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised JULY 20, 2018 City Project No. 101477 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised JULY 20, 2018 City Project No. 101477 0035 13 CONFLICT OF INTERYST AFFIDAVIT Page I of 1 SECTION 00 3513 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent to a City of Fort Worth procurement is required to complete a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. If a member of the Fort Worth City Council, any one or more of the City Manager or Assistant City Managers, or an agent of the City who exercises discretion in the planning, recommending, selecting or contracting with a bidder, offeror or respondent is affiliated with your company, then a Local Government Officer Conflicts Disclosure Statement (CIS) may be required. You are urged to consult with counsel regarding the applicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may be downloaded from the lirllcs provided below. has://www.ethics.state.tx.us/data/forms/Con-flicttCIQ.pdf hos://www.ethics.state.tx.us/dgl@ZfoMI/confl!CVCIS.p IX CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary 0 CIS Form does not apply 0 CIS Form is on File with City Secretary 0 CIS Form is being provided to the City Secretary McClendon ConshuWoii Coo, ;M. BIDDER: P.O. BOX g Burled TX 76M Company Address City/State/Zip Title: PAOS;494 END OF SECTION (Please Print) MAI Paviri& Water, & Sanitary Sewer Replacement for CITY OF FORT WORTH 2O18 CIP Year 2, Contract 18 STANDARD CONSTRUCTION SPECIFICATION DOCUA037NTS City Project No. 101477 Revised February 24, 2020 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 81DPROPOSAL Pegs 1 af6 Bidder's Application Project Item Information Bidders _Proposal I Unit Price Bid value item No Bid list Item No. Descr pt on -1 Specification SectioaDlo. 1Measure V for Bid Quantity Unit 1 - Water Improvements fa 3311,0651 24" DIP Water- 33 11 10 LF 1,568 $ *1 b 33i 1.D681 24" Concrete AWWA C303 Water Pipe* 33 11 13 LF 1,588 $ *2a 3311.0001 Ductile Iron Water Fitlingswl Restraint' 3311 11 TON 5 $ *2b 3311.0021 C303 Fittin a 3311 13 LS 1 $ *3a 3311.0664 24" DIP Water(Restrained Joints' 3311 10 LF 140 $ '3b 3311,0684 24" Concrete AWWA C303 Water Pie Restrained Joints)* 3311 13 LF 120 $ J"Contractorto provide Unit Price/Bid for only one at the pipe material alternatives for items 1, 2 and 3. DO NOT PROVIDE UNIT PR1CV1311i FOR EACH ALTERNATIVE. 4 1 3311.0001 Ductile Iron Water FittingswlRestraint 331111 TON 5 $ - 5 3311.0461 12" PVC Water Pipe 33 11 10, 33 11 12 LF 570 $ 6 3311.0261 8" PVC Water Pipe 33 11 10. 33 11 12 LF 7,777 $ - 7 3311.0161 6" PVC Water Pipe 3311 12 LF 34 $ 8 3305.0202 IMPORTED EMBEDMENT/BACKFILL, CBS 330510 CY 10 $ - 9 3305.0203 IMPORTED EMBEDMENTIBACKFILL, CLSM 33 05 10 CY 10 $ 10 3305,0207 IMPORTED EMBEDMENTIBACKFILL, SELECT FILL 33 05 10 CY 10 $ 11 3311.0351 10" DIP Water 33 11 10 LF 50 $ 12 3312.3008 24" Gate Valve wI Vault 33 12 20 EA 1 $ 13 3312.3005 12" Gale Valve 33 12 20 EA 1 $ 14 3312.3004 10" Gate Valve 33 12 20 EA 1 $ 15 3312.3003 8" Gate Valve 331226 FA 20 $ - 16 3312.3002 6" Gate Valve 331220 EA 10 $ 17 3312,0001 Fire Hydrant 331240 EA 7 $ 18 3312.20D1 1"Water Senrice,Meter Reconnection 331210 EA 287 $ - 19 3312.2003 1" Water Service 331210 EA 293 $ 20 3312.2004 V Private Water Service Relocation 33 12 10 LF 1,900 I $ 21 3312.6003 8" Blow Off Valve 33 12 60 EA 1 $ 22 3312,0109 Connection to Existing 30" Water Main 33 12 25 EA 2 $ - 23 3312.0108 Connection to Existing 24" Water Main 33 12 25 EA 1 $ 24 3312.0117 Connection to Existing 4"-12"Water Main 33 12 25 EA 25 $ - 25 3312.4210 24" x 10" Tapping Sleeve & Valve 33 12 25 EA 1 $ 26 0241.1304 Remove 10" Water Valve 34114 EA 2 $ 27 0241.1303 Remove 8" Water Valve 3 41 14 EA 2 $ - 28 0241.1302 Remove 6" Water Valve 0241 14 EA 12 $ 29 0241_1400 Remove Conc Valley Gutter 0241 15 BY 15 $ 30 0241.1510 Salvage Fire Hydrant 0241 14 EA 4 $ - 31 0241A511 Salvage 3W'Water Meier 024114 EA 1 $ 32 0241.1512 Salvage V Water Meter 02 41 14 EA 1 $ 33 0241.1118 W" Pressure Plug 0241 14 EA 1 $ - 34 3304.0002 Cathodic Proleclion Design (for DIP, Concrete) 330412 LS 1 $ 35 3304.0002 Cathodic Protection Installation (for DIP, or Concrete) 33 04 12 LS 1 $ 36 3304.0101 Temporary Water Services 33 04 30 LS 1 $ 37 3305.0109 Trench Safety 33 05 10 LF 5,000 $ - 38 3201.0111 4' Wide Asphalt Pvmt Repair. Residential 32 01 17 LF 37 $ 39 3201.0122 5' Wide Asphalt Pvrnt Repair, Arterial 32 01 17 LF 18 $ 40 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 3201 17 BY 30 $ 41 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 3201 17 1 BY 25 $ 42 3201.0614 Gone Pvmt Repair, Residential 32 01 29 BY 361 $ 43 3201.0400 Tern ora Asphalt Paying Repair 2" HMAC on 6" Flexbase 32011.8. LF 14,061 $ 44 0241.1700 11" Pavement Pulverization (James Ave a@ Rippy intersection) 02 41 15 BY 224 $ 45 3212.0303 3" Asphalt Pvmt Tye D fLames Ave g Rippy intersection 32 1216 BY 224 $ 46 9099.0002 Cem-Lime (@32lbsISY) 99913.0002 TN 4 $ - 47 3216.0301 7" Conc Valley Gutter, Residential 321613 BY 39 $ 48 3305,0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 4 $ 49 0171.0101 Construction Staking 01 71 23 LS 1 $ 50 0171.0102 A"u€It Survey Red -Line Survey) 017123 LS 1 $ 51 3125.0101 SWPPP? 1 acre 3125 00 LS 1 $ 52 3471.0001 Traffic Control 3471 13 MO 5 $ 53 1 3471.0002 Portable Message Sign 3471 13 WK 5 $ 64 3305.0003 8" Waterline Lowering 330512 EA 2 $ - 55 9909.0001 lConstruGtIon Allowance 00 72 11 LS 1 $ t00 DDD.00 $ 100,000.00 Subtotal Unit 1- Water Improvements x 4- non - CrryOFfMTWORTtI WA,Sudi ySewer[aviasRepSac®eat mr STANDARD CONSTRUC770N 8MCIFICAi1ON DOCMmwTs 2018C1PVp .2,C.Uh 18 F Fcid 20120120 MyPagatNo- 10r477Addeadurn Nn.laid Pr+p-1Wwkb-k SECTION 00 42 43 PROPOSAL FORM UNIT PRICK BID 004243 ©to PROPOSAL P.R.2 of6 Bidder's Application Project Itom I¢fonnatia¢ -Fla Bidder's Proposal No Bid Gst Item No. Description SpeciSca[ion Section No. Unit of ,7eas11� Bid Q¢anEity U-T Prjcc Bid Value Unit Sanitary SewerImprovements 1 3331.4115 8" Sewer Pi a Open Cut) 1110, 33 31 12, 33 31 LF 171 $ 2 3331.1102 6" to 8" Pipe Enlargement 333123 LF 1,642 $ 3 3331.1102 8" In B" Pipe Enlargement 3331 23 LF 1,164 $ - 4 3339A 001 4' Manhole 33 39 10,33 39 20 EA 11 $ 5 3339.1003 4' Extra Depth Manhole 33 39 10. 33 39 20 VF 8 $ 6 3305.0112 Concrete Collar 33 05 17 EA 12 $ 7 3305.0114 Manhole Adjustment, Majorw/ Cover 33 05 14 EA 1 $ 8 3305.0202 IMPORTED EMBEDMENTIBACKFILL, CSS 33 05 10 CY 10 $ 9 3305.0203 IMPORTED EMBEDMENTIBACKFILL, CLSM 330510 CY 10 $ W 3305.0207 IMPORTED EMBEDMENTIBACKFILL, SELECT FILL 33 05 10 CY 10 $ 11 3331.3t01 4" Sewer Service 33 31 50 EA 3 $ 12 3331.1201 Service Reinstatement, Pipe Enlargement (Includes Service Line to Easement & 4" Two Wa Cleanout 33.31 23 EA 90 $ - 13 3301,0001 Pre -CCTV Inspection 33:01 31 2,977 $ 14 3301.0002 Post -CCTV Inspection 330131 2,977 $ - 15 3301.0101 Manhole Vacuum Testing 33 0130 11 $ 16 3305.0103 Exploratory Excavation for Exisling Utilities 3305.30 KEA 2 $ - 17 3305.0109 Trench Safety 33 0510 171 $ _ 18 241,2201 Remove4'Sewer Manhole 024114 1019 3125.0101 SWPPP >_ 1 acre 312500 1 $ - 20 F 3292.0400 Seeding, H dromuleh 32 92 13 SY 221 $ 21 3201.0112 5' Wide Asphalt Pvmt Repair, Residential 3201 17 LF 51 $ - 22 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 3201 17 SY 20 $ 23 W71.0101 Construction Staking 01 71 23 LS I $ - 24 0171.D102 As -Built Survey (Red -Line Survey) 01 7123 LS 1 $ 25 3471.0001 Traffic Contral 34 71 13 MO 3 $ 26 9999.0015 Sag Adjustment 33 31 23 LF 256 $ 27 3110.0102 W-12" Tree Removal 31 10 00 EA 3 $ _ 28 3110.0103 12"-18" Tree Removal 31 1000 EA 2 $ 29 3110,0104 18"-24" Tree Removal 31 1000 EA 2 $ - 30 0241.0500 Remove Fence 02 41 13 LF 20 $ 31 3231.0123 6' Chain Link Fence, Aluminum 32 31 13 LF 10 $ 32 3231.0412 6' Fences, Wood 3231 13 LF 10 $ 33 1 3305M005 12" Waterline Lowering 330512 EA 1 $ 34 9999-0001 lCons1ruclionAllowance 17211 LS 1 $ 50000,00 $ 60,000.00 Subtotal Unit 2- Sanitary Sewer Improvements $_ 50,000.00 CITY OrrORT WORTTI STANDARD CONSTRUCTION SPECIRCATTON DOCUMbkus T, Rc"in,.,2p120 water, Se"itary 9-Pali4gR4acc for 20t5 CEP Y r2,C-t,.a I C1Ly PmjedNm 101477Addvd=Na_ 1 Bld Ptarosal WoA-book 004243 13171 PROPOSAL, Pepe T eFG SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Tniarinetion lain Bid l st Item No. Description No. __ Unit 3- Pavinq Improvements Spedfication Section No. Unit of bSeasure Bid Quantity __ Bidders Proposal Unit Price Bid Value 9 0171.0101 Construction Staking 0171 23 LS 1 $ 10 0241.0100 Remove Sidewalk 0241 13 SF M,000 $ 11 0241.0200 Remove Step 0241 13 SF 47 $ 12 0241,0300 Remove ADA Ramp 0241 13 E4 16 $ - 13 0241.0401 Remove Concrete Drive 0241 13 SF 26,603 $ 14 0241.0402 Remove Asphalt Drive 0241 13 SF 2,042 $ 15 0241.0403 Remove Brick Drive 02 41 13 SF 206 $ 16 0241.0500 Remove Fence 02 41 13 LF 120 $ V 0241.0600 Remove Wall <4' 02 41 13 LF 114 $ 19 0241.0700 Remove Mailbox 0241 13 FA 8 1 $ 19 0241.1000 1 Remove Concrete Pvmt 02 41 15 SY 8,000 $ 11TV OF FORT WORM Winer, S-ilary SewerMdag Rupleec -t rw STANDARD CONSTRUCTION SPECIFICATION IK7UWN"13 20I3CIPY r2,Coetraig Fb— Revised 20120IW Cily PmjmlNo. 101477 Addmd=Na I IDd t mP=1 WaRbook SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 004241 lirn PROPOSAL Np4oFG Bidder's Application Project item Information Bidder's Proposal rem No. Hid list Item No. Description Specification Section No. Unit Measunt t Bid Quantity Unit Price Sid Value 73 3441.4003 Fumishllnstall Alum Sign Ground Mount City STO 34 41 30 EA 4 $ 74 3441.4108 Remove Sign Panel and Post 34 41 30 EA 6 $ 75 3441.4110 Remove and Reinstall Sign Panel and Post 34 41 30 EA 12 $ 76 3471.0001 Traffic Canlrol 34 71 13 MO 6 $ - 77 3471.0062 Portable Message Sign 3471 13 WK 5 $ 78 9999.0003 install Post Mount Mailbox 024113 EA 3 $ 79 9999.0004 Install BdcklMasonry Mailbox 13241 13 FA 8 $ 80 9999.0005 Install Conc Steps 32 13 20 5F 47 $ 81 9999,0006 Remove and Replace Inlet Top (5 Foot) 33 05 14 EA 6 $ 82 9999.0007 Remove and Replace Inlet Top (10 Foot) 33 05 14 EA 2 $ - 83 9999.0008 Remove and Salvage Ground Box 34 41 10 FA 4 $ 84 9999.0009 iLaydown Conc Curb 32 16 13 LF 25 $ 85 9999.0010 Barrier Free Ramp, Type Modified R-1 R-1A 32 13 20 FA 12 $ 86 9999.0011 Barrier Free Ramp, Type Modified R-1 (R-113) 321320 EA 1 $ 87 9999.0012 Remove Ex. Wood Retaining Wail 02 41 13 LF 37 $ 88 9999.0013 Remove and Replace Curb Address Tile 32 17 25 EA 5 $ 89 0999.0014 Miscellaneous Utility Adjustment (Irrigation) 33 05 14 LS 1 $ 30,000.00 $ 30.000.0D 90 9999.0001 Construc8on Allowance an 00 OD LS 1 $ 100,000.00 $ 100,000.00 5ubfoiat Unit 3- Pavia Improverrwntc $ 130.000.00 err WFMTrvortl7r SrAWARU CONSIRUI Form ReA.daoimm Water; Smi"Sew NvingRepfscmneat§� 2018 CrP Ywr 2, Contact 18 Cityi'r jeANo. IM477 Addmd= No. i Hid Props m wmkwok SECTION 00 42 43 PROPOSALFORM UNIT PRICE DID 004241 BU) PROPOSAL P"ge 5 of6 Bidder's Application Project Item Information Bidder's Proposal Item NO Bid list Ifem No. Vescrip[ion specification Section No. IIni[ of Measure Bid Quantity Unit Price Bid Value Unit 4- Drainage Iry rovements 1 0241.3001 Storm Line Grouting 02 41 14 CY 85 $ - 2 0214AOOI Remove 10' Curb Inlet 0241 14 EA 1 $ 3 9999.0016 Remove 5' Curb Inlet 0241 14 EA 1 $ - 4 0241 A506 2" Surface Milling 02 41 15 SY 867 $ - 5 3201.0126 8' Wide Asphalt Pvmt Repair, Arterial 3201 17 LF 179 $ - 6 3201.0400 Tem ora Asphalt Paving Repair 2" HMAC on 6" Flexbaso 32 01 18 LF 488 $ 7 3212.O3p2 2" Asphalt Pvmt Type D 32 12 16 SY 867 $ 8 3217.0001 4" SLD Pvmt Marking HAS (W) 32 17 23 LF 820 $ - 9 3217.0002 4" SLD Pvmt Marking HAS 221723 LF 360 $ 10 3217.0201 8" SLID Pvml Marking HAS 32 17 23 LF 40 $ 11 3217.1006 Lane Legend Bike 32 17 23 EA 1 $ 12 3217.1002 Lane Legend Arrow 32 17 23 EA 1 $ 13 103 REFLRaised Marker TY11--A-A 321723 EA 12 $ - 14 104 REFL Raised MarkerTY II-C-R 32 1723 EA 82 $ 15 012 g34 Post -CCTV Inspection of Stormline 33 01 31 LF 488 $ 16 109 Trench Safety 330510 LF 543 $ 17 201 21" RGP, Glass 111 33 41 10 LF 55 $ 18 309 36" RCP, Class It[ 3341 10 LF 480 $ 19 3305.0112 Concrete Collar 33 05 17 FA 2 $ 20 3306.0116 Concrete Encasement for Utility Pipes 330510 CY 3 $ 21 3341,0001 4' Storm Junction Box 33 49 10 EA 3 $ 22 3349.5001 10' Cunt Inlet 33 49 20 EA 2 $ - 23 3471.0001 Traffic Control 3471 13 MO 1 $ - 24 9999.0001 Construction Allowance 00 00 00 LS 1 $ 30,000.00 $ 30,Op0.00 Subtotal Unit4.0raina a improvements $ 30 000,00 CrTY OF rOPT WOR11i STANDARD CONSTRUC'HON SPBCIRCATTON DOCUMENTS F—Revised 20120120 W&I , S"nilmy b'BkYr paving Replo—ot fw 2018 CTP Year 2, Cantmcl lS CityPmiectNe. 101477 Aidmd=No. I Hid Propmar Wod beak SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 00 42 43 Ain PROPOSAL Page fi aM Kidder's Application Project beminfo—aiien Bidders Proposal ,am Bidlist Item Na. Aescri tioa NO P Unit 3 ALTERNATE A - POL PAVING IMPROVEMENTS, SELECT STREETS Specification Section No. Uniraf Me�ure BidQuantity Unit Price Bid Value T la 2a 0241.1700 3212.0303 11" Pavement Puivedzation 3" Asphalt Pvmt Type D 02 41 15 32 12 16 SY SY 20 025 20 025 $ _ $ 3a 9999.0002 Cem-Lime 32lbs1S 9099.0002 TN 451 $ 4a 3216,0101 6" Conc Curb and Gutter 32 16 13 LF 13.814 $ 5a 3123.0101 Unclassified Excavation b Plan 31 23 16 CY 385 $ Sa 3216.0301 Cone. Vale Gutter Residential 32 16 13 SY 539 $ 7a 3305.0111 Valve Box Adjustment wl Conc Collar 33 05 14 EA 24 $ $a 3395.0912 Concrete Collar 33 05 17 FA 3 $ Subtotal Unit 3 ALTERNATE A - POL PAVING IMPROVEMENTS, SELECT STREETS Unit 3 ALTERNATE B - CONCRETE PAVING IMPROVEMENTS, SELECT STREETS 1b 3213.0101 6" Conc Pvmt (Dickson St., Livingston Ave., James Ave., & Willing Ave.) 321313 SY 22,535 $ 2b 3211. 7701 8" Lime Treatment 32 11 29 SY 24,032 $ 3b 4b Sb 6b 3211.0400 3123.0101 3216 0909 0241.1100 H drated Lime 40 Ibsls Unclassified Excavation by Plan 6" Conc Curb and Gutter Remove Asphalt Pvmt 321129 31 23 16 32 1613 0241 15 TN Cy LF SY 481 2,60o 169 20,025 $ $ $ $ 7b 1 3305.0111 Valve Box Ad ustment — _ _ 330514 EA 24 Subtotal Unit 3 ALTERNATE B - CONCRETE PAVING IMPROVEMENTS, SELECT STREETS - _ $ Summary of Bids ISubtotal Subtotal Unit 1- water Improvements Subtotal Unit 2- Sanitary Sewer Im rovements Subtotal Unit 3- Paving Improvements Unit 4- Drainage Umprovernent Subtotal Unit 3 Alternate A - POL Paving Improvemmts, Select Streets $ 100,000.00 $ 50,000.00 $ 130,000.00 $ 30,000.00 $ Subtotal Unit 3 Alternate B - Concrete Paving Improvements, Select Streets $ Total Bid Units 1, 2,3141 $ 310,000,00 Total I (Total Bid Units 1, 2, 3,4 & Alternative 3 A) $ 390,000.00 _ Total 2 Total Bid Units 1, 2, 3, 4 & A.Itcrnative 3 B) $ 310,000.00 The City reserves the right to select the responsible low bidder of either Total 1 or Total 2 CITY OFFORT WORIH STANDARD CONSTROC7ION SPMI ICATION DCCUMR Ts F—R-Li d20i20120 Water, Sanitmy S1,-Ph,&zRgA—,ela far 2019 CIP Y-2, C."a tI8 CRYProjed Na_ 101477 AddmdwaN,. 1 aid Hopp al wwlrbwt 00 41 00 BID FORM Page 1 of 4 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR. 2018 CIP Year 2, Contract 18 City Project No 101477 Units/Sections: Unit 1 -Water Improvements Unit 2 - Sanitary Sewer Improvements Unit 3 - Paving Improvements Unit 4 - Drainage 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. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTH Water, Sanitary Sewer Paving Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Form Revised March 9, 2020 City Project No. 1 W477 Addendum No, 1 Bid Proposal Workbook 00 41 01) BID FORM Page 3 of 4 3. Prequallification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a_ Water Transmission, Urban/Renewal, 24-inches and smaller b. Sewer Collection System, Urban/Renewal, 8-inches and smaller c. Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) d. Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) e. Sewer Pipe Enlargement, 12-Inches and smaller f. Cathodic Protection g. Roadway and Pedestrian Lighting 4. Time of Completion 4.1 _ The Work will be complete for Final Acceptance within 420 calendar 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 4100 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 Statement, 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 CITY OF FORT WORTH Water, Sanitary Sewer Paving Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Form Revised March 9, 2020 City Project No. 101477 Addendum No. 1 Bid Proposal Workbook 00 41 00 BID FORM Page 4 of 4 G. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the 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. Total Bid 7. Bid Submittal This Bid is submitted on 09/17/2020 Respe aullysiffed, By: •1� Ignaattpure) ` (Printed Name) Title: President Company: McClendon Const Co Inc Address: PO Box 999 Burleson, TX 76097 State of Incorporation: Texas Email: dan@mcctendonconstrucnon.con Phone: 8171295-0066 END OF SECTION $7,990,146.00 by the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: DM 4w1 au _I Corporate Seal. CITY OF FORT WORTH Water, Sanitary Sewer Paving Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract is Form Revised March 9, 2020 City Project No. 101477 Addendum No. 1 Bid Proposal Workbook SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 004243 131DPROPOSAL Page 1 "f 7 Bidder's Application Project item infonnation BWces Proposal Item gid list immNo. NO. Description p S eciflcation SeaionNo. P Umt or Measure Bid Quantity Unit Pr ce Bid Value (Unit 1 - Water Improvements Aa 3311.0651 24" DIP Water* 3311 10 LF 1,568 $ 255.00 $ 399,840.00 *1b 3311.0681 24" Concrete AWWA C303 Water Pipe" 3311 13 LF 1,588 $ - $ *2a 3311.0001 Ductile fron Water Fittings wl Restraint' 33 11 11 TON 5 $ 8,500.00 $ 42,500.00 *2b 3311.0021 C303 Fittings` 3311 13 LS 1 $ - $ - *3a 3311.0654 24" DIP Water (Restrained Joints)' 3311 10 LF 140 $ 295,00 $ 41,300.00 L.2b 3311.0684 24" Concrete AWWA C303 Water Pipe (Restrained Joints)* 33 11 13 LF 120 $ - $ I"Contractor to provide Unit Price0d for only one of the pipe material alternatives for items 1, 2 and 3, DO NOT PROVIDE UNIT PRICEIBI❑ FOR EACH ALTERNATIVE I 4 3311.0001 Ductile Iron Water Fittings wl Restraint 331411 TON 5 $ 7,8D0.00 $ 39,000.00 5 3311.0461 12" PVC Water Pipe 33 11 10, 3311 12 LF 570 $ 120.00 $ 68,400,00 6 3311.0261 8" PVC Water Pipe 33 11 10, 33 11 12 LF 7.777 $ 76.00 $ 591,052.00 7 3311.0161 6" PVC Water Pipe 33 11 12 LF 34 $ 68.00 $ 2,312.00 8 3305.0202 IMPORTED EMBEDMENT/BACKFfLL, CSS 33 05 10 CY 10 $ 175.00 $ 1,750.00 9 3305.0203 IMPORTED EMBEDMENTIBACKFILL, CLSM 33 05 10 Cy 10 $ 200.00 $ 2,000.00 10 3305.0207 IMPORTED EMBEDMENT1BACKFILL, SELECT FILL 33 05 10 CY 10 $ 125.00 $ 1,250.00 11 3311.0351 10" DIP Water 3311 10 LF 50 1 $ 110.00 $ 5,500.00 12 3312.3008 24" Gale Valve wl Vault 33 12 20 EA 1 $ 40,600.00 $ 40,500.00 13 3312.3005 12" Gate Valve 33 12 21) FA 1 $ 2,900.00 $ 2,900.00 14 3312.3004 10" Gate Valve 33 12 20 EA 1 $ 2,700.00 $ 2,700.00 15 3312.3003 8" Gate Valve 33 12 20 EA 20 $ 1,650.00 $ 33,000.00 16 3312.3002 6" Gate Valve 33 12 20 EA 10 $ 1,250.00 $ 12,500.00 17 3312.0001 lFire Hydrant 33 12 40 EA 7 $ 5,150.00 $ 36,050.00 18 3312.2001 1" Water Service, Meter Reconnection 33 12 10 EA 287 $ 350.00 $ 100,450.00 19 3312.2003 1"WalerSefvice 331210 EA 293 $ 1,50D.00 1$ 439,500.00 20 3312.2004 1" Private Water Service Relocation 33 12 10 t-F 1.900 $ 20.00 $ 38,000.00 21 3312.6003 8" Blow Off Valve 33 12 60 EA 1 $ 72,500.00 $ 12,500.00 22 3312.0109 Connection to Existing 30" Water Main 33 12 25 EA 2 $ 20,500.00 $ 41,000.00 23 3312.0108 Connection to Existing 24" Water Main 33 12 25 EA 1 $ 14,500,00 $ 14,500.00 24 3312.0117 lConnection to Existing 4"-12" Water Main 33 12 25 EA 25 $ 3,00D.001 $ 75,000.00 25 3312.4210 24" x 10" Tapping Sleeve & Valve 33 12 25 EA 1 $ 11"900.001 $ 11,500,00 26 0241,1304 Remove 10" Water Valve 3 41 14 EA 2 $ 250.00 $ 500.00 27 0241.1303 Remove 8" Water Valve 3 41 14 EA 2 $ 250.00 $ 500.00 28 0241.1302 Remove 6" Water Valve 02 41 14 EA 12 $ 250.00 $ 3,000.00 29 0241.1400 Remove Conc Valley Gutter 0241 15 SY 15 $ 9.00 $ 135.00 30 0241.1510 Salvage Fire Hydrant 02 41 14 EA 4 $ 700,00 $ 2.800.00 31 0241.1511 ISalvage 314" Water Meter 02 41 14 EA 7 1 $ 250.00 $ 250.00 32 0241A512 Salvage 1"Water Meter 024114 FA 1 $ 250.00 $ 250,00 33 '9241.1118 10" Pressure Plug 02 41 14 EA 1 $ 500.00 $ 5130.00 34 3304.0002 Cathodic Protection Design (for DIP, Concrete) 33 04 12 LS 1 $ 20,000.00 $ 20.000.00 35 3304.0002 Cathodic Protection Installation (for DIP, or Concrete) 33 04 12 LS 1 $ 30,000.00 $ 30,000.00 36 3304.0101 Temporary Water Services 33 04 30 LS 1 $ 195,000.00 $ 195,000.00 37 3305.0109 Trench Safety 33 05 10 LF 5,000 $ 1.00 $ 5,000.00 38 3201.0111 4' Wide Asphalt Pvmt Repair, Residential 3201 17 LF 37 $ 125.00 $ 4,625.00 39 3201 R122 15r Wide Asphalt Pvmt Repair, Arterial 32 01 17 LF 18 $ 150.00 $ 2,700.00 40 32D1,0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 32 01 17 SY 30 $ 75.00 $ 2.250.00 41 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 3201 17 SY 25 $ 75.00 $ 1,875.00 42 3201.0614 Conc Pvmt Repair, Residential 32 01 29 SY Sol $ 102.00 $ 30,702.00 43 3201.0400 Temporary As half Paving Re air 2" HMAG on 6" Flexbase 3201 18 LF 14,061 $ 19.00 $ 267,159.00 44 0241.1700 11" Pavement Pulverization (James Ave @ Rippy intersection) 0241 15 SY 224 $ 13,25 $ 2,96B4O0 45 3212.0303 3" Asphalt Pvmt Type D (James Ave @ Rippy intersection) 32 12 16 SY 224 $ 41,50 $ 9,296.00 46 9999.0002 Cem-Lime (0321bsISY) 9999.0002 TN 4 $ 200.00 $ 800.00 47 3216.0301 7" Conc Valley Gutter, Residential 32 16 13 SY 39 $ 115.00 $ 4,485,00 48 3305,0103 Exploratory Excavation of Existing Utilities 33 05 30 EA 4 $ 3,200.00 $ 12,800.00 49 0171,0101 Construction Slaking 01 71 23 LS 1 1 $ 26,950.00 $ 26,95o.0o 50 0171,0102 As -Built Survey (Red -Line Survey) 0171 23 LS 1 $ 7,500.00 $ 7.500.00 51 3125.0101 SWPPP a 1 acre 3125 00 LS 1 $ 19,2%00 $ 19,250.00 3471.0001 Traffic Control 347113 MO 5 $ 10,750.00 $ 53,750.00 3477.0002 Portable Message Sign 3471 13 WK 5 $ 500.00 $ 2,500.00 W 3305.0003 8"Waterline Lowering 330512 EA 2 $ 12,000.00 $ 24,000.00 9999.0001 Construction Allowance 00 72 11 LS 1 $ 700,000.00 $ 100,000.00 CrIYOPPORTWORTH Water, Sanitazy Saw Ring Replacement far ST 1NDARD CONSIRUMOM SPECIFICARON DOCUMEWS 2018 CIP Year 2, CanUact IB Form R-ised20MUG City PljsN". 101477 Addendum N. t Bid I%W-.1 Wmkbno SECTION 00 42 43 PROPOSALFORM UNIT PRICE UI® 004243 DID PROPOSAL Paget or7 Bidder's Application Project Item Information Bidder's Proposal No. Bid list Item No. Description Specification Section Na. Mncasuee Bid Quantity Unit Price Bid Value —__.— ---- r--- SUtltOW Unit 1- Water Improvements $ 2,886,549.D0 CrrY OF FORT WORTH Water, Sanitary SmrerPaving Raplacemrnt f STANDARD CONSTRUC77PN SPF7 WMATIONUOCi1t,4GMS 201E CIP yau2, C-a oIS F—R-i.420120120 Lily Pmjeet No. 1101477 Addcrd=No I Did Pralmal Workbook SECTION 00 42 43 PROPOSALFORM IMEMMM-Tr 004243 81c PROPOSAL Pogo 3 of 7 Bidder's Application Pmject Item Information Bidder's Proposal Item Bid list Item Fto. No Description p S ecification Section No. p Unit of h�easnre Bid Qnanfity Unit Price BidValoe Unit 2- Sanitary Sewer Improvements 1 3331.4115 8" Sewer Pipe (Open Cut) 11 10, 33 31 12, 33 31 LF 171 $ 190.00 $ 32,490.00 2 3331.1102 6" to S" Pipe Enlargement 33 31 23 LF 1,642 $ 75.00 $ 123,150.00 3 3331.1102 8" to 8" Pipe Enlargement 33 31 23 LF 1,164 $ 79.00 $ 91,95B4O0 4 3339.1001 4' Manhole 33 39 10, 33 39 20 EA 11 $ 5,500.00 $ 60,500.00 5 3339.1003 4' Extra Depth Manhole 33 39 10. 33 39 20 VF 8 $ 200.00 $ 1,600.00 6 3305.0112 Concrete Collar 33 05 17 EA 12 $ 450.00 $ 5,400.00 7 3305.0114 Manhole Adjustment, Major wI Cover 33 05 14 EA 1 $ 4,300.00 $ 4,300.00 8 3305.0202 IMPORTED EMBECIMENTIBACKFILL, CSS 330510 CY 10 $ 130.00 $ 1,300.00 9 3305.0203 IMPORTED EMBFDMENTBACKFILL, CLSM 33 05 10 CY 10 $ 145.00 $ 1,450.00 10 3305.0207 IMPORTED EMBEI)MENTA3ACKFILL, SELECT FILL 33 05 10 CY 10 $ 70.00 $ 700.00 11 3331.3101 4" Sewer Service 33 31 50 FA 3 $ 1.826.00 $ 5,475.00 12 3331.1201 Service Reinstatement, Pipe Enlargement (includes Service Line to Easement & *'Two Way Cleanout 33 31 23 EA 90 $ 1,100.00 $ 99,000.00 13 3301.0001 Pre -CCTV Inspection 33 01 31 LF 2,977 $ 6.00 $ 17,862.00 14 3301.0002 Post -CCTV Inspection 33 01 31 LF 2,977 $ 8.00 $ 23,816.00 15 3301,0101 Manhole Vacuum Testing 33 01 30 EA 11 $ 225,00 $ 2.475.00 16 3305.0103 Exploratory Excavation for Existing Utilities 33 05 30 EA 2 $ 4,500.00 $ 9.000.00 17 3305.0109 Trench Safety 33 05 10 LF 171 $ 5.00 $ 855.00 18 241.2201 Remove 4' Sewer Manhole 02 41 14 EA 10 $ 400.00 $ 4,000.00 19 3125.0101 SWPPP ? 1 acre 312500 LS 1 $ 19.200.00 $ 19,200.00 20 3292.0406 Seeding, t-lydromulch 329213 SY 221 $ 9.00 $ 1.989.00 21 3201.0112 5' Wide Asphalt Pvmt Repair, Residential 32 01 17 LF 51 $ 70.00 $ 3,570.00 22 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 32 01 17 SY 20 $ 100.00 $ 2,000.00 23 0171.0101 Construction Staking 017123 LS 1 $ 13,500.0D $ 13,500.00 24 0171.0102 As -Built Survey (Red -Line Survey) 01 71 23 LS 1 $ 4,650.00 $ 4,650.00 25 3471.0001 Traffic Control 347113 Mo 3 $ 10,750.00 1 $ 32,250.00 26 9999.0015 ISag Adjustment 33 31 23 LF 256 $ 70.00 $ 17,920.00 27 3110.0102 6"-12" Tice Removal 31 1000 EA 3 $ 1,700.00 $ 5,100.00 28 3110.0103 12"-18" Tree Removal 31 10 00 FA 2 $ 2,600.00 $ 5,200.00 29 3110.0104 18"-24" Tree Removal 311000 E4 2 $ 3,50D.00 $ 7,000.00 30 0241.0500 Remove Fence 024113 LF 20 $ 16.00 $ 300.00 31 3231.0123 6' Chain Link Fence, Aluminum 32 31 13 LF 10 $ 35.00 $ 350.00 32 3231.0412 6' Fences, Wood 32 31 13 LF 10 $ 50.00 $ 500.00 33 3305.0005 12" Waterline Lowering 33 05 12 EA 1 Is $ 15,500.00 $ 15,500.00 34 1 9999.0001 Construction Allowance 1 72 11 LS 1 50.000.00 $ 50.000.00 Subtotal Unit 2- Sanitary Sewer Improvements $ 664,358.00 CrrY OFFONT WORTH F",m n"vieed 2n120120 Wa[cr, Sanib,y S-P-ing Replaeament for 20I8 C1P Year 2, Contraer l8 MyP j.aK 101477M,1-4-WN 1 Bid Proposal W.&bwk SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 004243 BID PROPOSAL Nge4nr7 Bidder's Application Project Rem Tnformation Bidders Proposal to item Bid list Item No. Description Unit3-Paving Improvements Specificalipn Section No. Unit a£ Measure Bid Quantity Unit Price Hid Value 0171.0101 Construction Staking 01 71 23 LS 1 $ 33,650.00 $ 33,650.00 0241.0100 Remove Sidewalk 02 41 13 SF 35,000 $ 2.50 $ 87,500.00 0241.0200 Remove Step 024113 SF 47 $ 4.00 $ 188.00 V14 0241.0300 Remove ADA Ramp 02 41 13 EA 16 $ 250.00 $ 4,000.00 0241.0401 Remove Concrete Drive 0241 13 SF 26,603 $ 3.00 $ 79.809.00 0241.0402 Remove Asphalt Drive 024113 SF 2,042 $ 3.00 $ 6,126.00 15 0241.0403 Remove Brick Drive 0241 13 SF 206 $ 3.00 $ 618.06 16 0241.0500 Remove Fence 024113 LF 120 $ 110.00f $ 1,200.00 17 0241.0600 IRemove Wall <4' 02 41 13 LF 114 $ 9.50 $ 1,083.00 18 0241.0700 Remove Mailbox 02 41 13 EA 8 $ 25.00 $ 200.00 19 0241.1000 Remove Concrete Pvmt 0241 15 SY R_nno R 'tR nn R IAA nnn nn 20 1 0241.1100 Remove Asphalt Pvmt (Waggoman St. & Hemphill St.) 02 41 15 SY 7,290 $ 13.00 $ 94,770.00 21 0241.1300 Remove Conc Curb & Gutter 02 41 15 LF 8.975 $ 6.00 $ 53.850.00 22 0241.1400 Remove Conc Valley Gutter 02 41 15 SY 205 $ 30.00 $ 6,150.00 23 0241.1506 2" Surface Milling 02 4115 SY 225 $ 7,00 $ 1,575.00 24 2605,3011 2" Condit PVC SCH 40 O 26 05 33 LF 140 $ 15.00 $ 2,100.00 25 3110,0101 Site Clearing 311000 SY 200 $ 10.01) $ 2,000.00 26 3110:0102 W-12" Tree Removal 31 1000 EA 1 19 $ 375.00 $ 7,125.00 27 3110.0103 12"-18" Tree Removal 11000 31,000 EA 10 $ 850.001 $ 8,500.00 28 3110.0104 18"-24" Tree Removal 31 10 00 EA 10 $ 1.750.00 $ 17,500.00 29 3110.0105 24" and Larger Tree Removal 31 10 00 EA 24 $ 2,000,00 $ 48,000.00 30 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 230 $ 120.00 $ 27,600.00 31 3123.0105 Borrow by Delivery 31 23 23 CY 500 $ 12.00 $ 6,000.00 32 3125,0101 SWPPP 2 1 ACRE 31 25 00 LS 1 $ 18.750.00 $ 18,750.00 33 3211.0112 6" Flexible Base, Type A, GRA 32 11 23 SY 1 120 $ 16.50 $ 1,980.01) 34 3211.0400 Hydrated Lime @ 40 Ibslsy (Waggoman St.& Hemphill St.) 321129 TN 169 1 $ 180-001 $ 30,420.00 35 3211.0701 8" Lime Treatment (Waggoman St. & Hemphill St.) 32 11 29 SY 8,310 $ 7.50 $ 62,325.00 36 3212.0302 2" Asphalt Pvmt Type D (Hemphill) 321216 SY 225 $ 15.00 $ 3,375,00 37 3212,0401 !HMAC Transition 32 12 16 TN 57 $ 190.00 $ 10,830,00 38 3213,0101 6" Conc Pvmt (Waggoman St.) 32 13 13 SY 4,500 $ 51.00 $ 229,500.00. 39 3213.0103 8" Conc Pvmt (Hemphill St.) 321313 SY 4,105 $ 61.00 $ 250,405.00 40 3213.0301 4" Conc Sidewalk 321320 SF 48,000 $ 7.50 $ 360,000.00 41 3213.0311 4" Conc Sidewalk, Adjacent to Curb 32 13 20 SF 10.446 $ 9,50 $ 99,237.00 42 3213.0321 Conc Sidewalk, Adjacent to Ret Wall 32 13 20 SF 505 $ 8.50 $ 4,292.50 43 3213.0322 Conc Curb at Back of Sidewalk 32 13 20 LF 776 $ 8.00 $ 6,208.00. 44 3213.0401 6" Concrete Driveway 321320 SF 37.472 $ 10.00 $ 374,720.00 45 3213.0403 8" Concrete Driveway 32 13 20 SF 1,025 $ 11.00 $ 11,275.00 46 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 28 $ 2,450.00 $ 68,600.00 47 3213.0503 Barrier Free Ramp, Type M-1 321320 EA 1 $ 1,350,00. $ 1,350.00 48 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 8 $ 1,450.00 $ 11,600.00 49 3217.0001 4" SLID Pvmt Marking HAS (W) 32 17 23 LF 260 $ 1.00 $ 260.00 50 3217,0002 W' SLID Pvmt Marking HAS M 321723 LF 1,150 $ 1.00 $ 1,150.00 5.1 3217,0201 8" SL.D Pvmt Marking HAS (W) 32 17 23 LF 133 $ 1.75 $ 232.75 52 3217.0501 24" SLD Pvmt Marking HAE (W) 32 17 23 LF 195 $ 7.00 $ 1,365.00 53 3217.1002 Lane Legend Arrow 32 17 23 EA 1 $ 150.00 $ 150.00 54 3217.1004 Lane Legend Only 32 17 23 EA 1 $ 175.00 $ 175.00 55 3217.2103 REFL Raised Marker TY ll A -A 32 17 23 EA 22 $ 4.00 $ 88.00 56 3217.2104 IREFL Raised Marker TY II-C-R 32 17 23 EA 34 $ 4.00 $ 136.00 57 3217.4304 lRemove 12" Pvmt Marking 32 17 23 LF 140 $ 2.00 $ 280.00 58 3217,4308 Remove 24" Pvmt Marking 321723 LF 1 32 $ 4.00 $ 128.00 59 321 T5001 Curb Address Painting 32 17 25 EA 250 $ 25.00 $ 6,250.00 60 3231.0111 4' Chaln Link, Steel 3231 13 LF 110 $ 25.00 $ 2,750.00 61 3232.0100 Cone Ret Wall Adjacent to Sidewalk 32 32 13 SF 282 $ 37.50 $ 10,575.00 62 3291.0100 Topsoil 32 91 19 CY 1,945 $ 27.00 $ 52,515.00 63 3292.0100 Block Sod Placement 32 92 13 SY 11,600 $ 5.00 $ 58,000.00 64 3305.0108 Miscellaneous Structure Adjustment (WM) 33 05 14 EA 75 $ 40.00 $ 3,000.00 65 3305.0111 Valve Box Adjustment 33 05 14 EA 8 $ 150.00 $ 1,200.00 66 3305.0107 Manhole Adjustment, Minor 33 05 14 EA 3 $ 350.00 $ 1,050.00 67 3346.0008 4" Pipe Underdrain 33 46 00 LF 30 $ 33,00 $ 990.00 68 3441.1301 Loop Detector Cable Sawcut 33 41 10 LF 100 $ 15.00 $ 1,500.60 CPrY OFrORT WORTH Water, Sanil.+ty 8-PetiugRep3a«f Ef"r STANDARD CONSTRUCTFON SPBCIFICATIONDOCOUr NTS 7018 CIP Year 2, Cantmd 16 F««R--420120120 - Citypmiecl N . 101477 Addend -No. I Did Ptap-[ SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 004243 UIDPROPOSAL Page 5 oF7 Bidder's Application Project Item Ynformation Bidders Proposal Item No Bid list Item No. Desctiplion specification Section No. Unit of wr..0 Bid Quantity Unit Price Bid Value 69 3441.1304 141C 18 AWG Loop Lead -In Cable 33 41 10 LF 30 $ 6.00 $ 180.00 70 3441.1501 Ground Box, Type B 3441 10 EA 4 $ 1,000.00 $ 4,000.00 71 3441.3404 2-2-2 Quadplex Alum ElecConductor 344120 LF 2o0 $ 4.00 $ 800.00 72 3441.3411 Reconnect Conductor 34 41 20 EA 7 $ 400,00 $ 2,800.00 73 3441.4003 Furnish/install Alum Sign Ground Mount City STD 34 41 30 EA 4 $ 500.00 $ 2,000.00 74 3441.4108 Remove Sign Panel and Post 34 41 30 EA 6 $ 100.00 $ 600.00 75 3441.4110 Remove and Reinstall Sign Panel and Post 3441 30 EA 12 $ 400.00 $ 4,800.00 76 3471.0001 Traffic Control 3471 13 MO 6 $ 10,750.00 $ 64,500.00 77 3471.0002 JPortable Message Sign 3471 13 WK 5 $ 500.00 $ 2,500.00 78 9999.0003 Install Post Mount Mailbox 02 41 13 EA 3 $ 50,00 $ 150.00 79 9999.0004 Install Brick(Masonry Mailbox 0241 13 EA 8 $ 850.00 $ 6.800.00 80 9999.0005 Install Conc Steps 32 13 20 SF 47 $ 37.50 $ 1,762.50 81 9999.0006 Remove and Replace Inlet Tap (5 Foot) 33 05 14 EA 6 $ 4,150.00 $ 24,900,00 82 9999.0007 Remove and Replace Inlet Top (10 Foot) 33 05 14 EA 2 $ 4,650.00 $ 9,300.00 83 9999.0008 Remove and Salvage.Ground Box 3441 10 EA 4 $ 800.00 $ 3,200.00 84 9999.0009 Laydown Conc Curb 32 16 13 LF 25 $ 25.00 $ 625.00 85 9999.0010 Barrier Free Ramp, Type Modified R-1 (R-1A) 32 13 20 EA 12 $ 2,650.00 $ 31,800.00 86 9999.0011 Barrier Free Ramp, Type Modified R-1 (R-1 B) 32 13 20 EA 1 $ 2,500.00 $ 2,500.00 87 9999.0012 Remove Ex. Wood Retaining Wall 0241 13 LF 37 $ 10.00 $ 370.00 88 9999,0013 Remove and Replace Curb Address Tile 32 17 25 EA 5 $ 750_o0 $ 3,750.00 89 9999.0014 Miscellaneous Utility Adjustment (Irrigation) 3305 14 LS 1 $ 30,000.00 $ 30r000.00 90 9999.0001 Construction Allowance 00 00 00 LS 1 $ 100,000.00 $ 100,000.00 Subtotal Unit 3- Paving Improvements $ 2,617,543.75 cn,y OFFORT WORTH STANDARD CONSiRUMON SPECI [CAT[ON DOCUMFIM t -R-is d 20120120 Water, Sanitary S-P-g Replacement for 2019 CIP Yrar2, Contract ] S City Project No. 191437 Mld-lJ Na.[ aid Proposal Workbook SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 004243 BID PROPOSAL. Page 6 "f 7 Bidder's Application Project Item h forruation i3i4dci sPmpusal Item 1 . Bid list Item No. Description Specification Section No. Ua t Measure Bid Quantity Unit Price Rid Value Unit 4- Drainage Improvements 1 0241.3001 Storm line Grouting 02 41 14 Cy 85 $ 300.00 $ 25,500.00 2 0214A001 Remove 1Y Curb Inlet 0241 14 EA 1 $ 1.750.00 $ 1,750,00 3 9999.00% Remove 5' Curb Inlet 0241 14 EA 1 $ 1,750.00 $ 1,750.00 4 024.1.1506 2" Surface Milling 0241 15 SY 867 $ 7.00 $ 6,069.00 5 3201.0125 8' Wide Asphalt Pvmt Repair, Arterial 32 01 17 LF 179 $ MAO $ 31,325.00 6 3201.0400 Temporary As hail Paving Repair (2" HMAC on 6" Flexbase) 3201 18 LF 488 $ 25.00 $ 12,200.00 7 3212.0302 2" Asphalt Pvmt Type D 321216 SY 867 $ 15.00 13,005,00 8 3217.0001 4" SLd Pvmt Marking HAS (W) 32 17 23 LF 820 $ 1.00 $ 520,00 9 3217.0002 4" SLD Pvmt Marking HAS m 32 17 23 LF 360 $ 1.00 $ 360.00 10 3217.0201 8" SLD Pvmt Marking HAS (W) 321723 LF 40 $ 1.75 $ 70.00 11 3217.1000 Lane Legend Bike 32 17 23 EA 1 $ 250.00 $ 250.00 12 3217,1002 Lane Legend Arrow 32 17 23 EA 1 $ 150,00 $ 150.00 13 3217.2103 REFL Raised Marker TY If -A -A 32 17 23 EA 12 $ 4.00 $ 48.00 14 3217.2104 REFL Raised Marker TYII-C-R 32 17 23 EA 82 $ 4.00 $ 328,00 15 3301.0012 post -CCTV Inspection of Stormline 3301 31 LF 488 $ 15.00 $ 7,320,00 16 3305.0109 Trench Safety 33 05 10 LF 543 $ 1.00 $ 543,00 17 3341.0201 21" RCP, Class 111 3341 10 LF 55 $ 210.00 $ 11.550.00 18 3341.0309 36" RCP, Class 111 33 41 10 LF 488 $ 260.00 $ 126,880.00 19 3305.0112 Concrete Collar 33 05 17 EA 2 $ 650.00 $ 1,300.00 20 3305.0116 Concrete Encasement for Utility Pipes 33 05 10 CY 3 $ 600.00 $ 1,500.00 21 3341.0001 4' Storm ,]unction Box 33 49 10 EA 3 $ 8,500.00 $ 25,500.00 22 3349.5001 10' Curb Inlet 33 49 20 EA 2 $ 5,650.00 $ 11,300.00 23 3471.0001 1 Tragic Control 34 71 13 MO 1 $ 10,750.00 $ 10,750.00 24 9999:0001 Construction Allowance p0 DO 00 LS 1 $ 30,000.00 $ 30,000.00 Suhtoial Unit 4- Drainage Improvements $ 320,268.00 CITY OFrORT WORTH SCANT ARD CONSTRUCTION SPM- IFICAVON DOCO,MIws F-R-W 20120120 W-W, Sa,dWy Serve Paving FePlaceme"I fm 2018 CIP Ycar2, Caauecl l8 QtyPlqjcA No. 101477 Add-d.. W. 19id P"-.1 Wadzjook SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID 004243 BIDPROPOSN. Page 7 or7 Bidder's Application Project Item Information Bidder's Proposal Item No Bid list Ttem No. Description _ Unit 3 ALTERNATE A - POL PAVING IMPROVEMENTS, SELECT STREETS Spucification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 1 a (1241.1700 11" Pavement Pulverization 02 41 15 SY 20,025 $ 13.25 $ 265,331.25 2a 3212,0303 3" Asphalt Pvml Type D 32 12 16 SY 20,025 $ 19.15 $ 383,478.75 3a 9999.0002 Gem -Lime 32lbs/S 9999.0002 TN 451 $ 225.00 $ 101,475.00 4a 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 13.814 $ 54.00 $ 745,956.00 5a 3123.0101 Unclassified Excavation b Plan 31 23 16 CY 385 $ 179.00 $ 68,915.00 6a 3216.0301 Conc, Valle Gutter, Residents 321613 SY 539 $ 140.00 $ 75,460.00 7a 3305.0111 Valve Box Adjustment, wl Conc Collar 330514 EA 1 4 1 350,00 $ 8,400.00 8a 3305.011.2 IConcrBte Collar 33 05 17 EA 3 $ 300,00 $ 900.00 Subtotal Unit 3 ALTERNATE A - POL PAVING IMPROVEMENTS, SELECT STREETS $ 1,649,916.00 Unit 3 ALTERNATE B - CONCRETE PAVING IMPROVEMENTS, SELECT STREETS 1 b 3213.0101 6 Conc PvmE (Dickson St., Livingston Ave., James Ave., & Willing Ave. 32 13 13 SY 22,535 $ 49.00 $ 1,104,215.00 2b 3211.0701 8" Lime Treatment 32 11 29 SY 24,032 $ 4.50 $ 108,144.00 3b 3211.0400 Hydrated Lime 401bs1s 32 11 29 TN 481 $ 165.00 $ 79,365.00 4b 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 2,600 $ 20.50 $ 53 300.00 5b 3216.0101 6" Cone Curb and Gutter 32 16 13 LF 169 $ 38.00 $ 6,422.00 6b 0241.1100 Remove Asphalt Pvntt 0241 15 SY 20,025 $ 7.25 $ 145.181.25 7b 1 3305.0111 Valve Box Adjustment 33 05 14 EA 24 $ 200.00 1 $ 4,800.00 Subtotal Unit 3 ALTERNATE B - CONCRETE PAVING IMPROVEMENTS, SELECT STREETS $ 1,501,427.25 Summary of Bids Subtotal Unit 1- Water Improvements $2,886,549.00 Subtotal Unit 2- Sanitary Sewer Improvements $ 664,358.00 Subtotal Unit 3- Paving Improvements $2,617,543.75 Subtotal Uuit 4- Drainage Improvements $ 320,268.00 Subtotal Unit 3 Alternate A - POL Paving Improvements, Select Streets $1,649,916.00 Subtotal Unit 3 Alternate B - Concrete Paving Improvements, Select Streets $1,5U1,427.25 Total Bid Units 1, 2,3,41 $6,488,718.75 W6441 rmi ftf rnm P, 3, X 4 & AMrmW9xe 3 A; llt,rtSff,$7i_rrd Total 2 (Tatal Bid Units 1, 2, 3, 4 & Alternative 3 B) $7,990,146.00 The City reserves the right to select the responsible low bidder of either Total l or Total CITY OF PORT WORM STAMARO CONSTRUCT€ON SPECTICATION WCnMEN S F Revised=2o120 W let, Sv>aitary Sewer paving Reel --a fin 2019 CEP Y 2, Cmtma 18 CityPraja aNa 101d77 Addendum N. 1 Bid Proposal Workbook BID 4OND Conforms with The American Inmituts of Architects. A.I.A. Document No. A-318 KNOW ALL BY THESE PRESENTS, That we, McClendon Construction Company, Inc. 548 Memorial Plaza, Burleson, `texas 76024 as. Principal, hereinafter called the Principal, and the Merchants Bonding Company [Mutual] of 101 E. Park Blvd., 9600, Plano, TX 75074 , a corporation duly organized under the laws of the State of Iowa , as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fort Worth in the sum of ***FIVE PERCENT OF TOTAL AMOUNT BID BY PRINCIPAL*** as Obligee, hereinafter called the Obligee, Dollars ( 5% TAB ) , for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for NOW, THEREFORE, if the Obliges shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified ip the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material famished in the prosecution thereof or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligec the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Worst covered by said bid, then this obligation shall be null and void, otherwise to remain in full force acid effect. Signed and sealed this 17th day of September 2020 Ill n on Construction Company, Inc. cal) Pri ipal Witness f %W -W%- ( 01A Title Merck is Bondin ny [ tual Witness I By. l3tity J. h Attorney -in -Fact BOt�D1K1GCOMPANY,,, POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Andrew Addison; Betty Reeh; Bryan K Moore; Gary Wayne Wheatley; Michael D Hendrickson their true and lawful Atterney(s)-in-Fact, to sign its name as surely(Pes) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law_ This Power -of -Attorney is granted and is signed and seated by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015, "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognlzances, contracts of indemnity and other writings obligatory in the nature thereof" "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed" In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. it is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 11 th day of February 20Z4 �laaaa:sd° •f �4I f91 {[ Do sa �O® $ q`46 w°- ..... � •$`�.� MERCHANTS BONDING COMPANY (MUTUAL) C� sue_ � ,E��; MERCHANT NATIONAL BONDING, INC. 1933 2003 By •.,t:GT r� + ab9 Dr!i �+r° President STATE OF iOWA COUNTY OF DALLAS ss. On this t Ithth day of February 2020 , before me appeared Larry Taylor, to me personally known, who being by me duly swom did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. IN — POLLY MASON Cnmmi; ion Nunlber750616 My Commission Expires January V, 2023 Notary Public (Expiration of notary's commission does not invalidate this instrument) 1, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies an this 1 7th day of September , 2020. gpok �4pasP +a?�t69 ik�+i��aase ps 4i1�1*:�_Fi{'%'rRc : 003 � 4 1933 5 ecretary if f� •......... 4{�arvaav�assa�°st �°°•aa°°ter POA 0018 (1120) K RC R Wj Y BONDING COMPANY BA111 ®RTAN J1 NOTTA"JS1 To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company's toil -free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800 262-3439 You may write the Texas Department of insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http:lfwww.tdi.state.tx.us E-mail: Cons umerProtection@tdi.state.tx.us PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY. This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (1109) 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 'I SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business 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 ;. - . 1 : - , our principal place of business, are required to be 5% percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of i fiery or Blank,, our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. &r CIA McClendon Const Co Inc PO Box 999 Burleson, TX 76097 END OF SECTION JAR ON= By: Printed Name Here I (Signature) Title: President Date: 9117 12,0 zo CITY Or FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 Water, Sanitary Sewer Paving Replacement for 2018 CIP Year 2, Contract 18 City Project No. 101477 Addendum No. 1 Bid Proposal Workbook 0045 11 -1 BIDDERS PREQUALIFICATIONS Page I of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. All contractors are required to be prequalified 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 1 I 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 (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxvermit/ 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 firm's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 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 Water, Sanitary Sewer & Paving Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 GIP Year 2, Contract 18 Revised February 2, 2016 City Project No. 101477 004511 -2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial 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 or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars 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 15 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 unqualified opinion, or (2) express a qualified 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 Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial 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 "NIA" 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. CITY OF FORT WORTH Water, Sanitary Sewer & Paving Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised February 2, 2016 City Project No. 101477 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 c. The City will issue a letter as to the status of the prequalification approval. 2 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 3 the prequalified work types until the expiration date stated in the letter. 4 6 7 9 END OF SECTION 10 CITY OF FORT WORTH Water, Sanitary Sewer & Paving Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised February 2, 2016 City Project No. 101477 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATI©N 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. Major Worm Type Contractor/Subcontractor Company Name Prequalification. Expiration Date Water Transmission, Urban/Renewal, 24-inches and R&D Burns Brothers Const Inc smaller Sewer Collection System, Urban/Renewal, 8-inches and R&D Burns Brothers Const Inc smaller Asphalt Paving Construction/Reconstruction Texas Bit (15,000 square yards and GREATER) Concrete Paving Construction/Reconstruction McClendon Const Co Inc (LESS THAN 15,000 square yards) The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. McClendon Const Co Inc B , Printed Name Here PO Box 999 I -i 2 (Signature) Burleson, TX 76097 Title: President Date: 9 fi 12o Z- END OF SECTION CITY OF FORT WORTH Water, Sanitary Sewer Paving Replacement for STANDARD CONSTRUCTION SPECfFICATION DOCUMENTS 2018 CIP Year 2, Contracf 18 Form Revised 20120120 City Project No. 101477 Addendum No. 1 Bid Proposal Workbook 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 0045 12-1 PRE QUALIFICATION STATEMENT Page 1 of I SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Prequalification Name Expiration Date Water Transmission, Urban/Renewal, 24-inches and smaller Water Distribution, 12- inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Asphalt Paving Con struction/Reconstruction (15,000 square yards and GREATER Concrete Paving Con struction/Reconstruction (LESS THAN 15,000 squareyards) Sewer Pipe Enlargement, 12-inches and smaller Cathodic Protection Roadway and Pedestrian Lighting The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Company Address City/State/Zip By: Signature: Title: Date: 23 END OF SECTION (Please Print) (Please Print) CITY OF FORT WORTH Water, Sanitary Sewer & Paving Improvements for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised February 2, 2016 City Project No. 101477 FORTWORTF SECTION 00 4513 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box City Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 200 TEXAS STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 0045 13 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The 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 smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH Water, Sanitary Sewer & Paving Improvements for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised March 9, 2020 City Project No. 101477 0045 13 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer 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 CIeaning, 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 CITY OF FORT WORTH Water, Sanitary Sewer & Paving Improvements for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised March 9, 2020 City Project No. 101477 0045 13 BIDDER PREQUALIFICAT[ON APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT I 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 had: construction work has your organization (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Havc you ever failed to complete any work awarded to you?_ If so, where and why?. 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 WORTH Water, Sanitary Sewer & Paving Improvements for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised March 9, 2020 City Project No. 101477 0045 13 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 S. 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. I NAME OF FIRM OR COMPANY I 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? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or 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 WORTH Water, Sanitary Sewer & Paving Improvements for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised March 9, 2020 City Project No. 101477 0045 13 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIl' BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Secretary Treasurer Limited Partners (if applicable) LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership 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, Sanitary Sewer & Paving Improvements for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract I8 Revised March 9, 2020 City Project No. 101477 14. Equipment 0045 13 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCE SHEET VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, 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 firm 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. CITY OF FORT WORTH Water, Sanitary Sewer & Paving Improvements for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised March 9, 2020 City Project No. 101477 0045 13 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF 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 balance 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 is in force, necessary to verify said statement. being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the 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. Firm Name: Signature: Sworn to before me this day of Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH Water, Sanitary Sewer & Paving Improvements for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 C1P Year 2, Contract 18 Revised March 912020 City Project No. 101477 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 101477. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: 11 13 Company ( ease Print14 15 p VOK Signature• 16 Address17 1 S '� ���I� ► % ')(00WI Title: 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFORE ME, the undersigned authority, on this day personally appeared 27 (1P e c<j on , known to me to be the person whose name is 28 subscribed to'the foregoing instrument, and acknowledged to me that hoe/she executed the same as 29 the act and deed of �-11 a jj , CAS on for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 33 - ,) 2QW 34 35 36 a'�aav pU.,MISTY WEBS 37 ti 0 °tgs Notary Public. State of Texas Notal ublic i nd far the State of Texas '.��} Comm. Expires 01-09-2022 38 '�i Bnet�:��� iv-t.ry fD, 126838467 39 END OF SECTION 40 CITY OF FORT WORTH Water, Sanitary Sewer & Paving Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised February 2, 2016 City Project No. 101477 005243-1 Agreement Page 1 of 5 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on is made by and between the City of Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and McClendon Construction Co. Inc. , authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Paving. Water & SanitM Sewer Replacement for 2018 CIP Year 2. Contract 18 QE Project No. 101477 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Seven Million, Nine Hundred Ninety Thousand, One Hundred Forty Six and 00/100 Dollars ($7,990,146.00). Article 4. CONTRACT TIME 4.1 Final Acceptance. The Work will be complete for Final Acceptance within 420 days after the date when the Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual Ioss 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 Dollars ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised 09/06/2019 City Project No. 101477 00 52 43 - 2 Agreement Page 2 of 5 Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) 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 Utilization Form 3. General Conditions. 4. Supplementary Conditions. 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. Article 6. INDEMNIFICATION 1.2 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 allel;ed or proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or nealizence of the city. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the city in defending against such claims and causes of actions. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised 09/06/2019 City Project No. 101477 00 52 43 - 3 Agreement Page 3 of 5 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 alleged 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 alleged or proven that all or some of the damages being sought were caused, in whole or in part, by g- _act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article l of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon CITY and CONTRACTOR. 7.5 Governing Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Prohibition On Contracts With Companies Boycotting Israel. Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised 09/06/2019 City Project No. 101477 005243-4 Agreement Page 4 of 5 The terms "boycott Israel" and "company" shall have the meanings ascribed to those teems in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor: (1) does not boycott Israel, and (2) will not boycott Israel during the term of the contract. 7.8 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.9 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.1 U No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. SIGNATURE PAGE TO FOLLOW CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised 09/06/2019 City Project No. 101477 00 52 43 - 5 Agreement Page 5 of 5 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: n / A - r-- 11L �*4 �- 90 tb Address zur\e-son City/State/Zip Date City of Fort Worth i Dana Burghdoff Assistant City Manager Date Attest: City Secretary (Seal) M&C: Date: Form 1295 No.: Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. (NAME) (Title) Approved as to Form and Legality: Douglas W. Black Assistant City Attorney APPROVAL RECOMMENDED: William Johnson, Director Transportation & Public Works Department CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised 09/06/2019 City Project No. 101477 00 45 40 - 1 Minority Business Enterprise Specifications Pagel of2 1 SECTION 00 45 40 TLMPORARY REVISION 4/6/2020 (COVED-19) 3 Minority Business Enterprise Specifications 4 5 APPLICATION OF POLICY 6 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 7 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 I 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 GOALS 15 The City's MBE goal on this project is . Fifteen Percent (15%) of the total bid value of the 16 contract (Base bid applies to Parks and Community Services). 17 18 Note: If both MBE aWLSBE subcontracting goals are established for this project, then an Offeror 19 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 20 21 -COMPLIANCE TO Bii) SPECIFICATIONS 22 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 23 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 24 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 25 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 26 3. Good Faith Effort documentation, or; 27 4. Prime Waiver documentation, 28 29 SUBMITTAL OF REQUIRED DOCUMENTATION 30 The applicable documents must be received by the assigned City of Fort Worth Project Manager or 31 Department Designee, within the following times allocated, in order for the entire bid to be considered 32 responsive to the specifications. The Offeror shall EMAIL the MBE documentation to the assigned City 33 of Fort Worth Project Manager or Department Designee. A faxed couy will not be accepted. 34 35 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/Supplier work: date. CITY OF FORT WORTH Water, Sanitary Sewer & Paving Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Temporarily Revised April b, 2020 due to COVIDI9 Emergency City Project No. 101477 004540-2 Minority Business Enterprise Specifications Page 2 of 2 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 7 Any Questions, Please Contact The BDE Office at (817) 392-2674. 8 END OF SECTION 10 it CITY OF FORT WORTH Water, Sanitary Sewer & Paving Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Temporarily Revised April 6, 2020 due to COVID 19 Emergency City Project No. 101477 00 45 40 - 1 Minority Business Enterprise Specifications Page 1 of 2 1 SECTION 00 45 40 TEMPORARY REVISION 4/6/2020 (COVID-19) 3 Minority Business Enterprise Specifications 4 5 APPLICATI0N OF -POLICY 6 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 7 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 PROSECT GOALS 15 The City's MBE goal on this project is . Fifteen Percent (15%) of the total bid value of the 16 contract (Base bid applies to Parks and Community Services). 17 18 Note: If both MBE an�LSBE subcontracting goals are established for this project, then an Offeror 19 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 20 21 COMPLIANCE, TO BID SPE,CIFICATION5 22 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 23 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 24 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 25 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 26 3. Good Faith Effort documentation, or; 27 4. Prime Waiver documentation. 28 29 SUBMITTAL OF REQUIRED DOCUMENTATION 30 The applicable documents must be received by the assigned City of fort Worth Project Manager or 31 Department Designee, within the following times allocated, in order for the entire bid to be considered 32 responsive to the specifications. The Offeror shall EMAIL the MBE documentation to the assigned City 33 of Fort Worth Project Manager or Department Designee. A faxed copy will not be accepted. 34 35 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no Iater than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contractin supplier work: date. CITY OF FORT WORTH Water, Sanitary Sewer & Paving Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Temporarily Revised April 6, 2020 due to COVIDI9 Emergency City Project No. 101477 004540-2 Minority Business Enterprise Specifications Page 2 of 2 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 7 Any Questions, Please Contact The BDE Office at (817) 392.-2674. 10 END OF SECTION CITY OF FORT WORTH Water, Sanitary Sewer & Paving Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 C1P Year 2, Contract 18 Temporarily Revised April 6, 2020 due to COVIDI9 Emergency City Project No. 101477 00 52 43 - 1 Agreement Page I of 5 SECTION 00 52 43 AGREEMENT TINS AGREEMENT, authorized on _ t 41 I r, llG is made by and between the City of Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and McClendon Construction Co. Inc. , authorized to do business in 'Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Paving Water do Sanitary Sewer ft lacetnent,for 2018 CIP Year 2, Contract 18 City Pro ect No. 101 477 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Seven Million, Nine Hundred Ninety Thousand, One Hundred Forty Six and 00/100 Dollars ($7,990,146.00). Article 4. CONTRACT TE E 4.1 Final Acceptance. The Work will be complete for Final Acceptance within 420 days after the date when the Contract Time commences to rule, as provided in Paragraph 2.03 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is not completed within the time(s) specified in Paragraph 4.1 above. 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 Fi�Dollars ($650.00 for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. CITY" OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised 09/06/2019 City Project No. 10I477 005243-2 Agreement Page 2 of 5 Article 5. CONTRACT DOCUMENTS 01=6161►f 10i;1161 A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a, Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project speck) b. Current Prevailing Wage Rate Table c. Insurance ACORD Fonn(s) d. Payment Band e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. 5. Specifications specifically made a pall of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Pro ect's Contract Documents. 6. Drawings, 7. Addenda. S. 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. Article 6. INDEMNIFICATION 1.2 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 overate and he 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 ci . 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. CITY OF FORT WORTH Paving, Water & Sanitary5etiver Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised W/0612019 City Project No. 101477 005243-3 Agreement Page 3 of 5 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 alleged 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 alleged oY proven that all or some of the damages being sought were caused, in whole or in part, by any act, omission or negligence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor. each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents, 7.4 Severability. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon CITY and CONTRACTOR. 7.5 Governing: Law and Venue. This Agreement, including all of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor- shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Prohibition On Contracts With Companies Boycotting Israel. Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. CITY OF FORT WORTH Paving, water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised 09/06/2019 City Project No. 101477 00 52 43 - 4 Agreement Page 4 of 5 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor. (1) does not boycott Israel, and (2) Ivill not Boycott Israel daring the term of the contract. 7.8 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility 'verification Form (I-9). Upon request by City, Contractor shall provide City with copies of all I-9 forms and supporting eligibility documentation 'for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND MOLD CITY HARMLESS I, ROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.9 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.10 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaldng by the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. SIGNATURE PAGE TO FOLLOW CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2019 C1P'Year 2, Contract I8 Revised 09/06/2019 City Project No. 101477 0052,13-5 Agreement Pape 5 of 5 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: mcciendm CWe'LIchon C(>1 Imo' Signature (Printed Name} de Title Address City/State/Zip City of Fort Worth By: feria Burghdolf JDA 14, Mllb:22 CST) Dana Burghdoff Assistant City Manager Dec 14, 2020 Date Secretary (Sea])¢ M&C: 7U 001. Date Date: i i�ivf2o Y Form 1295 No.: 2yi-o — Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requiremynts. /1 Maly V eering Manager Approved as to Form. and Legality: ��l Wlack 14, 2020 19:38 CST' ' Douglas W. Black Senior Assistant City Attorney APPROVAL RECOMMENDED; �CSn Christopher Hard lDec ll,2@0 Q79s CSA Chris Harder, Director Water Departmentapaq j-ORD CITY OF FORT WORTH Paving, Water & Sanitary Sc eP� i 't �'s r� STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CI Y101 , " 6r� 11 Revised 09/06/2019 Cit Pl'tr� o` iio Y 0061 13- 1 PEPFORNIANC. DONE) Page I of 2 Bond Number TXC611800 1 SECTION 00 61 13 2 PFRFOltMANCh BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY TI(IF;SE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we, McClendon Construction ComDallty, Inc., known as "Principal" herein and 9 Merchants Bonding Company [Mutual] , a corporate surety(sureties, if more than to one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one t [ or more), are held and firmly bound unto the City of Dort Worth, a municipal corporation created 12 pursuant to the taws of Texas, known as "City" herein, in the penal sum of, Seven Million Nine 13 Hundred Ninety Thousand One Hundred Forty -Six Dollars and no1100 Dollars 14 ($7,490,146.00), lawful money of the United States, to be paid in Fort Werth, Tarrant County, 15 'Texas for the payment of which swirl well and truly to be made, we bind ourselves, our heirs, 16 executors, administrators, successors and assignsJointly and severally, firmly by these presents. 17 WIIIEREAS, the Principal has entered into a certain written contract with the City 18 awarded the __ day of , 20__, which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment 20 labor and other accessories defined by law, in the prosecution of the Work, including any Change 21 Orders, as provided for in said Contract designated as 2018 C1P Year 2, Contract IS, City 22 Project Number 101477-2 23 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents thercin referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. 29 PROVIDED FURTHER, that if any legal action be tiled on this Bond, venue shall lie ill 30 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. CITY OF Fo r wo LT 1 7018 CIP Year 2 Coatract 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101477-2 Revind hily I, 2011 1 2 3 4 5 6 7 8 9 10 It 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 DO()] 13-2 PE;RFORMANCF HOND Page 2. of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have S[GNFD and SEALED this instrument by duly authorized agents and officers on this the day of .20 ATVi_----- (Principal) Secretary witness as to Surety PRINCIPAL: McClendon construction Company, Inc. 13Y- Signature Name and Title Address: PO Box 999 Burleson, Texas 76097 SURETY: Merchants Banding Company [Mutual] ' r �BY: Sign ure Patricia Ann Lyttle, Attorney -in -Fact Name and Title Address: PO Box 144913 Des Moines, IA 50306 Telephone Number 214--431-4395 '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 WOR'17i STANDARD CONS-171UCfIOU SPF:CIFICATI.ON DOCUMENTS Revisal Joly I. 2011 2018 C1P Ynr2 Contract IS City Projecl No 101477-2 0061 14 - 1 PAYl EMU UONLD Page I of 7 I Bond Number TXC611800 SECTION 00 6114 2 PAYMENT BOND 3 4 THE. STATE O TEXAS § 5 § KNOW All, BY T14ESE PRESENTS: 6 COi1N-rV OF TARRANT § 7 8 That we, McClendon Construction Company, lnc., known as "Principal" herein, and 9 Merchants Bonding Company [Mutual] a corporate surety 10 (sureties), duly authorized to do business in the State of 'Texas, known as "Surety" herein 11 (whether one or more). are held and firmly bound unto the City of Fort Worth, a municipal 12 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 13 penal sum of Seven Million Nine 1lundred Ninety Thousand One Hundred Forty -Six Dollars 14 and no1100 Dollars ($7,990,146.00), 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 be made, we bind ourselves, 16 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 17 presents: 18 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 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 2018 Cif' Year 2 Contract 18, City Project No. 101477-2. 23 NOW, ` ITERFFORE, TIM CONDITION OF TIUS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as arnended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 "Phis bond is made and executed in compliance with the provisions of Chapter 2253 of tite 29 'Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with file provisions of said statute. 31 CITY OF FORT WORTI1 20I8 CIP Year 2 Contract 18 STANDARD CONSTRUCTION SPECIFICATION 1DOCUIMF:NTS City Project No 101477-2 Revised Judy I. 2011 1 2 3 4 5 6 7 g 9 10 12 0061 IA-2 PAYMENT BOND Page 2 of 2 IN WITNESS W1DI1~:Iti".QIh, the Principal and Surety have each SIGNFD and SEA,I.FD this instrument by duly authorized agents and officers on this the day of 20 PRINCIP11L: McClendon Construction Company, Inc. Y: S ig nature Uan ff)&jea&(-N Name and Title ddress: PO Box 999 Burleson, Texas 76097 SURl--'TY: Merchants Bonding Company [Mutual] A"I"ThST: I�natliPe , l� Patricia Ann Lyttle, Attroney-in-Fact (Surety111"I" Name and Title Address: PO Box 14498 _ Des Moines, TA 50306 Witness as to Surety Telephone Number: 214-431-439S Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing, that this person has 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. END OF SECTION Crl'Y OF Fowl' WWII s'rANDARD CONSTRUCTION SPECIFICATION DOCUrVIENrS Revised duly I, 2011 2018 CIF feat' 2 Ca"tl'act 18 City 11vojeet No. 101477-2 I10 61 19 - 1 MAINTFNANC> BOND Page I of 1 I Bond Number TXC611800 S1,CTION 00 61 19 2 MAIN ENANCF BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL RV THESE PRES)F:NTS: 6 COUNTY OIL TARRAN`I<° § 7 8 That we McClendon Construction Company, known as "Principal" herein and 9 Merchants Bonding Company [Mutual] , 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 the State of "Texas, known as "City" herein, in the sure of Seven Mi;wliou 13 Nine Hundred Ninety Thousand One Hundred Forty -Six dollars and nol100 Collars 14 ($7.990,146.00), lawful money of the United States, to be paid in Dort Worth,'I'arrant County, 15 Texas, for payment of which sum well and truly be made unto the City and its successors, we 16 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. i8 19 WHEREAS, the Principal has entered into a certain written contract with the City awarded 20 the day of 120 , which Contract is hereby 21 referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all 22 materials, equipment labor and other accessories as defined by law, in the prosecution of the 23 Work, including any Work resulting from a duly authorized Change Order (collectively herein, 24 the "Work") as provided for in said contract and designated as 2018 CIP Year 2 Contract 18, 25 City Project Number 101477-2, and 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 2,9 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of hvo (2) years 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"), and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. CITY OF Fowl' WORTH 2€ W CIP rear 2 Contract 18 STANDARD CoNs'1'RUC'11ON SPECIFICATION DOCUMIF:NTS City Project No, 101477-2 Revised Ally I. 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 is 16 17 18 19 20 0061 19-2 MAINTENANCE BONI) Page 2 of 3 NOW T11F'.RIN FORE, 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 andfor reconstructed with all associated costs thereof being borne by the Principal and the Suretv under this Maintenance bond; and PROVIDED 141R'I` ER, that if any legal action be filed on this Band, venue shall lie in Tarrant County, 'Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. Cr1"Y OF FORT WOKM STANDARD CONSTRUCTION SPECIFICATION DOC11M tmrs Rcvised ltdy 1. 2011 2018 CIP Year 2 Contract 18 City Projcct No. 101477-1 2 3 4 5 6 7 x 9 to 11 12 13 14 15 16 17 I8 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 0061 19 - 3 M, A1NTFNANCF BOND Page 3 of 's IN WITNESS WIIEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the day of .20 AT (Prin ) Secretary TEST C urety. i} witness as to Surety PRINCIPAL: McCleUOQQ, Construction Company, Inc. s za- Signature bay MOJeA on Name and Title Address: PO Box 999 Burleson, Texas 76097 SURETY: Merchants Bonding Company [Mutual] Signature Patricia Ann Lyttle, Attorney -in -Fact Name and Title Address: PO Box 14498 Des Moines, TA 50306 Telephone Number: 214-431-4395 *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 shal I not be prier to the date the Contract is awarded. CUY OF FOR7" VJ0Wfil STANDARD CONSTRUCTION SPHCFICATION DOCUMIiNTS Revised J€ily 1, 7011 2018 CIP Veal' E C'011trae1 18 City Project No. 101477-2 J ERCIIA � BONDING CO�fli PANY,a POWER OIL ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Andrew Addison; Betty J Reeh; Bryan K Moore; Gary Wayne Wheatley; Michael D Hendrickson; Patricia Ann Lyttle their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies h�ya�ve caused this instrumesnt to/tbe signed and sealed this 11th day of February 2020 :.'��0��<®•� � �llgA!•• MERCHANTS BONDING COMPANY (MUTUAL) s� '�A'. �; • Q% V� 9�.�; MERCHANT NATIONAL BONDING, INC. 6d:� oho �.®. •�•.;� -O- en'.�...• 2003 off: 1�33 •'e; By�.. •+�� ••• .�. •••AA 6. 'L'\ ° President STATE OFIOWA ••�'"'�•����•`�` ••a•+°°• COUNTY OF DALLAS ss. On this 11th day of February 2020 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. tAt s POLLY MASON o Commission Number 750576 My Commission Expires + ,QwP. + January 07, 2023 _ Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 5th day of November 2020. NO o r �PO p �reo - o - s 0t z� �7r.s'cr� . • �: ' 3 ° Secretary �'. 2,003 .�z 98 _r ` POA0018 (1120) •+°�•."'•a.••••' •+o•s•° IMPORTANT NT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company's toll -free telephone number for information or to make a complaint at: 1-800-678-8171 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: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE. TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (1109) THIS ENDORSEMENTCHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S BLANKET ADDITIONAL INSURED ENDORSEMENT - FORM A This endorsement modifies insurance provided under the following; COMMERCIAL GENERAL LIABILITY COVERAGE PART Policy Number CPP2111179 Agency Number 0755324 Policy Effective Date 01 /31 /2020 Policy Expiration Crate (late Account Number 01/31/2021 01/31/2020 Named Insured Ardency Issuing Company McClendon Construction Company, Inc. I $ T X - LAS COLINAS AMERISURE MUTUAL INSURANCE COMPANY 1. a. SECTION 11-WHO IS AN INSURED is amended to add as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement relating to your business. b. The written contractor written agreement must: (1) Require additional insured status fora time period during the term of this policy; and (2) Be executed prior to the "bodily injury", "property damage", or "personal and advertising injury" leading to a claim under this policy. c. If, however: (1) "Your work" began under a letter of intent or work order; and (2) The letter of intent or work order led to a written contractor written agreement within 30 days of beginning such work; and (3) Your customer's customary contracts require persons or organizations to be named as additional insureds; we will provide additional insured status as specified in this endorsement. 2. The insurance provided under this endorsement is limited as follows; a. That person or organization is an additional insured only with respect to liability caused, in whole or in part, by: (1) Premises you: (a) Own; (b) Rent; (c) Lease; or (d) Occupy; (2) Ongoing operations performed by you or on your behalf. Ongoing operations does not apply to "bodily Injury" or "property damage" occurring after: (a) All work to be performed by you or on your be half for the additional insured(s) at the site of the covered operations is complete, including related materials, parts or equipment (otherthan service, maintenance or repairs); or (b) That portion of "your worK' out of which the injury or damage arises is put to Its intended use by any person or organization otherthan another contractor working for a principal as a part of the same project. Includes copyrighted material of Insurance Services Office, Inc, CG 70 85 1015 Pages 1 03 (3) Completed operations coverage, but only if: (a) The written contract or written agreement requires completed operations coverage or "your worst" coverage; and (b) This coverage part provides coverage for "bodily injury" or "property damage" included within the "products -completed operations hazard". However, the insurance afforded to such additional insured only applies to the extent permitted by law, b. If the written contractor written agreement: (1) Requires "arising out of" language; or (2) Requires you to -provide additional insured coverage to that person or organization by the use of either or both of the following: (a) Additional Insured —Owners, Lessees or Contractors —Scheduled Person Or Organization endorsement CG 20 10 10 01; or (b) Additional Insured —Owners, Lessees or Contractors —Completed Operations endorsement CG 20 371001; then the phrase "caused, in whole or in part, by" in paragraph 2.a. above is replaced by "arising out of'. c. If the written contract or written agreement requires you to provide additional insured coverage to that person or organization by the use of: (1) Additional Insured —Owners, Lessees or Contractors— Scheduled Person Or Organization endorsement CG 2010 07 04 or CG 20 10 0413; or (2) Additional Insured —Owners, Lessees or Contractors —Completed Operations endorsement CG 20 37 07 04 or CG 20 37 0413; or (3) Both those endorsements with either of those edition dates; or (4) Either or both of the following: (a) Additional Insured —Owners, Lessees or Contractors—ScheduledPersonOrOrganization endorsement CG 20 10 without an edition date specified; or (b) Additional Insured —Owners, Lessees or Contractors —Completed Operations endorsement CG 20 37 without an edition date specified; then paragraph 2.a. above applies. d. Premises, as respects paragraph 2.a.(1) above, include common or public areas about such premises if so required in the written contract or written agreement. e. Additional insured status provided under paragraphs 2.a.(1)(b) or2.a.(1)(c) above does not extend beyond the end of a premises lease or rental agreement. f_ The limits of insurance that apply to the additional insured are the least of those specified in the: (1) Written contract; (2) Written agreement; or -(3) Declarations of this policy. The limits of insurance are inclusive of and not in addition to the limits of insurance shown in the Declarations. The insurance provided to the additional insured does not apply to "bodily injury', "property damage", or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of, orfallure to render, any professional services, including but not limited to: (1) The preparing, approving, or failing to prepare or approve: (a) Maps; (b) Drawings; (c) Opinions; Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 3 CG 70 85 10 15 (d) Reports; (e) Surveys; (f) Change orders; (9) Design specifications; and (2) Supervisory, inspection, or engineering services. h. SECTION IV --COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4.Other Insurance is deleted and replaced with the following; 4. Other Insurance. Coverage provided bythis endorsement is excess over any other valid and collectible insurance available to the additional insured whether: a. Primary; b. Excess; c. Contingent; or d. On any other basis; but if the written contract orwritten agreement requires primary and non-contributory coverage, this insurance will be primary and non-contributory relative to other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not sharewith that other insurance. i. If the written contract orwritten agreement as outlined above requires additional insured status by use of CG 20 10 11 85, then the coverage provided under this CG 70 85 endorsement does. not apply except for paragraph 2.h. Other Insurance. Additional insured status is limited to that provided by CG 20 10 1185 shown below and paragraph 2.h. Other Insurance shown above. ADDITIONAL INSURED o OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization: Blanket where required by written contract or written agreement that the terms of CG 20 10 1185 apply. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section 11) is amended to include asan insured the person or organization shown in the Schedule, but only with respect to liability arising out of"your work"forthatinsured byorfor you. CG 20101185 Copyright, Insurance Services Office, Inc., 1984 j, The insurance provided by this endorsement does not apply to any premises or work for which the person or organization is specifically listed as an additional insured on another endorsement attached to this policy. Includes copyrighted material of Insurance Services Office, Inc. CG 70 85 10 15 Pages 3 of 3 NAMED INSURED: MCCLENDON CONSTRUCTION COMPANY, INC. 'POLICY NUMBER: CPP2111179 THIS ENDORSEMENT CHANGES TFIE POLICY. PLEASE READ IT CAREFULLY. TEXAS CONTRACTOR'S GENERAL LIABILITY EXTENSION ENDORSEMENT TABLE OF CONTENTS Page 1. Additional Definitions 9 2. Aggregate Limits Per Location 7 3_ Aggregate Limits Per Project 6 4. Blanket Contractual Liability — Railroads 3 5. Broadened Bodily Injury Coverage 10 6. Broadened Knowledge Of Occurrence 8 7. Broadened Legal Liability Coverage For Landlord's Business Personal Proper 7 8. Broadened Liability Coverage For Damage To Your Product And Your Work 10 9. Broadened Who Is An Insured 3 10. Co -Employee Bodily Injury Coverage for Managers, Supervisors, Directors or Officers see provision 9, Broadened Who Is An Insured, paragraph 2.a.(f) 4 11. Contractual Liability — Personal And Advertising Injury 3 12. Damage To Premises Rented To You — Specific Perils and Increased Limit 7 13. Designated Completed Projects —Amended Limits of Insurance 11 14, Extended Notice Of Cancellation And Nonrenewal 8 15. Incidental Malpractice Liability 6 16. Increased Medical Payments Limit 7 17. Mobile Equipment Redefined 9 18. Nonowned Watercraft 3 19. Product Recall Expense 2 20, Property Damage Liability —Alienated Premises 2 21. Property Damage Liability — Elevators And Sidetrack Agreements 2 22. Property Damage Liability — Property Loaned To The Insured Or Personal Property In The Care, Custody And Control Of The Insured 2 23. Reasonable Force — Bodily Injury or Property Damage 10 24. Supplementary Payments 3 25. Transfer Of Rights Blanket Waiver Of Subrogation) 8 26. Unintentional Failure To Disclose Hazards 8 Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 04 17 Page 1 of 11 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Under SECTION I — COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, paragraph 2. EXCLUSIONS, provisions 1. through 6. of this endorsement are excess over any valid and collectible insurance (including any deductible) available to the insured, whether primary, excess or contingent (SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, paragraph 4. Other Insurance is changed accordingly). Provisions 1. through 6. of this endorsement amend the policy as follows: 1. PROPERTY DAMAGE LIABILITY— ALIENATED PREMISES A. Exclusion j. Damage to Property, subparagraph (2) is deleted. B. The following paragraph is deleted from Exclusion j. Damage to Property; Paragraph (2) of this exclusion does not apply if the premises are "your work" and were never occupied, rented or held for rental by you. 2. PROPERTY DAMAGE LIABILITY— ELEVATORS AND SIDETRACK AGREEMENTS A. Exclusion j. Damage to Property, paragraphs (3), (4), and (6) do not apply to the use of elevators. B. Exclusion k. Damage to Your Product does not apply to: 1. The use of elevators; or 2. Liability assumed under a sidetrack agreement. 3. PROPERTY DAMAGE LIABILITY— PROPERTY LOANED TO THE INSURED OR PERSONAL PROPERTY IN THE CARE, CUSTODY AND CONTROL OF THE INSURED A. Exclusion j. Damage to Property, paragraphs (3) and (4) are deleted.. B. Coverage under this provision 3. does not apply to "property damage" that exceeds $25,000 per occurrence or $25,000 annual aggregate. 4. PRODUCT RECALL EXPENSE A. Exclusion n. Recall of Products, Work or Impaired Property does not apply to "product recall expenses" that you incur for the "covered recall" of "your product". This exception to the exclusion does not apply to "product recall expenses" resulting from: 1. Failure of any products to accomplish their intended purpose; 2. Breach of warranties of fitness, quality, durability or performance; 3. Loss of customer approval or any cost incurred to regain customer approval; 4. Redistribution or replacement of "your product", which has been recalled, by like products or substitutes; 5. Caprice or whim of the insured; 6. A condition likely to cause loss, about which any insured knew or had reason to know at the inception of this insurance; 7. Asbestos, including loss, damage or clean up resulting from asbestos or asbestos containing materials; 8. Recall of "your product(sy'that have no known or suspected defect solely because a known or suspected defect in another of "your product(s)" has been found. B. Under SECTION III — LIMITS OF INSURANCE, paragraph 3. is replaced in its entirety as follows and paragraph 8. is added: 3. The Products -Completed Operations Aggregate Limit is the most we will pay for the sum of: Includes copyrighted material of Insurance Services Office, Inc_ a. Damages under COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY Y because of "bodily injury" and "property damage" included in the "products -completed operations hazard" and b. "Product recall expenses". 8. Subject to paragraph 5. above [of the CGL Coverage Form], $25,000 is the most we will pay for all "product recall expenses" arising out of the same defect or deficiency. 5. NONOWNED WATERCRAFT Exclusion g. Aircraft, Auto or Watercraft, paragraph (2) is deleted and replaced with the following: [This exclusion does not apply to:] (2) A watercraft you do not own that Is, - (a) Less than 75 feet long; and (b) Not being used to carry any person or property for a charge; 6. BLANKET CONTRACTUAL LIABILITY — RAILROADS Under SECTION V — DEFINITIONS, paragraph c. of "Insured Contract' is deleted and replaced by the following: c. Any easement or license agreement; Under SECTION V — DEFINITIONS, paragraph f.(1) of "Insured Contract" is deleted. 7. CONTRACTUAL LIABILITY— PERSONAL AND ADVERTISING INJURY Under SECTION I — COVERAGE B., paragraph 2. Exclusions, paragraph e. Contractual Liability is deleted. 8. SUPPLEMENTARY PAYMENTS Under SECTION I — SUPPLEMENTARY PAYMENTS — COVERAGES A AND B, paragraph 1.b. is deleted and replaced with the following: 1. b. Up to $5,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies_ We do not have to furnish these bonds. 9. BROADENED WHO IS AN INSURED SECTION II — WHO IS AN INSURED is deleted and replaced with the following: I. If you are designated in the Declarations as: a. An individual, you and your spouse are insureds, but only with respect to the conduct of a business of which you are the sole owner_ b. A partnership or joint venture, you are an insured. Your members, your partners, and their spouses are also insureds, but only with respect to the conduct of your business. C. A limited liability company, you are an insured_ Your members are also insureds, but only with respect to the conduct of your business. Your managers are insureds, but only with respect to their duties as your managers. d. An organization other than a partnership, joint venture or limited liability company, you are an insured. Your "executive officers" and directors are insureds, but only with respect to their duties as your officers or directors. Your stockholders are also insureds, but only with respect to their liability as stockholders. Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 3 of 11 2. Each of the following is also an insured: a. Your "volunteer workers" only while performing duties related to the conduct of your business, or your "employees," other than either your "executive officers," (if you are an organization other than a partnership, joint venture or limited liability company) or your managers (if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these "employees" or `volunteer workers" are insured for: (1) 'Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co -"employee" or volunteer worker as a consequence of paragraph (1)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraphs (1)(a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services except as provided in Provision 10. of this endorsement. Paragraphs (1)(a), (1)(b) and (1)(C) above do not apply to your "employees" who are: (i) Managers; (ii) Supervisors; (iii) Directors; or (iv) Officers; with respect to "bodily injury" to a co -"employee". (2) "Property damage" to property: (a) Owned, occupied or used by; (b) Rented to, in the care, custody or control of, or over which physical control is being exercised for any purpose by you, any of your "employees," "volunteer workers", any partner or member (if you are a partnership or joint venture), or any member (if you are a limited liability company). b. Any person (other than your "employee" or "volunteer worker"), or any organization while acting as your real estate manager. C. Any person or organization having proper temporary custody of your property if you die, but only; (1) With respect to liability arising out of the maintenance or use of that property; and (2) Until your legal representative has been appointed. d. Your legal representative if you die, but only with respect to duties as such. That representative will have all your rights and duties under this Coverage Form. e. Your subsidiaries if: (1) They are legally incorporated entities; and (2) You own more than 50% of the voting stock in such subsidiaries as of the effective date of this policy. If such subsidiaries are not shown in the Declarations, you must report them to us within 180 days of the inception of your original policy. Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 11 CG 70 63 0417 f. Any person or organization, including any manager, owner, lessor, mortgagee, assignee or receiver of premises, to whom you are obligated under a written contract to provide insurance such as is afforded by this policy, but only with respect to liability arising out of the ownership, maintenance or use of that part of any premises or land leased to you, including common or public areas about such premises or land if so required in the contract. However, no such person or organization is an insured with respect to: (1) Any 'occurrence" that takes place after you cease to occupy or lease that premises or land; or (2) Structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. g. Any state or political subdivision but only as respects legal liability incurred by the state or political subdivision solely because it has issued a permit with respect to operations performed by you or on your behalf. However, no state or political subdivision is an insured with respect to: (1) 'Bodily injury', "property damage", "personal and advertising injury' arising out of operations performed for the state or municipality; or (2) 'Bodily injury" or "property damage" included within the "products -completed operations hazard." h. Any person or organization who is the lessor of equipment leased to you, to whom you are obligated under a written contract to provide insurance such as is afforded by this policy, but only with respect to their liability arising out of the maintenance, operation or use of such equipment by you or a subcontractor on your behalf with your permission and under your suporvision. However, if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured, the insurance afforded to such person(s) or organization(s) only applies to the extent permitted by Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. No such person or organization, however, is an insured with respect to any "occurrence" that takes place after the equipment lease expires. ii. Any architect, engineer, or surveyor engaged by you under a written contract but only with respect to liability arising out of your premises or "your work." However, if you have entered into a construction contract subject to Subchapter C of Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code with the additional insured, the insurance afforded to such person only applies to the extent permitted by Subchapter C of the Chapter 151 of Subtitle C of Title 2 of the Texas Insurance Code. No architect, engineer, or surveyor, however, is an insured with respect to "bodily injury," "property damage," or "personal and advertising injury' arising out of the rendering of or the failure to render any professional services by or for you, including: (1) The preparing, approving, or failing to prepare or approve maps, drawings, opinions, reports, surveys, change orders, designs or specifications; or (2) Supervisory, inspection, or engineering services. This paragraph L does not apply if a separate Additional Insured endorsement providing liability coverage for architects, engineers, or surveyors engaged by you is attached to the policy. If the written contract or written agreement requires primary and non-contributory coverage, the insurance provided by paragraphs f. through i. above will be primary and non-contributory relative to other insurance available to the additional insured which covers that person or organization as a Named Insured, and we will not share with that other insurance. 3. Any organization you newly acquire or form, other than a partnership, joint venture or limited liability company and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the end of the policy period; b. Coverage A does not apply to 'bodily injury' or "property damage" that occurred before you acquired or formed the organization; Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 page 5 of 11 c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Coverage A does not apply to "product recall expense" arising out of any withdrawal or recall that occurred before you acquired or formed the organization. 4. Any person or organization (referred to below as vendor) with whom you agreed under a written contract to provide insurance is an insured, but only with respect to "bodily injury" or "property damage" arising out of "your products" that are distributed or sold in the regular course of the vendor's business. However, no such person or organization is an insured with respect to: a. "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement. b. Any express warranty unauthorized by you; C. Any physical or chemical change in "your product" made intentionally by the vendor; d. Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; e. Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of "your products"; f. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the "your product"; g. "Your products" which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. h. "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (1) The exceptions contained in subparagraphs d. or f.; or (2) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. This paragraph 4. does not apply to any insured person or organization from which you have acquired "your products", or any ingredient, part, or container, entering into, accompanying or containing "your products". This paragraph 4. also does not apply if a separate Additional Insured endorsement, providing liability coverage for "bodily injury" or "property damage" arising out of "your product" that is distributed or sold in the regular course of a vendor's business, is attached to the policy. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations. 10. INCIDENTAL MALPRACTICE LIABILITY As respects provision 9., SECTION II —WHO IS AN INSURED, paragraph 2.a.(1)(d) does not apply to any nurse, emergency medical technician or paramedic employed by you to provide medical or paramedical services, provided that you are not engaged in the business or occupation of providing such services, and your "employee" does not have any other insurance that would also cover claims arising under this provision, whether the other insurance is primary, excess, contingent or on any other basis_ Under SECTION III — LIMITS OF INSURANCE, provisions 11. through 14. of this endorsement amend the policy as follows: 11. AGGREGATE LIMITS PER PROJECT The General Aggregate Limit applies separately to each of your construction projects away from premises owned by or rented to you. Includes copyrighted material of Insurance Services Office, Inc. Page 6 of 11 CG 70 63 0417 12. AGGREGATE LIMITS PER LOCATION The General Aggregate Limit applies separately to each of your locations, but only when required by written contract or written agreement. As respects this provision 12., your locations are premises you own, rent or use involving the same or connecting lots or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad_ However, your locations do not include any premises where you, or others acting on your behalf, are performing construction operations. 13. INCREASED MEDICAL PAYMENTS LIMITS A- SECTION III —LIMITS OF INSURANCE, paragraph 7., the Medical Expense Limit, is subject to all the terms of SECTION III — LIMITS OF INSURANCE and is the greater of: 1. $10,000; or 2. The amount shown in the Declarations for Medical Expense Limit. B. This provision 13. does not apply if COVERAGE C MEDICAL PAYMENTS is excluded either by the provisions of the Coverage Form or by endorsement. 14. DAMAGE TO PREMISES RENTED TO YOU — SPECIFIC PERILS AND INCREASED LIMIT A. The word fire is changed to "specific perils" where it appears in: 1. The last paragraph of SECTION I - COVERAGE A, paragraph 2. Exclusions; 2. SECTION IV, paragraph 4.1b_ Excess Insurance. B. The Limits of Insurance shown in the Declarations will apply to all damage proximately caused by the same event, whether such damage results from a "specific peril" or any combination of "specific perils." C. The Damage To Premises Rented To You Limit described in SECTION III —LIMITS OF INSURANCE, paragraph 6., is replaced by a new limit, which is the greater of: 1. $1,000,000;or 2. The amount shown in the Declarations for Damage To Premises Rented To You Limit. D. This provision 14. does not apply if the Damage To Premises Rented To You Limit of SECTION I — COVERAGE A is excluded either by the provisions of the Coverage Form or by endorsement. E. "Specific Perils" means fire; lightning; explosion; windstorm or hail; smoke; aircraft or vehicles; riot or civil commotion; vandalism; leakage from fire extinguishing equipment; weight of snow, ice or sleet; or "water damage". 'Water damage" means accidental discharge or leakage of water or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. 15. BROADENED LEGAL LIABILITY COVERAGE FOR LANDLORD'S BUSINESS PERSONAL PROPERTY Under SECTION I - COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. Exclusions, j. Damage to Property, the first paragraph following paragraph (6) is deleted and replaced with the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage' (other than damage by fire) to a landlord's business personal property that is subject to, or part of, a premises lease or rental agreement with that landlord. The. most we will pay for damages under this provision 15. is $10,000. A $250 deductible applies. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, provisions 16. through 18. of this endorsement amend the policy as follows: Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 7 of 11 16_ BROADENED KNOWLEDGE OF OCCURRENCE Under 2. Duties In The Event Of Occurrence, Offense, Claim, Or Suit, paragraph a. is deleted and replaced and paragraphs e. and f. are added as follows: a. You must see to it that we are notified as soon as practicable of an "occurrence" or an offense, regardless of the amount, which may result in a claim. Knowledge of an "occurrence" or an offense by your "employee(s)" shall not, in itself, constitute knowledge to you unless one of your partners, members, "executive officers," directors, or managers has knowledge of the "occurrence" or offense. To the extent possible, notice should include: (1) How, when and where the "occurrence" or offense took place; (2) The names and addresses of any injured persons and witnesses; and (3) The nature and location of any injury or damage arising out of the "occurrence" or offense. e. If you report an 'occurrence" to your workers compensation carrier that develops into a liability claim for which coverage is provided by this Coverage Form, failure to report such an "occurrence" to us at the time of the "occurrence" shall not be deemed a violation of paragraphs a_, b., and c. above. However, you shall give written notice of this 'occurrence" to us as soon you become aware that this "occurrence" may be a liability claim rather than a workers compensation claim_ f. You must see to it that the following are done in the event of an actual or anticipated "covered recall" that may result in "product recall expense" (1) Give us prompt notice of any discovery or notification that'j/our product" must be withdrawn or recalled_ Include a description of "your product" and the reason for the withdrawal or recall; (2) Cease any further release, shipment, consignment or any other method of distribution of like or similar products until it has been determined that all such products are free from defects that could be a cause of loss under the insurance. 17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph 6. Representations is deleted and replaced with the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. We will not deny coverage under this Coverage Form if you unintentionally fail to disclose all hazards existing as of the inception date of this policy. You must report to us any knowledge of an error or omission in the description of any premises or operations intended to be covered by this Coverage Form as soon as practicable after its discovery. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or nonrenewal_ 18. TRANSFER OF RIGHTS (BLANKET WAIVER OF SUBROGATION) Paragraph 8. Transfer of Rights Of Recovery Against Others To Us is deleted and replaced with the following: 8. If the insured has rights to recover all or part of any payment we have made under this Coverage Form, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. However, if the insured has waived rights to recover through a written contract, or if "your work" was commenced under a letter of intent or work order, subject to a subsequent reduction to writing with customers whose customary contracts require a waiver, we waive any right of recovery we may have under this Coverage Form. 19. EXTENDED NOTICE OF CANCELLATION AND NONRENEWAL Includes copyrighted material of Insurance Services Office, Inc. Page 8of11 CG70630417 Paragraph 2.15. of A. Cancellation of the COMMON POLICY CONDITIONS is deleted and replaced with the following: b. 60 days before the effective date of the cancellation if we cancel for any other reason. Under SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, Paragraph 9. When We Do Not Renew is deleted and replaced with the following: 9. When We Do Not Renew a. We may elect not to renew this policy except, that under the provisions of the Texas Insurance Code, we may not refuse to renew this policy solely because the policyholder is an elected official. b. If we elect not to renew this policy, we may do so by mailing or delivering to the first Named Insured, at the last mailing address known to us, written notice of nonrenewal, stating the reason for nonrenewal, at least 60 days before the expiration date. If notice is mailed or delivered less than 60 days before the expiration date, this policy will remain in effect until the 61 st day after the date on which the notice is mailed or delivered. Earned premium for any period of coverage that extends beyond the expiration date will be computed pro rata based on the previous year's premium. C. If notice is mailed, proof of mailing will be sufficient proof of notice. d. The transfer of a policyholder between admitted companies within the same insurance group is not considered a refusal to renew. 20. MOBILE EQUIPMENT REDEFINED Under SECTION V — DEFINITIONS, paragraph 12. "Mobile equipment", paragraph f. (1) does not apply to self-propelled vehicles of less than 1,000 pounds gross vehicle weight that are not designed for highway use. 21. ADDITIONAL DEFINITIONS 1. SECTION V — DEFINITIONS, paragraph 4. "Coverage territory" is replaced by the following definition: "Coverage territory" means anywhere in the world with respect to liability arising out of "bodily injury," "property damage," or "personal and advertising injury," including "personal and advertising injury" offenses that take place through the Internet or similar electronic means of communication provided the insureds responsibility to pay damages is determined in a settlement to which we agree or in a "suit" on the merits, in the United States of America (including its territories and possessions), Puerto Rico and Canada. 2. SECTION V— DEFINITIONS is amended by the addition of the following definitions: "Covered recall" means a recall made necessary because you or a government body has determined that a known or suspected defect, deficiency, inadequacy, or dangerous condition in "Your product" has resulted or will result in "bodily injury" or "property damage". "Product Recall expenses" mean only reasonable and necessary extra costs, which result from or are related to the recall or withdrawal of "your product" for- a. Telephone and telegraphic communication, radio or television announcements, computer time and newspaper advertising; b. Stationery, envelopes, production of announcements and postage or facsimiles; C. Remuneration paid to regular employees for necessary overtime or authorized travel expense; d. Temporary hiring by you or by agents designated by you of persons, other than your regular employees, to perform necessary tasks; e. Rental of necessary additional warehouse or storage space; f. Packaging of or transportation or shipping of defective products to the location you designate; and g. Disposal of "your products" that cannot be reused. Disposal expenses do not include: (1) Expenses that exceed the original cost of the materials incurred to manufacture or process such product; and Includes copyrighted material of Insurance Services Office, Inc_ CG 70 63 0417 Page 9 of 11 (2) Expenses that exceed the cost of normal trash discarding or disposal, except as are necessary to avoid "bodily injury" or "property damage". 22. REASONABLE FORCE - BODILY INJURY OR PROPERTY DAMAGE Under SECTION I - COVERAGE A., paragraph 2. Exclusions, subparagraph a. Expected Or Intended Injury is deleted and replaced with the following: [This insurance does not apply to:] a. Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or 'property damage" resulting from the use of reasonable force to protect persons or property. 23. BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK A. Under SECTION I -COVERAGE A., paragraph 2. Exclusions, exclusion k. Damage to Your Product and exclusion I. Damage to Your Work are deleted and replaced with the following: [This insurance does not apply to:] k. Damage to Your Product "Property damage" to "your product" arising out of it or any part of it, except when caused by or resulting from- (1) Fire; (2) Smoke; (3) "Collapse"; or (4) Explosion. For purposes of exclusion k. above, "collapse" means an abrupt falling down or caving in of a building or any part of a building with the result that the building or part of the building cannot be occupied for its intended purpose. I. Damage to Your Work "Property damage" to 'your work" arising out of it or any part of it and included in the `products -completed operations hazard". This exclusion does not apply: (1) If the damaged work or the work out of which the damage arises was performed on your behalf by a subcontractor; or (2) If the cause of loss to the damaged work arises as a result of: (a) Fire; (b) Smoke; (c) "Collapse"; or (d) Explosion. For purposes of exclusion L above, "collapse" means an abrupt falling down or caving in of a building or any part of a building with the result that the building or part of the building cannot be occupied for its intended purpose. B. The following paragraph is added to SECTION III —LIMITS OF INSURANCE: Includes copyrighted material of Insurance Services Office, Inc. Page 10 of 11 CG 70 63 0417 Subject to 5. above [of the COL Coverage Form], $100,000 is the most we will pay under Coverage A for the sum of damages arising out of any one `occurrence" because of "property damage" to "your product" and "your work" that is caused by fire, smoke, collapse or explosion and is included within the "product -completed operations hazard". This sublimit does not apply to "property damage" to "your work" if the damaged work, or the work out of which the damage arises, was performed on your behalf by a subcontractor. 24. BROADENED BODILY INJURY COVERAGE Under SECTION V — DEFINITIONS, the definition of "bodily injury" is deleted and replaced with the following: 3. "Bodily injury" a. Means physical: (1) Injury; (2) Disability; (3) Sickness; or (4) Disease; sustained by a person, including death resulting from any of these at any time- b. Includes mental: (5) Anguish; (6) Injury; (7) Humiliation; (8) Fright; or (9) Shock; directly resulting from any "bodily injury" described in paragraph 3.a. C. All "bodily injury" described in paragraph 3.b. shall be deemed to have occurred at the time the "bodily injury" described in paragraph 3.a. occurred. 25. DESIGNATED COMPLETED PROJECTS — AMENDED LIMITS OF INSURANCE When a written contract or written agreement between you and another party requires project -specific limits of insurance exceeding the limits of this policy; A. for "bodily injury" or "property damage" that occurs within any policy period for which we provided coverage; and B. for `your work" performed within the "products -completed operation hazard"; and C. for which we previously issued Amendment Of Limits Of Insurance (Designated Project Or Premises) CG 71 94 either during this policy term or a prior policy term; and D. that designated project is now complete; the limits of insurance shown in the CG 71 94 schedule will replace the limits of insurance of this policy for the designated project and will continue to apply for the amount of time the written contract or written agreement requires, subject to the state statute of repose of the project location. These limits are inclusive of and not in addition to the replaced limits. Includes copyrighted material of Insurance Services Office, Inc. CG 70 63 0417 Page 11 of 11 POLICY NUMBER; CA2111178 COMMERCIAL AUTO CA 7165 0911 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURE® e PRIMARY NON-CONTRIBUTORY COVERAGE WHEN REQUIRED BY INSURE® CONTRACT OR CERTIFICATE This endorsement modifies insurance provided under the BUSINESS AUTO COVERAGE FORM The provisions of the Coverage Form apply unless changed by this endorsement. This endorsement identifies person(s) or organization(s) who are "insured" under the Who Is An Insured Provision of the Coverage Form. This endorsement changes the policy on the inception date of the policy, unless another date is shown below. Endorsement Effective: Countersigned By: 01 /31/2020 Named Insured: McClendon Construction Company, Inc. (Authorized Representative) (No entry may appear above. If so, information to complete this endorsement is in the Declarations.) Section I I — Liability Coverage, A. Coverage, 1. Who Is An Insured is amended to add: Any person or organization with whom you have an "insured contract" which requires: i. that person or organization to be added as an "insured" under this policy or on a certificate of insurance; and ii. this policy to be primary and non-contributory to any like insurance available to the person or organization. Each such person or organization is an "insured" for liability Coverage. They are an "insured" only if that person or organization is an "insured" under in SECTION II of the Coverage Form. The contract between the Named Insured and the person or organization is an "insured contract'. 2. Section IV — Business Auto Conditions, B. General Conditions, 5. Other Insurance, paragraph d. is deleted and replaced by the following for the purpose of this endorsement only: d. When coverage provided under this Coverage Form is also provided under another Coverage Form or policy, we will provide coverage on a primary, non-contributory basis. Includes copyrighted material of Insurance Services Office, Inc. with its permission. NAMED INSURED: MCCLFNDON CONSTRUCTION COMPANY, INC. POLICY NUMBER: CA2111178 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ iTCAREFULLY, TEXAS ADVANTAGE COMMERCIAL AUTOMOBILE BROAD FORM ENDORSEMENT This endorsement modifies Insurance provided under the BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless rnodlrled by the endorsement, The pmmiurn forlhis endorsement is $ U52. 00 1. 43ROAD FORM INSUIRFO SECVON 11- LIABIL" COVERAG1r.A.1. Who la An Inaurarl is amundad by [he addition of the foilowlm& d. Anyorganization you newly acquire or form, other than a partnership, joint venture or Iimited liability company, and over which you maintain ownership ora majority interest, will qualify as a Named Insured. However, (1) Coverage undarthis provision Is afforded only until the end of the poticy period; (2) Coverage does not apply to "accidents" or'lose that uccurredbefore you acquired orformed ihe organization; and (3) Coverage does not apply to an organization that Is an "insured" under anyother pollcy or would be an "insured- but for its termination or the exhausting of its limit of insurance. 0. Any "employees of yours using: (1) A covered "auto" you do not own, hire or borrow, or a covered "auto" nat owned by the "employee" or a member of his or her household, while performing dullas related to the conduct of your business or your personal affairs; or (2) An "auto" hired or rented under a contract Dr agreement Inthat"empioyeoW name, with your permission, while perfarming dudes reiatedto the conduct of your business, However, your "employee" does not qualify as an insured under this paragraph (2) while using a covered "auto" rented from you orfrom any memberof the "employee's' household. f. Your members, if you are a limited tlabilltycompany, while using a covered "auto" you do not own, hire or borrowand while performing duties related to the conduct of your business or your personal affairs. $r. Pia ry pp i mm to amvr,i i Fratron WIh Wnorn you aurae in a wriilrrn aonitaul, wrllim i agreanwrnl or parruil, to WOW& fnaterat7ce 1Jud1 its Is stlf;TTdeti uiiderthis Paligy, trill unlyWIiJr respar:l to your covured"aulua". This provision does not apply: (1) Unless the writien contractor agreement is executed or the permit is issued prior to the "bodily injury" or 'property damago"; (2) To any person or organization Included as art insured by an endorsement or In the Declarations; or (3) To any lessor of "autos" unless; (a) The lease agreement requires you to provide direct primary insurance for the lessor; (b) The "auto" is teased without a driver; and Includes copyrighted material of Insurance Services Office, Inc. CA 71181109 Page 1 of 5 (a) The lease had not expired. Leased "autos" covered under this provision will ha considered covered "autos" you own and not covered "autos" you hire. h. Any legally incorporated organization or subsidiary in which you own more than 50% of the voting stock on the effective date of this endorsement. This provision does not apply to "bodily injury" or "property damage" for which an "Insured" Is also an Insured under any otherautomobite policy orwould be an Insured under such a policy, but for Its termination or the exhaustion of Its limits ofinsurence, unless such pollcywas written to apply specifrceify In excess of this policy. 2. COVERAGE EXTENSIONS -SUPPLEMENTARY PAYMENTS Under Section 11 -LIABILITY COVERAGE, A2.e. Supplementary Payments, -paragraphs (2) and (4.) are deleted and replaced as follows: (2) Up to $2,500 for the cost of ball bonds (Including bonds for related traffic law violations) required becaus® of an "accident" we cover. We do.nothave to furntsh lhaae bonds. (4) All reasonable expenses Incurred by 'Insured" at our request, including actual loss of earnings up to $500 a day because of lime, off from work, S. AMENDED FELLOW EMPLOYEE EXCLUSION Under SECTION II- LIABILITY COVERACE, B. EXCLUSIONS, paragraph 5. Fellow Employee Is deleted and replaced by1he following: S. Fellow Employee "Bodily injury" to: a. Any fellow "employee" of the "insured" arising out of and In the course of the fellow "employee's" employment or while perfarming duties related to the conduct of your business. However, this exclunlon does not appiyto you r"ernpfoyees"ihatare officers, managers, supervlsors or above. Coverage is excess over any other collectible Insurance. b. The sporise, child, parent, brother or sister of thatfeitow"employee"as a consequence ofparagraph s. above. 4. HIRED AUTO PHYSICAL. DAMAGE COVERAGE AND LOSS OF USE EXPENSE A. Under SECTION 111-PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the following is added: Ifanyof your owned covered "autos" are covered for Physical Damage, we will provide Physical Damage coverage to autos" that you or your "employees" hire or borrawr under your name orihe "employees" name, for the purpose or doing your work. We will provide coverage equal to the broadest physlcsl damage coverage applicable to any covered "auto" shown In the Declaratlons, Item Three, Schedule of Covered Autos You Own, or on any endorsements amending Ibis schedule. S. under SECTION Ill -PHYSICAL DAMAGE COVERAGE,A.4. Coverage Extensions. paragraph b. Loss OFUse Expenses is deleted and replaced with the following: b. Loss Of Use Expenses For Hired Auto Physical Damage, we will payexpenses for which an "insured" becomes legally responsible to payfor loss of use of a vehicle rented or hired without a driver, under awrritten rental contract or agreement. We will pay for loss of use expenses if caused by: (1) Other than collision, only If the Declarations indlcato that Comprehensive Coverage is provided for any covered "auto% Includes copyrighted material of Insurance Services Office, Inc. Page 2 of 5 CA 7118/109 (2) Specified Causes of Loss, only lflhe Declarations indicate that Specified Causes Of Loss Coverage Is provided forany coverod"auto'; or (3) Collision, only ifthe Declarations indicate that Collision Coverage Is provided for any covered "auto". However, the most we Mill payfor any expenses for loss of use Is $30 per day, to a maximum of $2,000. C. under SECTION IV —BUSINESS AUTO CONDITIONS, G. General Conditions, & Other Insurance, paragraph b. Is replaced bythe Following; b. For Hired Auto Physical Damage, the following are deemed to be covered'autos" you awn; 1. Anyaovered "auto" you lease, hire, rent or borrow,, and 2. Any covered `auto" hlred or rented by your "employees" undera contract.in that Individual "employee's" name, with ypur permfsston, while performing duties related to the conduct of your business. However, any "auto" that is leased, hired, rented or borrowed with a driver Is not a covered "auto', nor Is any "auto" you hire from any of your "employees", partners (if you area partnership), members of you area limited liability company), or members oflhairhouseholds. S. LOAN OR LEASE GAP COVERAGE Under SECTION illI —PHYSICAL DAMAGE COVERAGE, A. COVERAGE, the following is added: If covered "auto" Is owned or leased and ifwe provide Physical Damage Coverage on it, we will pay, In the event of a covered total "loss", any unpaid amount due on the lease or loan for a covered "auto", less: (a) The amount paid underthe Physical Damage Sectlon or the policy; and: (h) Any; (1) Overdue lease or loan payments Includ€ng penalties, Interest or other charges resulting from overdue payments at the time ofthe "lass"; (2) Financial penalties Imposed undera lease forexcessive use, abnormal wear and tear or high mileage; (3) Costs for extendsd warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; (4) Security deposits not refunded by a lessor; and (6) Carry-over balanoas from previous loans or teases. 0. RENTAL REIMBURSEMENT Under SECTION III - PAYS€GALDAMAGE COVERAGE A.4. Coverage Extensions, paragraph a.. Transportation Expenses is deleted and replaced by the following: a. Transportation Expenses (1) We will pay up to $75 per day to a maximum of $2,000 for transportation expense Incurred by you bacauss of covered "loss". We will pay only for those covered 'autoefor Which you carry collision Coverage or either Comprehensive Coverage or Specified Causes of Loss Coverage. We will pay for transportation expenses Incurred duringthe period beginning 24 hours after the covered "loss" and ending, regardless of the policy's expiration, when the covered "auto" is rretumed to use or we payfor Ra "less". This coverage Is In addition to the otherwise applicable coverage you have on a covered "auto". No deductibles apply to this coverage. Inctudescopyrighted material ofInsurance Services Office, Inc. CA 71181109 Pago 3 of 5 (2) This coverage does not apply while there Is a spare or reserve °auto" avallablo to you for your operation. 7. AIRSAGCOVIERAGE Under SECTION III -PHYSICAL DAMAW- 6. EXCLUSIONS, paragraph 3. is deleted and replaced by the following: 3, We will not pay for "loss" caused byor resulting from any of the following unless caused byother "foss" that is covered bythls insurance: (1) Wear and tear, freezing, mechanical or electrical breakdown. However, this excluslorr does not Include the discharge of an alrbag. (2) Blowouts, punctures or other road damage to tires. & GLASS REPAIR --WAIVER OF DEDUCTIBLE Section ill —PHYSICAL DAMAGE COVERAGE, D. Deductible is amended to add the following: No deductible applies to glass damage if the glass Is repaired ralherthan. replaced, 9. COLLISION COVERAGE—WAWEROF DEDUCTIBLE Under SectIOn III = PHYSICAL DAMAGE COVERAGE, lf). deductible is amended to add the Following: When there Is a loss to your covered "auto" Insured for Collision Coverage, no deductible will apply if the loss was caused by a collision with another "auto" Insured by us. 10. KNOWLEDGE OF ACCIDENT Under SECTION IV -BUSINESS AUTO CONDITIONS, A. Loss Conditions, 2. Duties In The Event Of Accident, Claim, Suit Or Lose, paragraph a. is debt and replaced by the fallowing: a. You must see to itthatwe are notified as soon as practicable of an "accident", claim, "suit" or "loss". Knowledge of an "accident', claim, "Suit" or "lose byyour "ernpioyeas" shall not, in Itself, constitute knowledge to you unless one of your partners, executive officers, directors, managers, or members (if you area limited liabilitycompany) has knowledge of the "accident.", claim, "suit" or "loss", Notice shOV14 include- (1) How, whenand where the "accident" or "loss" occurred; (2) The "Insurad's" name and addross; and (3) To the extent possible, the names and addresses of any Injured persons and witnesses. 11, IRA HSFEROk RIGHTS (BLANK ETWAIVEROF SLIE3ftOCAl1010 Under SECTION IV a BUSINESS AUTO CONDITIONS, A. Loss Conditions paragraph 5. Transfer Of Rights Of Recovery Against Otters To Us Is deleted and replaced bythe following: 5. Transfer Of Rights Of Recovery Against Others To Us If any person or organization to orforwhom we malce payment underthis Coverage Form has righta to recover damages from another, those rights are transferred to us. That parson or organizatlon must do everything necessary to secure our rights and must do nothing aflsr"acaldent" or "toss" to impair them. However, if the "Insured" has waived rights to recover through a written contract, or If your work was commenced under a letter of intent or workorder, subject to a subsequent reduction in writing with customers whose customary contracts require a waiver, we waive any right of reuovery we may have under this Coverage Form. Includes copyrighted material of Insurance Services Office, Inc. Page 4 of 5 CA 7118 1109 12. UNINTENTIONAL FAILURE. TO DISCLOSE HAZARDS tinder SECTION IV - BUSINESS AUTO CONDITIONS, R. General Conditions, paragraph Z. Concealment, Misrepresentation Or Fraud is amended by the addition of the following: We will not deny coverage under this coverage Form If you unintentionally fall to disclose all hazards exlsling as of the inception date of this policy_ You must report to us any knowledge of an error or omission In your representations as soon as pracficabie attar [is d€scovery. This provision does not affect our right to collect additional premium or exerdse our right of cancellation or non -renewal. IS. B AIWKET COVERAGE FOR CWTAIN OPERATIONS IN CONNECYIDN +DUI rh RAILROADS When required by wrttten contract or written agrearnant, the definition of "insured contract" Is amended as follows: The exception contained In paragraph 1i.3. retatlrg to consime-lion or demolitionoperations on or within 60 feet of a rafiroad; and Paragraph hl.a. are deleted with respect to the use of a covered "auto" In operations for, or affecting, a railroad, Includes copyrighted material of Insurance Services Offlce, Inc. GA 71181109 Page S of a WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3_A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. O Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3_ Premium: The premium charge for this endorsement shall be g@@ percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: This endorsement changes the policy to which it is attached and is affective on the date issued unless otherwise stated_ (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 01/31/2020 Policy No. WC2000080 Endorsement No. WC 42 03 04 B Named Insured:' McClendon Construction Company, Inc. Premium Insurance Company WC 42 03 04 B (Ed. 06-14) Countersigned by Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. .NAMED INSURED: MCCLENDON CONSTRUCTION COMPANY, INC. POLICY NUMBER: OPP2111179 THIS ENDORSEMENT CHANCES THE POLICY. PLEASE READ IT CARfr.FLILLY. NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL CHANGE - THIRD PARTY This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESSAUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE FORM COMMERCIAL UMBRELLA LIABILITY COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE FORM TRUCKERS COVERAGE FORM Subject to the cancellation provisions of the Coverage Form to which this endorsement is attached, we will not: 1. Cancel; 2. Nonrenew; or, 3. Materially change (reduce or restrict) this Coverage Form, except for nonpayment of premium, until we provide at least 60 days written notice of such cancellation, nonrenewal or material change. Written notice will be to the person or organization named in the Schedule. Such notice will be by certified mail with return receipt requested. This notification of cancellation, nonrenewal or material change to the person or organization named in the Schedule is intended as a courtesy only_ Our failure to provide such notification will not: 1. Extend any Coverage Form cancellation date; 2. Negate the cancellation as to any insured or any certificate holder; 3. Provide any additional insurance that would not have been provided in the absence of this endorsement; or 4. Impose liability of any kind upon us. This endorsement does not entitle the person or organization named in the Schedule to any benefits, rights or protection under this Coverage Form. SCHEDULE Name Of Person Of Organization Mailing Address Any person or organization holding a certificate of insurance issued The address shown for that person or organization in for you, provided the certificate: that certificate of insurance 1. Refers to this policy; 2. States that notice of: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the time of the; a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; and 4. Is on file at your agent or broker's office for this policy 1L 70 66 07 14 - BLKT NAMED INSURED: MCCLENDON CONSTRUCTION COMPANY, INC. POLICY NUMBER: CA2111178; WC2000080 THIS ENDORSEMENT CHANGES THE.POLICY. PLEASE READ IT CAREFULLY. EARLIER NOTICE OF CANCELLATION PROVIDED BY US Number of Hays Notice For arty statutorily permitted reason other than nonpayment of premium, the number of days required for notice of cancellation is increased to the number of days shown In the Schedule above. If this policy is cancelled by us we will send the Named Insured and any party listed in the following schedule notice of cancellation based on the number of days notice shown above. SC>HEUULE Name of Parson or Organization The Name of Person or Organization Is any person or organization holding a certificate of insurance issued for you, provided the certificate: 1. Refers to this policy; 2. States that notice of: a. Cancellation; b. Nonrenewal; or c. Material change reducing or restricting coverage; will be provided to that person or organization; 3. Is in effect at the lime of the: A. Cancellation; b. Nonranswal; or c. Material change reducing or restricting coverage; and 4, Is on file at your agent or broker's .office for this policy. Mailing Address The Mailing Address is the address shown for that person or organization in that certificate of Insurance. IL 70 45 05 07 - BLKT 006125-1 CERTIFICATE OF INSURANCE Page I of I 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with standard 7 ACORD Certificate of Insurance form.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mardi9,2020 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article I ---- Definitions and Terminology.......................................................................................................... I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology.................................................................................................................................. 6 Article2 — Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents.................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the Work.......................................................................................................................... 8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting.............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 — Contract Documents: Intent, Amending, Reuse............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................ I I Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article5 — Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers ................................... ................................................................16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 -- Contractor's Responsibilities .......... 6.01 Supervision and Superintendence. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mareh9,2(RO 6.02 Labor; Working Hours................................................................................................................ 20 6.03 Services, Materials, and Equipment........................................................................................... 20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and "Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties........................................................................................................... 26 6.09 Permits and Utilities.................................................................. ............................................... . ..27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection.................................................................................................................. 29 6.15 Safety Representative.................................................................................................................. 30 6.16 Hazard Communication Programs............................................................................................. 30 6.17 Emergencies and/or Rectification............................................................................................... 30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work................................................................................................................... 32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification .............................•........................................................................................... 33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscrimination.......................................................................................................................35 Article 7 - Other Work at the Site................................................................................................................... 35 7.01 Related Work at Site................................................................................................................... 35 7.02 Coordination ................................................................................................................................ 36 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 Article 9 - City's Observation Status During Construction........................................................................... 37 9.01 City's Project Manager............................................................................................................ 37 9.02 Visits to Site................................................................................................................................ 37 9.03 Authorized Variations in Work.................................................................................................. 38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed.......................................................................................... 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mmvb9,2020 Article 10 - Changes in the Work; Claims; Extra Work................................................................................ 38 10.01 Authorized Changes in the Work .................................. ......... 38 10.02 Unauthorized Changes in the Work........................................................................................... 39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work.................................................................................................................................. 39 10.05 Notification to Surety.................................................................................................................. 39 10.06 Contract Claims Process............................................................................................................. 40 Article 11- Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ...................... 41 11.01 Cost of the Work......................................................................................................................... 41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work.......................................................................................................................... 44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time................................................................. 46 12.01 Change of Contract Price............................................................................................................ 46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13 -- Tests and Inspections; Correction, Removal or Acceptance of Defective 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 13.06 Correction or Removal of Defective Work................................................................................ 50 13.07 Correction Period........................................................................................................................ 50 13.08 Acceptance of Defective Work.....................................................................•............................. 51 13.09 City May Correct Defective Work............................................................................................. 51 Article 14 Payments to Contractor and Completion.................................................................................... 52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payments...................................................................................................................... 52 14.03 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 Delayed and Partial Retainage Release........................................................ 56 14.09 Waiver of Claims........................................................................................................................ 57 Article 15 -- Suspension of Work and Termination........................................................................................ 57 15,01 City May Suspend Work............................................................................................................. 57 15.02 City May Terminate for Cause................................................................................................... 58 15.03 City May Terminate For Convenience....................................................................................... 60 Article16 - Dispute Resolution...................................................................................................................... 61 16.01 Methods and Procedures............................................................................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 Article17 —Miscellaneous ....................................................................................................... ....................... 62 17.01 Giving Notice............................................................................................................................... 62 17.02 Computation of Times................................................................................................................ 62 17.03 Cumulative Remedies................................................................................................................. 62 17.04 Survival of Obligations............................................................................................................... 63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms Iisted below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. 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. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award --- Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9, Bidding Requirements —The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day -- A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Calendar Day A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: lv mh 9,2D2.0 007200-I GENERAL CONDITIONS Page 2 of 63 12. 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. 13. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 14. City Attorney The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 15. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 16. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 17. Contract Claim A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 18. Contract The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 19. 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. 20. Contract Price The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 21. Contract Time The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 22. Contractor —The individual or entity with whom City has entered into the Agreement. 23. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPLCIFICATION DOCt MENTS Revision: N ch9,2020 007200-1 GENERAL CONDITIONS Page 3 of 63 24. Damage Claims A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 25. Day or day -- A day, unless otherwise defined, shall mean a Calendar Day. 26. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 27. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Drawings That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 32. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 33. Engineer The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 34. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 35. Field Order —A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 36. Final Acceptance 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. CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Mwb9,2020 007200-1 GENERAL CONDITIONS Page 4 of63 37. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 38. General Requirements Sections of Division 1 of the Contract Documents. 39. Hazardous Environmental Condition 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. 40. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 41. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 42. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 43. 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. 44. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 45. Notice of Award —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. 46. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 47. PCBs —Polychlorinated biphenyls. 48. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 49. Plans See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mmh 4,2020 007200-1 GENERAL CONDITIONS Page 5 of 63 50. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 51. Project The Work to be performed under the Contract Documents. 52. Project Manager —The authorized representative of the City who will be assigned to the Site. 53. Public 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. 54. Radioactive Material —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. 55. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 56. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 57. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 58. Schedule of Values A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 59. Site —Lands or 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. 60. Specifications That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 61. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9, 2020 00 72 00 -1 GENERAL CONDITIONS Page 6 of 63 62. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 63. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 64. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 65. Supplementary Conditions That part of the Contract Documents which amends or supplements these General Conditions. 66. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 67_ Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 68 Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 69. Weekend Working Hours Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 70. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 71. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.023 through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 007200-I GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like erect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract 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 no earlier than 14 days after the Effective Date of the Agreement, unless agreed to by both parties in writing. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mash 9, 2020 007200-1 GENERAL CONDITIONS Page 8 of63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 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 labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mandi9, 2020 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Madi9,2020 00 72 00 -1 GENERAL CONDITIONS Page 10 of 53 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or 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 specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mash 9, 2020 007200-I GENERAL CONDITIONS Page 1 I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's on-line electronic document management and collaboration system site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports 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. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUC,FION SPECIFICATION DOCUMENTS Revision: March9,2020 007200-1 GENERAL CONDITIONS Page 13 of63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if. 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shawn or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shawn or Indicated.- 1. If 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 reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mwch9,2020 007200-1 GENERAL CONDITIONS Page 15 of03 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against 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 arbitration or other, dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone far whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual 's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 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 and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds 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 performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (other evidence of insurance requested by City or any other additional insured) in at least the minimum amount as specified in the Supplementary Conditions which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9, 2020 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction. of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. S. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 00 72 00 - I GENERAL. CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either parry or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such 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' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mardi9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 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, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no Iess than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non -awned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all tinges maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mmrh9,2020 007200-1 GENERAL CONDITIONS Page 21 of63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or -Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or -equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if. a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, 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 essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mach9,2C21) 00 72 00 - 1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or -equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or -equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mamb 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. 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. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH ,STANDARD CONS"IRUCT1ON SPECIFICATION DOCUMENTS Revision: March9,2020 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City • and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mareh9,2020 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration 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 I 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 all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. 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 Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against 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 arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Pen -nits 3. Texas Commission on Environmental Quality Permits 4, Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding pen -nits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Match9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 28 of 63 court 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 Contractor of Contractor's obligations under Paragraph 3.02, C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in Iieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: L Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-fonns.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the 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 which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 4, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work.• During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 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, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to 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 shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change 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 Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safely and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or Ioss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mardi9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such 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 fulfill 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 shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will he identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by - City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9,2020 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Conti -actor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any 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 defective 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 therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will 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 officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND- BE -EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, BY ANY ACT. OMISSION -OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and 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 alleged 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION! DOCUMENTS Revision: March9,2020 007200-] GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT L ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT_ WERE CAUSED, IN WHOLE OR JN PART. BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Much9,2020 007200- 1 GENERAL CONDITIONS Page 35 of63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable 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 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or 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 performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, 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 part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 007200-1 GENERAL CONDITIONS Page 36 of63 7.02 Coordination 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: 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 responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely 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 and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revisions March 9, 2020 00 72 00 -1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06.. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is identified in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager 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 Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager'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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Marci9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations far Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager 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 of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 4, 2020 00 72 00 - I GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.0 LA, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required. All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim, 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included.- The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.013, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a, salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WOWfIl STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9,2020 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the 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 special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, 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 indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mwh9,2020 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. PayroIl costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0l.A.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.013, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 00 72 00 -1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2C2C 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of 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 more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either parry to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement 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 Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; March9,2020 007200-( GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2, where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.01.A.2. and 11.0l.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.0l.A.4 and 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 007200-I GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.A.1 and 11.0l.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.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 the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, 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 damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mareh9,2020 007200-I GENERAL CONDITIONS Page 4$ of 0 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests 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 Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Marh9,2020 007200-1 GENERAL CONDITIONS Page 49 of 63 Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4, If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If 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 observation 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 equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or 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 shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials 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, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mwch9,2020 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall 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 special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Maxh9,2020 007200-1 GENERAL CONDITIONS Page 51 of63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided 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 year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the 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 performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of 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 will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the 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 basis 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 sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Mareh9,2020 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 54 of63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty 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 or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 007200-1 GENERAL CONDITIONS Page 55 of 53 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the 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 permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-I GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Man h9, 2020 00 72 00 - I GENERAL CONDITIONS Page 57 of63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release 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 completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work 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. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall 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 equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 00 72 00 - 1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance 920020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences Iegal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: M=h9,2020 00 72 00 - 1 GENERAL CONDITIONS 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. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, 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 further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTA STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2MO 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title 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 performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Maw 9, 2020 007200-I GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and 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 shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March9,2020 00 72 00 - 1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if. 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving parry. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FOR'r woRTI I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: March 9, 2020 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 00 73 00 SUPPLEMENTARY CONDITIONS Page I of 7 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these 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, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate 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. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of May I9, 2020: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER NONE TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised March 9, 2020 City Project No. 101477 00 73 00 SUPPLEMENTARY CONDITIONS Page 2 of 7 SC-4.01A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of May 18,2020: EXPECTED UTILITY AND LOCATION OWNER TARGET DATE OF ADJUSTMENT Oncor Power poles at various locations 10/1/2020 ... ......... ........... .I .... ............. ....... ...... .......................-.__.-....-.......-._-..._.-.-._..........-.-......-.. .-....-..._....------ ....__......-.....................---...--....._............ - -. ....-.... .................- Atmos Energy Gas service lines at various locations 10/l/2020 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: Laboratory Test Results for City Project No. 101477, 3/27/19, City of Fort Worth. SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: NONE SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City: City of Fort Worth, Texas (2) Consultant: Dunaway Associates, L.P. (3) Other: NONE SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accidentloccurrence $100,000 Disease - each employee $500,000 Disease - policy limit CITY OF FORT WORTH Paving, water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised March 9, 2020 City Project No. 101477 00 73 00 SUPPLEMENTARY CONDITIONS Page 3 of 7 SC-5.04B., "Contractor's Insurance" 5.0413. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1,000,000 each occurrence $2,000,000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injuryper accident $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks. The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract X Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 Paving, Water & Sanitary Sewer Replacement for 2018 CIP Year 2, Contract 18 City Project No. 101477 00 73 00 SUPPLEMENTARY CONDITIONS Page 4 of 7 Where a single railroad company is involved, the Contractor shall 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 the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location 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 grade 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 policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all 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 Iessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier - for the project. Schedule 2 Crews to expedite construction. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: 2013 Prevailing Wage Rates (Heavy and Highway Construction Projects) A copy of the table is also available by accessing the City's website at: htty s: //anns.fortworthtexas. zov/Proi ectResou rces/ You can access the file by following the directory path: 02-Construction Documents/Specifications/Div00 — General Conditions SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: I. SWPPP — NOI and NOT 2. RIGHT-OF-WAY PERMIT CITY OF FORT WORTH -Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 C1P Year 2, Contract 18 Revised March 9, 2020 City Project No. 101477 00 73 00 SUPPLEMENTARY CONDITIONS Page 5 of 7 SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: NONE SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of fq nth Day, Year this document was preparec T: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION NONE SC-6.24B., "Title VI, Civil Rights Act of 1964 as amended" During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor shall comply with the Regulation relative to nondiscrimination in Federally -assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin, in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by City or the Texas Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the City, or the Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the Texas Department of Transportation may determine to be appropriate, including, but not limited to: CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised March 9, 2020 City Project No. 101477 00 73 00 SUPPLEMENTARY CONDITIONS Page 6 of 7 a. withholding of payments to the Contractor under the Contract until the Contractor complies, and/or b. cancellation, termination or suspension of the Contract, in whole or in part. 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request City to enter into such litigation to protect the interests of City, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title VI requirements can be found in the Appendix. SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority NONE SC-5.01, "Communications to Contractor" At Least two (2) weeks prior to construction the contractor shall coordinate water line isolations and shut down date and time with the City of Fort Worth, Roger Hauser, Assistant Water Systems Superintendent, (817) 925-2360. Contractor shall notify Property Owner at least 48 hours before removing any fencing. All SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Mary Hanno P__ or his/her successor pursuant to written notification from the Director of SC-13.03C., "Tests and Inspections" NONE SC-16.01C.1, "Methods and Procedures" NONE END OF SECTION CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised March 9, 2020 City Project No. 101477 00 73 00 SUPPLEMENTARY CONDITIONS Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE 1/2212016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. 3/9/2020 D.V. Magana SC-6.07, Updated the link such that files can be accessed via the City's website. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised March 9, 2020 !Paving, Water & Sanitary Sewer Replacement for 2018 CIP Year 2, Contract 18 City Project No. 101477 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 01 11 00 SUMMARY OF WORK 01 11 00-1 SUMMARY OF WORK Page 1 of 3 5 A. Section Includes: 6 1. 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 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1 - General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. 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 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work 1. Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical 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 I . Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and Pequipment stored on the Site. 3. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amount 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. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised December 20, 2012 City Project No. 101477 W 1100-2 SUMMARY OF WORK Page 2 of 3 I b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FOR'r WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 C1P Year 2, Contract 18 Revised December 20, 2012 City Project No. 101477 011100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised December 20, 2012 City Project No. 101477 I 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0125 00 SUBSTITUTION PROCEDURES 012500-1 SUBSTITUTION PROCEDURES Page I of 4 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution 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 following: 9 a. Name of manufacturer 10 b. Name of vendor I 1 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Request for Substitution - General I. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers.P a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; or, CITY OF FORT WORTH Paving, Water, & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 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) Complete 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 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer`s literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 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 of persons 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) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH Paving, Water, & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Prqject No. 101477 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if: 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1,7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 30 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Paving, Water, & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 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 Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended Recommended Not recommended _Received late By Date Remarks Date Rejected CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised Inly 1, 2011 Paving, Water, & Sanitary Sewer Replacement for 2018 CIP Year 2, Contract 18 City Project No. 101477 1 2 3 PART1- GENERAL SECTION 013119 PRECONSTRUCTION MEETING 413119-1 PRECONSTRUCTION MEETING Page 1 of 3 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I — General Requirements I3 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2, The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised August 17, 2012 City Project No. 101477 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 0131 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives £ Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will 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 permits d. Contractor's work plan and schedule c. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17, 2012 Paving, Water & Sanitary Sewer Replacement for 2018 CIP Year 2, Contract 18 City Project No. t01477 0131 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 I 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 112 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 C1P Year 2, Contract 18 Revised August 17, 2012 City Project No. 101477 013120-1 PROJECT MEETINGS Pagel of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. 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 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division I — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting 1. After the execution of the Agreement, but before construction is allowed to begin, attend I Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees a. Contractor CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general, the neighborhood meeting will occur within the 2 weeks following 5 the pre -construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include, but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations, problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off -site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 in. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 a13120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 112 WARRANTY ]NOT USED] 19 PART 2 - PRODUCTS ]NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 22 23 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July I, 2011 City Project No. 101477 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 01 32 33 - 1 PRECONSTRUCTION VIDEO Page 1 of 2 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: I 1 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 I . Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS ]NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 111 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 C1P Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 2 4 01 32 33 - 2 PRECONSTRUCTION VIDEO PART 3 - EXECUTION [NOT USED) END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE Page 2 of 2 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Paving, Water & Sanitary Sewer Replacement for 2018 CIP Year 2, Contract 18 City Project No. 101477 013300-1 SUBMITTALS Page 1 of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division I — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract IS Revised December 20, 2012 City Project No. 101477 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 0133 00 - 2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Confonnance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, 1 hereby represent that I 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 %2 inches x 1 l inches to 8 '/2 inches x 1 Iinches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Paving, Water & Sanitary Sewer Replacement 2018 CIP Year 2, Contract 18 City Project No. 101477 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erection/installation (working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 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 1) Provide such measurements and note on the drawings 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 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing -in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised December 20, 2012 City Project No. 101477 01 33 00 - 4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational -range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare -parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: l 1 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on -site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations 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 electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 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 copies for all submittals 37 b) If Contractor requires more than 1 bard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised December 20, 2012 City Project No. 101477 013300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples, where required, to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 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 fulfillment 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, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and 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. Submittals will be returned to the Contractor under I of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS 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 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised December 20, 2012 City Project No. 101477 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 013300-6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar 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 subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or marls the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Paving, Water & Sanitary Sewer Replacement 2018 CIP Year 2, Contract 18 City Project No. 101477 013300-7 SUBMITTALS Page 7 of 8 1 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 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 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 at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information (RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised December 20, 2012 City Project No. 101477 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 01 33 00 - 8 SUBMITTALS Page 8 of 8 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CiP Year 2, Contract 18 Revised December 20, 2012 City Project No. 101477 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 C1P Year 2, Contract 18 Revised December 20, 2012 City Project No. 101477 013513-2 SPECIAL PROJECT PROCEDURES Page 2of8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation (TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines (more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage -type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised December 20, 2012 City Project No. 101477 01 35 13-3 SPECIAL PROJECT PROCEDURES Page 3 0178 I a. Notification shall be given to: 2 1) The power company (example: ONCOR) 3 a) Maintain an accurate log of all such calls to power company and record 4 action taken in each case. 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: 7 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 8 lower the lines 9 c. No personnel may work within 6 feet of a high voltage line before the above 10 requirements have been met. 11 C. Confined Space Entry Program 12 1. Provide and follow approved Confined Space Entry Program in accordance with 13 OSHA requirements. 14 2, Confined Spaces include: 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Permit Required for 17 Confined Spaces 18 D. Air Pollution Watch Days 19 1. General 20 a. Observe the following guidelines relating to working on City construction sites 21 on days designated as "AIR POLLUTION WATCH DAYS". 22 b. Typical Ozone Season 23 1) May 1 through October 31. 24 c. Critical Emission Time 25 1) 6:00 a.m. to 10:00 a.m. 26 2. Watch Days 27 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 28 with the National Weather Service, will issue the Air Pollution Watch by 3:00 29 p.m. on the afternoon prior to the WATCH day. 30 b. Requirements 31 1) Begin work after 10:00 a.m. whenever construction phasing requires the 32 use of motorized equipment for periods in excess of 1 hour. 33 2) However, the Contractor may begin work prior to 10:00 a.m. if: 34 a) Use of motorized equipment is less than 1 hour, or 35 b) If equipment is new and certified by EPA as "Low Emitting", or 36 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 37 alternative fuels such as CNG. 38 E. TCEQ Air Permit 39 1. 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 hours 44 prior to commencing. 45 2) Minimum 24 hour public notification in accordance with Section 0131 13 46 G. Water Department Coordination CITY OF FORT WORTI-L Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised December 20, 2012 City Project No. 101477 0135 13 -4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project 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 construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 1. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised December 20, 2012 City Project No. 101477 01 35 13 -5 SPECIAL PROTECT PROCEDURES Page 5 of 8 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector, 17 J. Coordination with United States Army Corps of Engineers (USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required, meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required, meet all requirements set forth in each designated 24 railroad permit. This includes, but is not limited to, provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust, capture and properly dispose of waste water. 42 b. If wet saw cutting is performed, capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised December 20, 2012 City Project No. 101477 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.13— Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised December 20, 2012 City Project No. 101477 0135 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: I Limits of Construction: 12 13 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. CCITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (617) 362 6306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised December 20, 2012 City Project No. 101477 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 3 4 FORTWORTH DOVE NO. xxxx � tee: RO?ICE OF ` 02PO ARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. (CITY INSPECTOR) AT (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised December 20, 2012 City Project No. 101477 01 45 23 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for first set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing L Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution 1) Confirm development of Project directory for electronic submittals to be uploaded to the City's document management system, or another external FTP site approved by the City. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised March 9, 2020 City Project No. 101477 01 45 23 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. Inspection 1. Inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents, 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that electronic submittals be uploaded through the City's document management system. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised March 9, 2020 City Project No. 101477 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page I of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 I. 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 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City I week before water for construction is desired CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 20I8 CIP Year 2, Contract 18 Revised July I, 2011 City Project No. 101477 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary beat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 01 50 00 - 3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] I [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD lou] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 C1P Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 01 5000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 2 7 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page I of 3 I SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1-- General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 1 I 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 Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 01 57 13 -1 STORM WATER POLLUTION PRE-"VENTION Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. 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 1 Contract 12 2. Division 1 General Requirements 13 3. Section 31 25 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items I8 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: S WPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 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 01 57 13 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: l . Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of 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 A. SWPPP 42 1. Submit in accordance with Section 0133 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 01 57 13 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS (NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] I i PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 14 15 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 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 1. 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 Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. 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 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED IoR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Reviser] July 1, 2011 City Project No. 101477 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 1 B. Materials 2 1. Sign 3 a. Constructed of 3/a-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 01 58 13 - 3 TEMPORARY PROJECT SIGNAGE Revision Log DATE NAME SUMMARY OF CHANGE Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Paving, Water & Sanitary Sewer Replacement for 2018 CIP Year 2, Contract 18 City Project No. 101477 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 PRODUCT REQUIREMENTS Page I of 2 1. References for Product Requirements and City Standard Products List B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is available through the City's website at: https://apps.fortworthtexas.gov/ProjectResources/ and following the directory path; 02 - Construction Documents/Standard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for 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 listed on the City's Standard Product List. D. Although 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, that manufacturer's standard product. E. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 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] CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised March 9, 2020 City Project No. 101477 01 6000 PRODUCT REQUIREMENT'S Page 2 of 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List 3/9/2020 D.V. Magana Removed reference to Buzzsaw and noted that the City approved products list is accessible through the City s website. Paving, Water & Sanitary Sewer Replacement for CITY OF FORT WORTH 2O18 CIP Year 2, Contract 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101477 Revised March 9, 2020 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily Iimited to: 14 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division I — General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 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 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general 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 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 C1P Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 016600-3 PRODUCT STORAGE AND 14ANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH Paving, Water & Sanitary Sewer improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CTP Year 2, Contract 19 Revised July 1, 2011 City Project No. 101477 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY Or FORT WOR"TH Paving, Water & Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIA Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from I location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH Paving, Water & Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised November 22, 2016 City Project No. 101477 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 — General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1.] 28 Mobilization and Demobilization 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 36 2. Remobilization for suspension of Work as specifically required in the Contract 37 Documents 38 a. Measurement 39 1) Measurement for this Item shall be per each remobilization performed. 40 b. Payment 41 1) The work performed and materials furnished in accordance with this Item 42 and measured as provided under "Measurement" will be paid for at the unit 43 price per each "Specified Remobilization" in accordance with Contract 44 Documents. 45 c. The price shall include: 46 1) Demobilization as described in Section 1.1.A.2.a.1) CITY OF FORT WORTH Paving, Water & Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised November 22, 2016 City Project No. 101477 01 7000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 1 2) Remobilization as described in Section I .I.A.2.a.2) 2 d. No payments will be made for standby, idle time, or lost profits associated this 3 Item. 4 3. Remobilization for suspension of Work as required by City 5 a. Measurement and Payment 6 1) This shall be submitted as a Contract Claim in accordance with Article 10 7 of Section 00 72 00. 8 2) No payments will be made for standby, idle time, or lost profits associated 9 with this Item. 10 4. Mobilizations and Demobilizations for Miscellaneous Projects 11 a. Measurement 12 1) Measurement for this Item shall be for each Mobilization and 13 Demobilization required by the Contract Documents 14 b. Payment 15 1) The Work performed and materials furnished in accordance with this Item 16 and measured as provided under "Measurement" will be paid for at the unit 17 price per each "Work Order Mobilization" in accordance with Contract 18 Documents. Demobilization shall be considered subsidiary to mobilization 19 and shall not be paid for separately. 20 c. The price shall include: 21 1) Mobilization as described in Section 1.1.A.3.a.1) 22 2) Demobilization as described in Section 1.1.A.3.a.2) 23 d. No payments will be made for standby, idle time, or lost profits associated this 24 Item. 25 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 26 a. Measurement 27 1) Measurement for this Item shall be for each Mobilization and 28 Demobilization required by the Contract Documents 29 b. Payment 30 1) The Work performed and materials furnished in accordance with this Item 31 and measured as provided under "Measurement" will be paid for at the unit 32 price per each "Work Order Emergency Mobilization" in accordance with 33 Contract Documents. Demobilization shall be considered subsidiary to 34 mobilization and shall not be paid for separately. 35 c. The price shall include 36 1) Mobilization as described in Section 1.I.A.4.a) 37 2) Demobilization as described in Section 1.l .A.3.a.2) 38 d. No payments will be made for standby, idle time, or lost profits associated this 39 Item. 40 1.3 REFERENCES [NOT USED] 41 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 42 1.5 SUBMITTALS [NOT USED] 43 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 44 1.7 CLOSEOUT SUBMITTALS [NOT USED] 45 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH Paving, Water & Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised November 22, 2016 City Project No. 101477 01 70 00 - 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 8 9 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1 1/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised November 22, 2016 City Project No. 101477 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 01 71 23 CONSTRUCTION STAKING AND SURVEY PART1- GENERAL 1.1 SUMMARY A. Section Includes: Requirements for construction staking and construction survey B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following. 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. As -Built Survey a. Measurement 1) . Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 C1P Year 2, Contract 18 Revised February 14, 2018 City Project No. 101477 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as -built survey data onto contractor redline plans and digital survey files. A. Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survey —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth Construction Staking Standards (available on City's Buzzsaw website) — 01 71 23.16.01_ Attachment A —Survey Staking Standards 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 01 33 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised February 14, 2018 City Project No. 101477 01 71 23 - 3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 01 71 23.16.01 Attachment A — Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As -built Redline Drawing Submittal 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and scaled by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A -- Survey Staking Standards) . 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. Paving, Water & Sanitary Sewer Replacement for CITY OF FORT WORTH 2O18 CIP Year 2, Contract 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101477 Revised February 14,2018 01 71 23 - 4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 4) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 4. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Tap of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater—Not Applicable Paving, Water & Sanitary Sewer Replacement for CITY OF FORT WORTH 2O18 CIP Year 2, Contract 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proiect No. 10 t477 Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) 1) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater — Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART2- PRODUCTS A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, casements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical location of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised February 14, 2018 City Project No. 101477 01 71 23-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standadd templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft, tolerance. b. Horizontal alignment on a structure shall be within .0.1ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3. LA. 2. Vertical Iocations shall be established from a pre -established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 C1P Year 2, Contract 18 Reviscd lFebruary 14, 2018 City Project No. 101477 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes casements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval from the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3rd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.4 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log ' CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised February 14, 2018 City Project No. 101477 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format Paving, Water & Sanitary Sewer Replacement for CITY OF FORT WORTH 2O18 CIP Year 2, Contract 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101477 Revised February 14, 2018 FORT WORTH@ Section 01 71 23.01-AttachmentA Survey Staking Standards February 2017 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on MOTright-of-way or through joint MOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the MOT manual shall prevail.(http:/Loonlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents 1. City of Fort Worth Contact Information 11, Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI, Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER IRRIGATION AND RECLAIMED WATER PURPLE III. Standard Staling Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.goy/itsolutions/GIS/ Look for'Zoning Maps'. Under'Layers' , expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc -second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. It. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.r.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Protected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_ Conformal_ Conic F a Ise_ E a st i ng: 19685 00.00000000 False —Northing: 6561666.66666667 Central Meridian:-98,50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitude —Of Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_ North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format txt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) W. Preferred File Naming Convention This is the preferred format: City Project Number Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street —Project Specific Datum.csv Example Control Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 - W W = � m W CD � 00 LLJ p W O W J W EL. = 100.OD' _- Lj m Li d _ 0 W LJi h j iY J < m W CD P #1 N=5000.00 E=5000 a __-- V. Dater Staking Standards O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01—Attachment A —Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking— Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required Ill. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IL Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes 1. 7.0' perpendicular offset is preferred to the center of the box IL Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants 1. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stales 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 , �\ /\ � \ 2 ic \ En � 28 2 oLd » // y w/ SI=+m &@ w \� > /Uj \ /�OO/ {*/ §�Rw+Ia, k�Ia, ` L Q \ , \ m_ \�E�_ m( . I 3 r \ cF- � - u 2 \ &k I§ u 7 ]� 33 m 0 Ld Q e y / _o §§ / M LU 0 \ & \\ } § \ / \ _ e C § k¥ y3 2 ) ®® E: \ /E \ g ° }§ § & z §} q§ o Ir - Z ( G« = - @o � / � LL- / ; - - \ � � @ VE Sanitary SewerStaking O: p@c gdsGovernance Pmce w\Tempo@wSpec R6\C a§mlDeli R\Capbli 9 Div 01\0171 2I16a1-Attachment A 5 wey Staking Standards.docx Page gy2 A. Centerline Staking —Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking ll. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking— Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor ll. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 Example Sanitary Sewer Stakes r I W III' STA=3+T1�ul C-�=p C-A"II a C-+7� s� f { I....l - LLJ Il 11 W V) 5 C -.°.• F IA IJi r,¢dao ' O/S (L SS � STA-3+71"I va C-3K �I �� C-3 � 1 D� 4 4 O � l l_ Ito= z w (-,4J =FEW � F MW NW v5z � 2� mm�r� wK�jI0 0< 7' 0/3 SS� O 8Z � I I d � N 2 z z ((} w. / {. j 0 d rr Li w U) �3 w6 H -Z � W Lim U_ 0 rC LL LJ..I �3 � w O -3 a F P { 0 m 6 z 112' O/S SS � � sra-4+00 � £-6� ivr a a W i] W W � Z I8. O L E W LS �[L w+ F� F� o�-- 0q 3ez_ L'i w �Y z O� 0 Ir rh F � C W N 4 5 W D9 w wt= F Fez z a a O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 11 of 22 �I � iz tK b � t �mW W � z LD IE W w F W d F 4 EL W m ' J 2m� VII. Storm Sewer & Inlet Staking A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking —Curves 1. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet = 16.00' total length Ili. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 BACK (90E FAM C FIXI.W.) POINT # li HLB ELEVATION Example Storm Inlet Stakes FRONT (SIDE FACING D rr z r 1 I* z IDENTIFIES WHICH END OF THE WING —i BEING STAKED R INLET STATION t (IF NOTED ON PLANS) IDENTIFIES GRADE C TO TOP OF CURB IDENTIFIES GRADE II TO FLOWLINE FJQ FLA�,QNC, REQL ff ED BACK {517E FAE3NG N.QW_) Hue E1.EVXl14N FRONT (SIDE FACING ) r m IDENTIFIES WHICH END OF THE SANG BEING STAKED T/C "rl ITL O c7 I SIANUAND lU' — 10' RECESSED 1V - STANDPRB QMDU 10' — E6.67' REECES5ER L VJSL@ 10' — 30.67' HUB WrIrH TACK — — — — — — _.._ — — — ,._. — .._. — I I I 9AG4 OF INLET h 01 RIM I BACK rF CURD 1,1 — — FI-VALINE FACE OF irq_ET rA'aE OF INLET — —EDGE 6F PAVEMENT rT,r;c r7F F'P,VhO,.SLNT I I EME OF PMEMENT O:\Specs-Stds Governance Process\Temporary Spec FIIes\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards-docx Page 13 of 22 — lFhCK OF CLIA.B — F1.LT5'rUNL — — —EDGE OF PMEMENrµ»,..... Vill. Curb and Gutter Staking A. Centerline Staking— Straight fine Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 22 Example Curb & Gutter Stakes FRONT (SIDE FACING Q nl I�.—{� ; FRONT IDENTIFIES END FRONTk J T (SUE FACING ¢j POINT OF tit } r BENT IDENTIFIES START MpGFRONT al(SlDG F FACINPON7 OF OJRVATURE(SIDE FACING q) .° . Q • I �.�, I+ pppC� ; IDEMMES OFFSET TO a (SIDE FACING R.O.W.)ra 9" CP CURB OR P/o T -U a FOR FhCE OF CURB E O [ s PRINT + i B/d I I I r— cn IIII E IDanr7Es tRaoe I3 I I� in TD T9F OF OURS NO DRhDE ON HUB ELEVATION I o RADIUS MAWS ly 4 I0 TOP OF CUPS y = BACK OF 0.-RP RP ;Z FLOALI NE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 e � C-3j ;•� t§6§ � � z © f « Rom .k .. u � ke Ps - = /� / e* .62 e�� y 2 Z 'IT w�YIO».a�\ _ imno -Jo movs ly Li 6 16 ° G _ e 2|33NVKI».mib \ \241 - \ ®x � §( \ J` - � y L�� / § ` (�ƒ j % 6 =§ §» \ ; E \�§ »/LU /01 �OL O: p csS+ Governance Pmaslemp q@spcqesl aPUlDeli r OPDHIeyDQo#0171 2I1 J1-mGmmAlA Survey Staking kanA¥ d7x g 16 of 22 IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard City Cut Sheet Date: ❑ TOTAL Staking Method: ❑ GPS STATION LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS City Project Number: Project Name: ❑ OTHER ALL GRADES ARE TO FLOWdLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET -LTI+RT DESCRIPTION PROP. GRADE STAKED ELEV. _CUT +FILL 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachrnent A_Survey Staking Standards.docx Page 17 of 22 X. As -built Surve A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 I Cr r. F, I, all Ok Mm"i, j P 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01—Attachment A —Survey Staking Standards.docx Page 20 of 22 IC- air--' -1- WL (w.coarraw F" r A I„ - it we rr LM OR, gpff err* M- W,VER 1r4ehWV7-A NA f LT Uf AF, M -�!! u��a'I,V5531 - SL.I, 5 22�I ':LK {*`ivrTER aff CN. •Ff Il+mwAdim smmAR7 ��• O'Ey. iId'a 5')AO yro.) - 7eE4 (FIVY10 aw REMWE" r, SNY&M EXIST. QA7i VWE L REr7 7N GCF�#' i- TD "ST. 60 MtR 1M+rA11_ !-!}SfM MF&in ts'xepr.7auM fM2 �170s'>rf9:0 [42,G53t174'r l '. - d � �I :rAasln7- 7i'�dL •�' f EY57 eLr, 1 ur`YEKf.K=H+7 s7AvaGl� • a'k4 r� tiv�1i, / / jo "r VRLM � / ynE wave 'y R tF 61 mU w 1Fco 1 7r, m F VAM: xi'rcvn.ktn96s _ I Irr►; lL:Jrl Fi IGry in PROPOSED �N:LWE & SWA w Z a SANITARY S �x I •car OfTE WJYE <.,, SEE' SHE`E' LNI bit r ASFJRL Wr 1 - Sfi4 0t17Ai - PL`Iri lF1Y�'A rY37 STA V Vm - ' V 5TA7�1GIN57NS7'rAV I-1$'m CTTi�LErft-WNFATFR I O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01—Attachment A —Survey Staking Standards.docx Page 21 of 22 23.16.01—Attachment A —Survey Staking Standards.docx Page 22 of 22 Obviously the .csv or Axt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING EASTING ELFV 1 6946257.189 2296079.165 2 6946260.893 2296062,141 3 6946307.399 2296038.30E 4 6946220.582 2296011.025 5 6946195.23 2296015.116 6 6946190.528 2296022,721 7 6946136.012 2295992.115 8 6946002 267 2295919.133 9 6946003.056 2295933.418 10 6945984.677 2295880.52 11 6945986-473 2295869.892 12 6945895.077 2295860.96? 13 6945896.591 2295862.188 14 6945934.286 2295841.925 IS 6945936.727 2295830.441 16 6945835.678 2295799.707 17 G945817 488 2295827-011 18 6945759.776 2295758.643 19 6945768.563 2295778.424 20 6945743.318 2295788.392 71 6945723.219 2295754.394 22 6945682.21 2295744.22. 23 694562L902 2295669.471 24 6945643.407 2295736.03 25 6945571.059 2295655.195 26 6945539.498 229S667.803 27 6945519.834 2295619.49 28 6945417,879 2295580.27 29 G945456-$57 2295643-145 30 6945387.356 2295597.101 31 6945370.698 2295606.793 32 6945383,53 2295610.559 33 6945321.228 22-95S51.105 34 6945319.365 2295539.728 35 6945242,289 2295570,715 36 6945233.624 2295544.626 37 6945206.493 2295529.305 38 6945142.015 229SS57.666 39 6945113.445 2295520.335 40 6945049.02 2295527.345 41 6945041.074 2295552.675 42 6945038.878 2295552.147 43 6945006,397 2295518.135 44 6944944.782 2295520.63$ 45 6944943.432 2295556 479 46 6944860.416 2295534.397 DESCRIPTION 720,09 SSMH RIM 725.668 GV RIM 726.85 GV RIM 723.358 55MH RIM 722.123 GV RIM 722.325 FH 719.448 WM RIM 713-331 WM RIM 713.652 CO RIM 711.662 SSMH RIM 710.046 WM RIM 707.72 WM RIM 708.205 WM RIM 709,467 WM RIM 710.084 CO RIM 707.774 SSMH RIM 708.392 SSMH RIM 711.218 55MH RIM 710.086 GV RIM 710.631 GV RIM 712.949 GV RIM 716.686 WM RIM 723.76 WM RIM 719.737 CO RIM 727.534 SSMH RIM 729.123 WM RIM 732.689 WM RIM 740.S21 WM RIM 736A51 CO RIM 740.756 GV RIM 740.976 GV RIM 740.408 FH 746.34 WM RIM 746.777 CO RIM 749.454 WM RIM 749.59 SSMH RIM 751,058 WM RIM 750.853 WM RIM 751.871 WM RIM W 752.257 SSMH RIM ! „F 751.79 WM RIM 1. **A 751.98 WM RIM 4 752,615 WM RIM 752.801 WM RIM 752.156 WM RIM 752.986 SSMH RIM -I. .,/., O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 24 C. Other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 -- - - --- - --- ---- ---- ------ ---- ----- -- ----- - I d � � E a Q A g Tj x o� I n S 3 OMI' 3 _ r5z— —5z— O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 26 of 26 017423-1 CLEANING Page 1 of 4 1 SECTION 0174 23 2 CLEANING 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 - No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND IIANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 01 74 23 - 2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil 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. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 017423-3 CLEANING Page 3 of 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight -exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out Iamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior (Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re -seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH Paving, Water &c Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 1 2 3 4 5 b 7 8 9 10 01 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Paving, Water & Sanitary Sewer Replacement for 2018 CIP Year 2, Contract 18 City Project No. 101477 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0177 19 CLOSEOUT REQUIREMENTS 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. 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 Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. 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 REFERENCES (NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS is A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits 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 for 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. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 01 78 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 7423. 14 C. Final Inspection 15 1. After final cleaning, provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection, the City will notify the Contractor, in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City, immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice, inform the City, that the required Work has been completed. Upon receipt 26 of this notice, the City, in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include, but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 10 14 77 01 77 19 - 3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report (if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 29 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 C1P Year 2, Contract 18 Revised July 1, 2011 City Proiect No. 101477 017823-1 OPERATION AND MAINTENANCE DATA Page I of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 '/2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH Paving, Water & Sanitary Seiner Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2019 CIP Year 2, Contract 19 Revised December 20, 2012 City Project No. 101477 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 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: I ) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 Paving, Water & Sanitary Sewer Rep]accment for 2018 CIP Year 2, Contract 18 City Project No, 101477 01 78 23 - 3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final 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 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) 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) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 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 1) Predicted life 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 CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised December 20, 2012 City Project No. 101477 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 c. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised December 20, 2012 City Project No. 101477 017923-5 OPERATION AND MAINTENANCE DATA 1 1.10 DELIVERY, STORAGE, AND HANDLING ]NOT USED] 2 111 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Page 5 of 5 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A. I — title of section removed CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised December 20, 2012 City Project No. 101477 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL Celli�1001►'II IMA 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract I6 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 LS MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 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 measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 31 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 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 c. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of 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 modifications of the facility may require 28 accurate information as to the final physical 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 location of the Item ("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic 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. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 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 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents 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 Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 39 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 Paving, Water & Sanitary Sewer Replacement for 2019 CIP Year 2, Contract IS City Project No. 101477 SP 34 71 13.01 TRAFFIC CONTROL Page] of4 34 7113 SPECIAL PROVISION TO STANDARD SPECIFICATION 34 7113 TRAFFIC CONTROL For this Project, the Standard Specification 34 71 13 for Traffic Control (dated 11/22/2013) is amended with respect to the clauses cited below. No other clauses or requirements of this Standard Specification are waived or changed. Delete section 1.1. from Standard Specification 34 71 13 and replace with: 1,1 SUMMARY B. Installation of Traffic Control Devices and preparation of Traffic Control Plans, including moving, replacing, maintaining, cleaning and removing upon completion of the work, all temporary or permanent street closure barricades, signs, cones, lights or other devices required to handle traffic in conformance with the current edition of the Texas Manual of Uniform Traffic Control Devices and as indicated on the Drawings or directed by the Engineer or designated City representative. C. Deviations from this City of Fort Worth Standard Specification 1. As outlined in this Special Provision to Standard Specification 34 71 13. D. Related Specifications Sections include, but are not limited to: 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements Delete paragraph 1.2. from Standard Specification 34 71 13 and replace with: 1.2. PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Installation of Traffic Control Devices a. Measurement 1) Traffic Control Devices for the project will be measured per month throughout the project duration regardless of the number of set-ups, Iocations or streets under construction. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured, as provided under "Measurement," shall be paid for at the unit price bid for "Traffic Control" under each Unit of Work (Water, Sewer, Paving, etc). No additional compensation is made for materials, equipment or labor required for this Item. CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for 2018 CIP Year 2, Contract 18 City Project No. 101477 SP 34 71 13.01 TRAFFIC CONTROL Page 2 of 4 34 7113 SPECIAL PROVISION TO STANDARD SPECIFICATION 34 7113 TRAFFIC CONTROL 2) No more than one month may be charged during the same 30 day period of a contract. Projects with multiple crews performing concurrent Units of Work (Water, Sewer, Paving, etc) will be paid for 1 (one) month total, under the contractor's selected unit. The selected unit must have bad active work during that period. 3) The months for each Unit of Work will be approximated for bidding and can be adjusted during construction as the work progresses according to the Contractor's schedule. The Contractor's schedule shall reflect the project being complete within the project duration set by the contract. c. The work performed under this Item shall include, but not be limited to: l ) Traffic Control implementation 2) Installation 3) Maintenance 4) Adjustments 5) Replacements 6) Removal 7) Police assistance during peals hours d. Traffic Control Plan Changes: 1) Contractor driven changes to the sequencing, resources, or location of traffic control activities do not warrant additional cost for traffic control. 2) City requested changes to the scope or sequencing can be submitted as a change order with supporting documentation for review by the City. 3) During periods of inactivity the contractor must provide supporting documentation that additional traffic control was required based on current site conditions and was present at the site. 2. Portable Changeable Message Board Signs a. Measurement 1) Portable Changeable Message Board Signs for the project shall be measured per week regardless of the number of set-ups, locations or streets under construction. b. Payment 1) The work performed and materials furnished in accordance to this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per week for "Portable Message Sign". c. The price bid and work performed under this Item shall include, but not be limited to: 1) Delivery of Portable Message Sign to Site 2) Message updating 3) Sign movement throughout construction 4) Return of the Portable Message Sign post -construction 3. Preparation of Traffic Control Plans or details if not provided on the Drawings and applicable City Standard Traffic Control Detail is available at: CITY OF PORT WORTH Paving, Water & Sanitary Sewer Replacement for 2018 CIP Year 2, Contract 18 City Project No. 101477 SP 34 71 13.01 TRAFFIC CONTROL Page 3 of 4 34 7113 SPECIAL PROVISION TO STANDARD SPECIFICATION 34 7113 TRAFFIC CONTROL bttp: //fortworthtexas. gov/uploadedFiles/Transportation_and_P ubli c_Wor ks/Perm its/TrafficControlPlans. pdf a. Measurement 1) Traffic Control Plans for the project shall be measured throughout the contract time period and furnished by the Contractor. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be subsidiary to the unit price bid for "Traffic Control". c. The work performed under this item shall include, but not be limited to: 1) Preparing the Traffic Control Plans 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices (TMUTCD) 3) Obtaining the signature and seal of a licensed Texas Professional Engineer for all Traffic Control Plans submitted to the City. 4) Incorporation of City comments Delete paragraph 1.5.13, D, E and G from Standard Specification 34 71 13 and replace with: 1.5 SUBMITTALS B. Obtain a Street Use Permit from the Street Management Section of the Traffic Engineering Division, 311 W. 10th Street. The Traffic Control Plan (TCP) for the Project shall be as detailed on the Traffic Control Plan sheets of the Drawing set if provided. A copy of the Traffic Control Plan shall be submitted with the Street Use Permit and upon approval uploaded to the City's BIM360 project page as a submittal. D. Contractor shall prepare Traffic Control Plans if required by the Drawings or Specifications. The Contractor will be responsible for having a licensed Texas Professional Engineer sign and seal the Traffic Control Plan sheets. Contractor, at his or her expense, shall prepare and submit for approval Traffic Control Plans where Contractor wishes to deviate from the approved set of Traffic Control plans if provided in the construction documents. E. Lane closures (including moving operations) that require a lane to be closed to through traffic for 24 hours or longer shall require a site -specific traffic control plan. G. Design Engineer will furnish standard details for traffic control. These are guidance and are not sufficient for a site specific traffic control plan for lane closures over 24 hours. Delete paragraph 1.5.G from Standard Specification 34 71 13. Delete paragraph 3.3.K from Standard Specification 34 71 13 and replace with: CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for 2018 CTP Year 2, Contract 18 City Project No. 101477 SP 34 71 13.01 TRAFFIC CONTROL Page 4 of 4 34 7113 SPECIAL PROVISION TO STANDARD SPECIFICATION 34 7113 TRAFFIC CONTROL 3.3 INSTALLATION K. Contractor shall make arrangements, at his or her expense, for police assistance to direct traffic if traffic signal turn-ons, street light pole installation, or other construction will be done during peak traffic times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for 2018 CIP Year 2, Contract 18 City Project No. 101477 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 XGC-4®0I Availability of Lands. - THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Paving, Water & Sanitary Sewer Replacement for 2018 CIP Year 2, Contract 18 City Project No. 101477 EX. 8" PVC (123R.)� I F. r-EX. 8'• PVC / J (1231-R) r 0 20 40 ,GRAPHICSCAIE IN FEET HORIZONTAL w LOT 12R, BLOCK 9, WRIGHT WAYNE C. IN 00- 0214146690 r3 EX. 5" PROPERTY ADDRESS: U77L ESMT s1111 RIPY CT T WEST RIPY COURT — — — — LOT 9, BLOCK IIR. 5TA 0+00.00 SSWR LINE ARIGHT 14054 INWAYN S..IG 4231 - BEGIN PROP. B" SSWR LINE s PROPERTY ADDRESS: I 3600 RIPY CT - - —fi55- 1 55WR LINE SSWR LINE DIA SSMH EX. OHE I , I SISAIGO PROPOERTIES LLC INS. NO. D217249259 PROPERTY ADDRESS: 3601 JAMES AVE }[ TupY3 r - 1 4 I CAU77ON! I I EX OHE I _ 1 i I PARCEL SE3 `�-' � LOT ID, BLOCK 9, `\ f:y"Y✓ 1 F ALVARADO, ANGELA "ll 1 1 1N1- N0./10141130/0 E I PROPERTY ADDRESS, , 3837 JAMESES AVE I I , I I 1 � I I I -------------- --- Y_ - ---------------F- ;�DUNAWAY- --- = 1 I Y 4 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1121 (TXREG. F-1114) SANITARY SEWER EASEMENT DESCRIPTION BEING a 0.0061 acre tract of land situated in the William W. Wheat Survey, Abstract No. 1645, Tarrant County, Texas in the City of Fort Worth being a portion of Lot 7, Block 9, University Hill Addition an addition to the City of Fort Worth according to the plat recorded in Volume 388, Page 28, Plat Records of Tarrant County, Texas and being a portion of the tract of land described in the deed to Jose Heradio Galindo recorded in Document Number D198172445, Deed Records of Tarrant County, Texas, said 0.0061 acre tract of land more particularly described as follows; COMMENCING at the common east corner of Lots 6 and 7, said Block 9, in the west line of Lot 13, Block 9, University Hill Addition, an addition to the City of Fort Worth according to the plat recorded in Volume 388-190, Page 18, Plat Records of Tarrant County, Texas; THENCE South 00 degrees 08 minutes 42 seconds East, along the common line of said Lots 7 and 13, a distance of 12.53 feet to the POINT OF BEGINNING; THENCE South 00 degrees 08 minutes 42 seconds East, continuing along said common line, a distance of 26.18 feet to a point in the northwest right-of-way line of the Gulf Colorado & Santa Fe Railway Co. (100' wide) recorded in Volume R, Page 500 and Volume R, Page 527, Deed Records of Tarrant County, Texas; THENCE South 22 degrees 18 minutes 44 seconds West, along the northwest right-of-way line of the Gulf Colorado & Santa Fe Railway Co., a distance of 12.22 feet to the common corner of Lots 7 and 8, said Block 9; THENCE South 89 degrees 51 minutes 19 seconds West, departing the northwest right-of-way line of the Gulf Colorado & Santa Fe Railway Co. and along the common line of said Lots 7 and 8, Block 9, a distance of 10.82 feet to a point for corner; THENCE North 22 degrees 18 minutes 44 seconds East, departing said common line, a distance of 40.55 feet to POINT OF BEGINNING; CONTAINING a computed area of 0.0061 acres or 264 square feet of land. B004465.001 A drawing of even date accompanies this metes and bounds description. 0 F° T AUGUST 21, 2019 •°°eaves°° oMe°ea°e°°�eena a MAR LE "��DUNAWAY y�Fl 5S ►�?°'y0 0°eeae°eee !_ 550 Bailey Avenue a Suite 400 a Fort Worth, Texas 76107 S+ if R 4 OA9 Tel: 81I T335.1121 FIRM REGISTRATION 10098100 PAGE 1 OF 2 PARCEL 1 SSE 10' SANITARY SEWER EASEMENT LOT 7, BLOCK 9 UNIVERSITY HILL ADDITION CITY OF FORT WORTH TARRANT COUNTY, TEXAS I LOT 6 0 10. JOSE HERADIO GALINDO DOCUMENT NUMBER D198172445 SCALE FEET D.R.T.C.T. i"= 10' ►'� �04 1� LOT 7 G� 9 PpO� T9 Fz- LOT 8 13004465.001 I UNIVERSITY HILL ADDITION 1 LOTS 11—R, 12—R, & 13, BLOCK 9 VOLUME 388-190, PAGE 18 P.R.T.C.T. POINT OF L_SOO.08'42"E COMMENCING 1 12.53' 1 LOT 13 PARCEL 1 SSE 10' SANITARY SEWER EASEMENT 0.0061 ACRES (264 SQUARE FEET) EMMA PEREZ DOCUMENT NUMBER D 213001359 D.R.T.C.T. A metes and bounds description of even date accompanies this drawing. AUGUST 21, 2019 DUNAWAY 550 Bailey Avenue • Suite 400 • Fort Worth. Texas 76107 Tel: 817.335.112T FIRM REGISTRATION 10098T00 POINT OF BEGINNING S89'51'19"V 10.82' / / I APB rl S T C e 1'k7iL � Vt 975 .O�cfSS�b SUn (, CdQ `3 oar ®• 30 rV �r� 4r� �� 0 o0Jkk This survey is based on the Texas State Coordinate System (NAD83), North Central Zone 4202, and by GPS observations. Distances hereon are surface values. A combined scale factor of 0.999880014 was used for this project. PAGE 2OF2 PARCEL 1 SSE 10' SANITARY SEWER EASEMENT LOT 7, BLOCK 9 UNIVERSITY HILL ADDITION .O1g CITY OF FORT WORTH TARRANT COUNTY, TEXAS SANITARY SEWER EASEMENT DESCRIPTION BEING a 0.0298 acre tract of land situated in the William W. Wheat Survey, Abstract No. 1645, Tarrant County, Texas in the City of Fort Worth being a portion of Lots 8 & 9, Block 9, University Hill Addition an addition to the City of Fort Worth according to the plat recorded in Volume 388, Page 28, Plat Records of Tarrant County, Texas and being a portion of the tract of land described in the deeds to Emma Perez recorded in Document Number D213001359 and D198157813, Deed Records of Tarrant County, Texas, said 0.0298 acre tract of land more particularly described as follows; BEGINNING at a point for corner forthe common east corner of Lots 7 and 8, said Block 9 in the northwest right-of-way line of the Gulf Colorado & Santa Fe Railway Co. (100` wide) recorded in Volume R, Page 500 and Volume R, Page 527, Deed Records of Tarrant County, Texas; THENCE South 22 degrees 18 minutes 44 seconds West, along the northwest right-of-way line of the Gulf Colorado & Santa Fe Railway Co., a distance of 129.85 feet to the common east corner of Lots 9 and 10, said Block 9; THENCE South 89 degrees 51 minutes 19 seconds West, departing the northwest right-of-way line of the Gulf Colorado & Santa Fe Railway Co., along the common line of said Lots 9 and 10, Block 9, a distance of 10.82 feet to a point for corner; THENCE North 22 degrees 18 minutes 44 seconds East, departing said common line, a distance of 129.85 feet to a point in the common line of said Lots 7 and 8, Block 9; THENCE North 89 degrees 51 minutes 19 seconds East, along said common line, a distance of 10.82 feet to the POINT OF BEGINNING; CONTAINING a computed area of 0.0298 acres or 1,298 square feet of land. B004465.001 A drawing of even date accompanies this metes and bounds description. AUGUST 21, 2019 550 Bailey Avenue ° Suite 400 • Fort Worth, Texas 76107 Tel:817.335.1121 FIRM REGISTRATION ID098100 EXHIBIT'A' OF T7-111 C":Qgr\ r eMARL "7 gg °.° e � ° ° OF£5S QeOO•ees°° '� s U R (2011) a l21 PAGE 1 OF 2 PARCEL 2 SSE 10' SANITARY SEWER EASEMENT LOTS 8 & 9, BLOCK 9 UNIVERSITY HILL ADDITION CITY OF FORT WORTH TARRANT COUNTY, TEXAS JOSE HERADIO GALINDO Y LOT 7 DOCUMENT NUMBER N89'51'19"E D197172445 10.82' I D.R.T.C.T. G� oJ PpO� 2$ �Q . LOT 8 3 560 �f+ LOT 9 EMMA PEREZ DOCUMENT NUMBER D198157813 D.R.T.C.T. ANGELA ALVARADO DOCUMENT NUMBER D200087329 LOT 10 D.R.T.C.T. 13004465.001 A metes and bounds description of even date accompanies this drawing. AUGUST 21, 2019 EMMA PEREZ DOCUMENT NUMBER D213001359 D.R.T.C.T. �W::I A11 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1121 FIRM REGISTRATION 10098100 S89'51'19"W 10.82' POINT OF BEGINNING PARCEL 2 SSE 10' SANITARY SEWER EASEMENT 0.0298 ACRES (1,298 SQUARE FEET) 44 40 ^`y Q� U hN ® 3 J ry �, JJ C1 ooQ-�o 0 20' SCALE FEET 1 "= 20' This survey is based on the Texas State Coordinate System (NAD83), North Central Zone 4202, and by GPS observations. Distances hereon are surface values. A combined scale factor of 0.999880014 was used for this project. PAGE 2OF2 PARCEL 2 SSE 10' SANITARY SEWER EASEMENT LOTS 8 & 9, BLOCK 9 UNIVERSITY HILL ADDITION CITY OF FORT WORTH TARRANT COUNTY, TEXAS SANITARY SEWER EASEMENT DESCRIPTION BEING a 0.0042 acre tract of land situated in the William W. Wheat Survey, Abstract No. 1645, Tarrant County, Texas in the City of Fort Worth being a portion of Lot 10, Block 9, University Hill Addition an addition to the City of Fort Worth according to the plat recorded in Volume 388, Page 28, Plat Records of Tarrant County, Texas and being a portion of the tract of land described in the deed to Angela Alvarado recorded in Document Number D200087329, Deed Records of Tarrant County, Texas, said 0.0042 acre tract of land being more particularly described as follows; BEGINNING at a point for corner forthe common east corner of Lots 9 and 10, said Block 9 in the northwesterly right-of-way line of the Gulf Colorado & Santa Fe Railway Co. (100' wide) recorded in Volume R, Page 500 and Volume R, Page 527, Deed Records of Tarrant County, Texas; THENCE South 22 degrees 18 minutes 44 seconds West, along the northwest right-of-way line of the Gulf Colorado & Santa Fe Railway Co., a distance of 20.51 feet a point for corner; THENCE North 67 degrees 41 minutes 16 seconds West, departing the northwest right-of-way line of the Gulf Colorado & Santa Fe Railway Co., a distance of 10.00 feet to a point for corner; THENCE North 22 degrees 18 minutes 44 seconds West, a distance of 16.37 feet to a point in the common line of said Lots 9 and 10, Block 9; THENCE North 89 degrees 51 minutes 19 seconds East, along said common line, a distance of 10.82 feet to the POINT OF BEGINNING; CONTAINING a computed area of 0.0042 acres or 184 square feet of land. B004465.001 A drawing of even date accompanies this metes and bounds description. AUGUST 21, 2019 EXHIBIT 'A' 0 F r— `P� G�Si I.D. UNAA °O` 550 Bailey Avenue ° Suite 400 ° Fort Worth, Texas76107 Tel: 817.335.1721 FIRM REGISTRATION 10098100 M o� � ° FESS10�'�O 0°O°O°°•°° C. A9 S U R `I �,L0 J 5 `� PAGE 1 OF 2 PARCEL 3 SSE 10' SANITARY SEWER EASEMENT LOT 10, BLOCK 9 UNIVERSITY HILLADDITION CITY OF FORT WORTH TARRANT COUNTY, TEXAS EMMA PEREZ DOCUMENT NUMBER D198157813 D.R.T. C.T. LOT 9 4Ltiy'Rffi51 ' ANGELA ALVARADO DOCUMENT NUMBER D200087329 D.R.T.C.T. LOT 10 8004465.001 A metes and bounds description of even date accompanies this drawing. AUGUST 21, 2019 D U N AWAY 550 Bailey Avenue • Suite 400 • Fort Worth, Texas 76107 Tel: 817.335.1121 FIRM REGISTRATION 10098100 POINT OFF BEGINNING N89'51'19"E 10.82' r� EXHIBIT ' A ziEO-Tf� 0 F T � MAR LE f a'-?"-rSS+aaPo � S U� 1 $�2 PARCEL 3 SSE 10' SANITARY SEWER EASEMENT 0.0042 ACRES (184 SQUARE FEET) 0 10' SCALE FEET 1 "= 10' This survey is based on the Texas State Coordinate System (NADB3), North Central Zone 4202, and by GPS observations. Distances hereon are surface values. A combined scale factor of 0.999880014 was used for this project PAGE 2OF2 PARCEL 3 SSE 10' SANITARY SEWER EASEMENT LOT 10, BLOCK 9 UNIVERSITY HILL ADDITION 91 CITY OF FORT WORTH TARRANT COUNTY, TEXAS GC-4.42 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY TIONALLY BLANK CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 YORT WORTHCR City of tort Worth Capital Delivery Division/Soil Lab 8851 Camp Bowie Blvd #300 Fort Worth, TX 76116 Laboratory Test Results for A Street Coring Project 3/27/19 Project: 2018 CIP YEAR 2 Contract 17 & 18 CPN# 101477 Date Tested: 2/6/19-3/25/19 Requested by: Tony Sholola Phone: 817-392-7920 This report presents the results of a street coring project for (2018 CIP YR 2 Contract 17 & 18). Mr. Uday Bangale performed the cores, and subgrade lab tests. Mr. Zelalem Arega reviewed and approved the results. Hemphill St W Bnyce Ave to W Felix Ave HOLE # 1 � LOCATION: 4605 Hemphill St (E/4) 2.00" HMAC 10.50" Concrete (7847 psi) 10.00" Brown Sandy Clay w/Gravel ATTERBURG LIMITS: LL: 54.3 PL: 21.4 PI: 32.9 SHRKG: 15% HOLE # 2 LOCATION: 4708 Hemphill St (W/4) 2.50" HMAC 5.50" Concrete (6944 psi) 6.00 " Brownish Gray Clayey Sand 7.00" Pale Brown Clay w/Gravel ATTERBURG LIMITS: LL: 47.7 PL: 18.2 PI: 29.5 SHRKG: 14% W waggoman St I; (llem Till tit to College Ave) HOLE # 3 LOCATION: 95' W of Hemphill St (N/4) 2.25" HMAC 5.00" Concrete (5578 psi) 9.75" Brownish Gray Sandy Clay w/Gravel Page 1 of 12 FORT WORTH, ""I'll City of Fort Worth Capital Delivery Division/Soil Lab 8851 Camp Bowie Blvd #300 Fort Worth, TX 76116 Phone:817-392-7920 HOLE # 4 LOCATION: 823 W Waggoman St (S/4) 2.00" HMAC 4.75" Concrete (7073 psi) 9.25" Brownish Gray Clay ATTERBURG LIMITS: LL: 67.6 PL: 28.8 PI: 38.8 SHRKG: 18% HOLE # 5 LOCATION. 920 W Waggoman St (N/4) 1.50" HMAC 5.50" Concrete (4769 psi) 12.00" Brown Gray Clay ATTERBURG LIMITS: LL: 54.9 PL: 22.6 PI: 32.3 SHRKG: 16% — - -- - - - Livingston Ave - (W. Biddisi►n Si to W. Dick-sna St} HOLE # 6 LOCATION: 3501 Livingston Ave (E/4) 7.00" HMAC 3.50" Gravel w/Pale Brown Sand 5.50" Light Gray Clay w/Gravel ATTERBURG LIMITS. LL: 50.70 PU 24.4 PI: 26.3 SHRKG: 13% HOLE # 7 LOCATION: 3252 Livingston Ave (W/4) 5.00" HMAC 5.00" Gravel wlBrown Sand & Asphalt Pieces 7.00" Pale Brown Sandy Clay HOLE # 8 LOCATION: 3601 Livingston Ave (E/4) 1.75" HMAC 8.25" Yellowish Brown Sandy Clay wlGravel 6.50" Brown Clay w/Grave ATTERBURG LIMITS: LL: 63.1 PL: 28.3 PI: 34.8 SHRKG: 18% Page 2 of 12 City of tort Worth YORT WORTH, Capital Delivery Division/Soil Lab 8851 Camp Bowie Blvd 11300 Fort Worth, TX 76116 HOLE # 9 LOCATION: 3640 Livingston Ave (W/4) 2.50" HMAC 8.50" Yellowish Brown Sandy Clay w/Gravel 5.00" Dark Brown Clay HOLE # 10 LOCATION: 3616 Livingston Ave (E/4) 1.25" HMAC 10.25" Yellowish Brown Sandy CIay 5.00" Pale Brown Clayey Sand 2.50" Yellowish Brown Clay w/Gravel _ ATTERBURG LIMITS: LL: 53.2 PL: 23.3 PI: 29.9 SHRKG: 16% C unzon Ave IClav rLaneIoTi-emordAve HOLE # I 1 LOCATION: 4104 Curzon Ave (N/4) 1.75" HMAC 9.25" Yellowish Brown Sandy Clay w/Gravel 5.00" Brown Clay w/Gravel ATTERBURG LIMITS: LL:54.8 PL: 25.5 PI: 29.3 SHRKG: 17% HOLE # 12 LOCATION: 4205 Curzon Ave (S/4) 1.00" HMAC 13.25" Gravel w/Pale Brown Sandy Clay HOLE # 13 LOCATION: 4232 Curzon Ave (N/4) 1.25" HMAC 8.75" Yellowish Brown Sandy Clay w/Gravel 6.50" Pale Brown Clay w/Gravel ATTERBURG LIMITS: LL:39.2 PL:19.1 PI: 20.1 SHRKG: 12% Phone: 817-392-7920 Page 3 of 12 City of k'ort Worth FORT WORTH Capital Delivery Division/Soil Lab 8851 Camp Bowie Blvd #300 Fort Worth, TX 76116 Phone: 817-392-7920 W. Magnolia Ave (.Iefome St try Ruck Av(!) HOLE # 14 LOCATION: 2337 W. Magnolia Ave (S14) 2.00" HMAC 4.50" Yellowish Brown Sandy Clay wlGravel 6.50" Brownish Gray Clay wlGravel 7.00" Brown Clay w/Gravel ATTERBURG LIMITS: LL. 48.5 PL. 20.5 PI: 28.0 SHRKG: 16% HOLE # 15 LOCATION: 2317 W. Magnolia Ave (N/4) 3.00" HMAC 10.00" Yellowish Brown Sandy Clay wlGravel 6.00" Reddish Brown Clay w/Gravel HOLE # 16 LOCATION: 2241 W. Magnolia Ave (S/4) 1.00" HMAC 4.00" Concrete (6279 psi) 4.00" Gravel w/Reddish Brown Clayey Sand 6.50" Strong Brown Clay w/gravel ATTERBURG LIMITS: LL: 56.8 PL: 25.8 PI: 31.0 SHRKG: 17% HOLE # 17 LOCATION: 2204 W. Magnolia Ave (N/4) 1.50" HMAC 4.00" Concrete (4923 psi) 4.50" Gravel W/Pale Brown Sandy Clay 6.50" Pale Brown Sandy Clay wlGravel ,lames Ave � — _ (W 13 dd_igon St to W Sulier ail HOLE # 18 LOCATION: 3637 James Ave (E/4) 4.75" HMAC 3.25" Brown Sandy Clay wlGravel 8.50" Brownish Gray Clayey Sand wlGravel Page 4 of 12 City of tort Worth tORT WORTH, Capital Delivery Division/Soil Lab 8851 Camp Bowie Blvd #300 Fort Worth, TX 76116 Phone: 817-392-7920 HOLE # 19 LOCATION: 3608 James Ave (W/4) 1.75" HMAC 6.75" Brown Sandy Clay w/Gravel 8.50" Brown Sandy Clay w/Gravel and Asphalt Pieces 6.00" Brownish Gray Clay w/Gravel ATTERBURG LIMITS: LL: 55.3 PL: 24.8 PI: 30.5 SHRKG: 18% HOLE # 20 LOCATION: 3537 James Ave (E/4) 3.50" HMAC 7.00" Concrete (2681 psi) 6.00" Gray Clay HOLE # 21 LOCATION: 3504 James Ave (W/4) 5.25" HMAC 5.50" Brown Sandy CIay w/Gravel 3.50" Light Gray Clay ATTERBURG LIMITS: LL: 41.4 PL: 15.8 PI: 25.6 SHRKG: 13% 1I'►vi" St — - — - - (Fe resI I'ark Blvd to Burk Avo) HOLE # 22 � LOCATION: 2304 Irwin St (N/4) 6.00" HMAC 5.50" Concrete: 2:27 (Broken) 3.00" Yellowish Brown Sandy Clay HOLE # 23 LOCATION: 2335 Irwin St (S/4) 1.00" HMAC 9.00" Yellowish Brown Sandy Clay w/Gravel 5.50" Strong Brown Sandy Clay w/Gravel ATTERBURG LIMITS: LL: 44.8 PL: 22.1 PI: 22.7 SHRKG: 14% Page 5 of 12 FORT WORTH, City of Fort Worth Capital Delivery Division/Soil Lab 8851 Camp Bowie Blvd 4300 Fort Worth, TX 76116 Phone: 817-392-7920 Willing Ave I3iddison .tit to W Dickson SO F LE# 24CATION: 3728 Willing Ave (W/4) 1.00" HMAC 10.00" Pale Brown Sandy Clay w/Gravel 7.50" Brownish Gray Clay w/Gravel ATTERBURG LIMITS: LL: 77.0 PL: 35.0 PI: 42.0 SHRKG: 20% HOLE # 25 LOCATION: 3641 Willing Ave (E/4) 2.25" HMAC 9.75" Gravel w/Pale Brown Sand 6.00" Brownish Gray Clay w/Gravel HOLE # 26 LOCATION: 3600 Willing Ave (W/4) 1.00" HMAC 12.00" Brown Sandy Clay w/Gravel 6.00" Pale Brown Sandy Clay w/Gravel ATTERBURG LIMITS: LL: 43.9 PL: 2 1. 1 PI: 22.8 SHRKG: 12% HOLE # 27 LOCATION: 3541 Willing Ave (E/4) 1.00" HMAC 8.50" Gravel w/Brown Clayey Sand 7.50" Brownish Gray Clay w/Gravel HOLE # 28 LOCATION: 3508 Willing Ave (W/4) 0.50" HMAC 9.50" Pale Brown Sand w/Gravel 8.00" Brown Sandy Clay w/Gravel ATTERBURG LIMITS: LL: 51.4 PL: 25.2 PI: 26.2 SHRKG: 15% Page 6 of 12 FORT WORTHe City of Fort Worth Capital Delivery Division/Soil Lab 8851 Camp Bowie Blvd #300 Fort Worth, TX 76116 Gordon Ave (W Biddison So in W 13utkr St) HOLE # 29 LOCATION: 3629 Gordon Ave (E/4) 3.25" HMAC 5.00" Concrete (6849 psi) 7.75" Brown Clay w/Gravel ATTERBURG LIMITS: LL: 69.5 PL: 24.8 PI: 44.7 SHRKG: 16% HOLE # 30 LOCATION: 3600 Gordon Ave (W/4) 2.00" HMAC 5.75" Concrete (3859 psi) 7.25" Brown Clay HOLE # 31 LOCATION: 3566 Gordon Ave (E/4) 2.00" HMAC 6.50" Concrete (4106 psi) 4.50" Brown Clay w/Gravel 6.00" Pale Brown Clay ATTERBURG LIMITS: LL: 35.9 PL: 16.7 PI: 19.2 SHRKG: 9% HOLE # 32 LOCATION: 3504 Gordon Ave (W/4) 2.00" HMAC 6.50" Concrete (6368 psi) 7.50" Brownish Gray Clay ATTERBURG LIMITS: LL: 76.6 PL: 33.0 PI: 43.6 SHRKG: 22% HOLE # 33 LOCATION: 3449 Gordon Ave (E/4) 7.25" HMAC 5.75" Brownish Gray Clay w/Gravel 6.00" Pale Brown Clay Gordon Ave urn Rd to W Hiddison Phone: 817-392-7920 Page 7 of 12 FORT WORTH, "***I City of Yort Worth Capital Delivery Division/Soil Lab 8851 Camp Bowie Blvd 4300 Fort Worth, TX 76116 HOLE # 34 LOCATION: 3416 Gordon Ave (E/4) 1.50" HMAC 10.00" Brownish Gray Clay w/Gravel 7.50" Pale Brown Clay ATTERBURG LIMITS: LL: 46.2 PL: 18.8 PI: 27.4 SHRKG: 13% HOLE # 35 LOCATION: 3401 Gordon Ave (E/4) 4.50" HMAC 6.50" Yellowish Brown Sandy Clay w/Gravel 3.00" Brownish Gray Clay w/Gravel 5.00" Brown clay HOLE # 36 LOCATION: 3304 Gordon Ave (W/4) 0.50" HMAC 11.75" Brown Sand w/Gravel & Asphalt Pieces 5.00" Brownish Gray Clay ATTERBURG LIMITS: LL: 71.8 PL: 29.9 PI: 42.1 SHRKG: 20% HOLE # 3 7 LOCATION: 3233 Gordon Ave (E/4) 1.50" HMAC 9.50" Brown Sand w/Gravel & Asphalt Pieces 5.00" Gray Clay HOLE # 3 8 LOCATION: 3204 Gordon Ave (W/4) 4.00" HMAC 10.00" Yellowish Brown Sandy Clay w/Gravel & Asphalt Pieces 7.50" Gray Clay ATTERBURG LIMITS: LL: 83.2 PL: 34.9 PI: 48.3 SHRKG: 22% Phone: 817-392-7920 Page 8 of 12 FORT WORTH9 City of -Fort Worth Capital Delivery Division/Soil Lab 8851 Camp Bowie Blvd #300 Fort Worth, TX 76116 HOLE # 39 LOCATION: 3145 Gordon Ave (E/4) 1.50" HMAC 1.50" Brown Sand 8.00" Concrete (5182 psi) 4.50" Loose Gravel w/Yellowish Brown Sandy Clay HOLE # 40 LOCATION: 119' S of Cleburne Rd (W14) 7.50" HMAC 7.50" Grayish Brown Clay ATTERBURG LIMITS. LL. 79.0 PL. 29.8 PI: 49.2 SHRKG. 22% 1mies Ave HOLE # 41 LOCATION: 3805 James Ave (E/4) 3.00" HMAC 4.50" Yellowish Brown Sandy Clay w/Gravel & Asphalt Pieces 6.50" Brownish Gray Clay w/Gravel 5.00" Brown Clay w/Gravel HOLE # 42 LOCATION: 3882 James Ave (W/4) 2.00" HMAC 9.50" Pale Brown Clayey Sand w/Gravel 7.00" Dark Gray Clay ATTERBURG LIMITS: LL: 92.2 PL: 33.1 PI: 59.1 SHRKG: 22% HOLE # 43 LOCATION: 3909 James Ave (E/4) 3.50" HMAC 5.50" Brown Clayey Sand w/Gravel 7.00" Brownish Gray Clay Phone: 817-392-7920 Page 9 of 12 FORT WORTH, "4� City of tort Worth Capital Delivery Division/Soil Lab 8851 Camp Bowie Blvd #300 Fort Worth, TX 76116 Phone: 817-3 92-7920 HOLE # 44 LOCATION: 3928 James Ave (W/4) 1.75" HMAC 5.75" Brown Sand w/Gravel 7.50" Brownish Gray Clay ATTERBURG LIMITS: LL: 40.7 PL: 14.7 PI: 26.0 SHRKG: 12% HOLE # 45 LOCATION: 4005 James Ave (E/4) 1.00" HMAC 5.00" Yellowish Brown Clayey Sand w/Gravel 10.00" Gray Clay ATTERBURG LIMITS: LL: 80.4 PL- 36.6 PI: 43.8 SHRKG: 23% HOLE # 46 LOCATION: 4041 James Ave (W/4) 2.00" HMAC 7.50" Concrete (4612 psi) 2.00" HMAC 11.50" Brownish Gra Cla w/Gravel Willing live _ W Cenlex St to W bevfti l HOLE # 47 = - -—�•--_.�.___ __�-- LOCATION- 3141 Willing Ave (E/4) 2.25" HMAC 5.50" Concrete (4720 psi) 7.50" Brownish Gray Clay w/Gravel ATTERBURG LIMITS: LL: 76.9 PL: 32.3 PI: 44.6 SHRKG: 22% HOLE # 48 LOCATION: 3109 Willing Ave (W/4) 2.50" HMAC 5.75" Concrete (3979 psi) 8.75" Brownish Gray Clay 3.00" Gray Clay ATTERBURG LIMITS: LL: 43.1 PL: 20.2 PI: 22.9 SHRKG: 14% Page 10 of 12 FORT WORTH City of tort Worth Capital Delivery Division/Soil Lab 8851 Camp Bowie Blvd #300 Fort Worth, TX 76116 HOLE # 49 LOCATION: 3029 Willing Ave (E/4) 2.00" HMAC 7.50" Concrete, 2:27 (Broken) 6.00" Yellowish Brown Sand w/Gravel HOLE # 50 LOCATION: 3004 Willing Ave (W/4) 2.25" HMAC 5.50" Concrete (4067 psi) 10.00" Very Pale Brown Clay w/Gravel ATTERBURG LIMITS: LL: 45.8 PL: 17.8 PI: 28 SHRKG: 14% HOLE # 51 LOCATION: 2940 Willing Ave (E/4) 4.00" HMAC 6.00" Concrete (4801 psi) 4.00" Brownish Gray Clay w/Gravel 6.00" Pale Brown Clay HOLE # 52 LOCATION: 2924 Willing Ave (W/4) 3.00" HMAC 4.50" Concrete (4733 psi) 9.00" Brownish Gray Clay ATTERBURG LIMITS: LL: 69.0 PL: 27.5 PI: 41.5 SHRKG: 21 % HOLE # 53 LOCATION: 2901 Willing Ave (E/4) 2.00" HMAC 8.50" Concrete (7707 psi) 3.00" Yellowish Brown Sandy Clay 7.00" Brownish Gray Clay Phone:817-392-7920 Page 11 of 12 FO RT WO RT H ra 'g� City of Yort Worth Capital Delivery Division/Soil Lab 8851 Camp Bowie Blvd 4300 Fort Worth, TX 76116 HOLE # 54 LOCATION: 2832 Willing Ave (W/4) 3.00" HMAC 5.75" Concrete (5370 psi) 7.00" Brownish Gray CIay ATTERBURG LIMITS: LL: 79.6 PL: 30.6 PI: 49.0 SHRKG: 23% HOLE # 55 LOCATION: 2805 Willing Ave (E/4) 5.00" HMAC 6.00" Concrete, 2:27 (Broken) 2.50" Loose Stone Phone: 817-392-7920 Papa 12 of 12 %'-XC-6a06aD Minority and Women Owned Business Enterprise Compliance THIS PAGE ]LEFT INTENTIONALLY LLY BLANK CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 Revised July 1, 2011 City Project No. 101477 FORT WORTH TEMPORARY REVISION 4/6/2020 (COVIII-19) City Of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is $50,000.01 or more, then a MBE subcontracting goal is 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. fhe City's MBE goal on this project is 155 MBE PROJECT GOALS % of the base bid value of the contract. 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 SSE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000.01 or more where a MBE subcontracting goal is applied, Offerors 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 MIRE subcontracting participation, or 2. Meet or exceed the above stated iMSE goal through Il OE Joint Venture participation, or; 3. Good Faith Effort documentation, or, 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the by the assigned City of Fort Worth Project Manager or Department Designee, within the following times allocated, in order for the entire bid to he considered responsive to ther spadfications, The Offeror shall EMAIL the MBE documentation to the assigned City of Foil WQFIJ7 Proj , :Manager or Depa0ment Designee A taxed copy will not be accepted 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Farm, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. S. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the Office of Business Diversity at (817) 392-2674. Office of Business Diversity Email: mwbeofFce@fortworthtexas.gov Temporarily Revised April 6, 2020 due to COVIDI9 Emergency Phone: (817) 392-2674 ATTACHMENT 1A Page 1 of 4 FORT NORTH City of Fort Worth Office of Business Diversity MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable box to describe Offeror's Certification M/W/DBE NON-MNVIDBE PROJECT NAME: Paving, Water & Sanitary Sewer Replacements for 2018 CIP 22 Year 1, Contract 18, City Project No. 101477, BID DATE City's MBE Project Goal: 15 % Offeror's MBE Project Commitment: Rio PROJECT NUMBER 1101477 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 Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the 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 or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, _Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1" tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bonafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) and the Dallas/Fort Worth Minority Supplier Development Council (DIFW MSDC). If hauling services are utilized, the Offeror 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 -operated, and receive full MBE credit. The MBE may lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 2/13/19 ''9RT1V0R'r'H ATTACHMENT1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non -MBE{. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTORISUPPLIER Company Name Address Telephone/Fax Email Contact Person T i e r M g E W B E N ° n M B E Detail Subcontracting Work Detail Supplies Purchased Dollar Amount El F1 El El 1:1 Rev. 5/15119 FoRTWORTH ATTACHMENTfA Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minorcly and non-AIBE. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTORISUPPLIER Company Name Address Telephone/Fax Email Contact Person T i e r M B E w B E N ° n M B E Detail Subcontracting Work Detail Supplies Purchased Dollar Amount El 1:1 El 1:1 El 0 El Rev. 5115/19 OF T WuR't'H ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of IVISE Subcontractors/Suppliers 1 Total Dollar Amount of Non -MBE Subcontractors/Suppliers 1 TOTAL. DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS 1 The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Office of Business Diversity through the submittal of a Request for Approval of Change/Addition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and 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 andlor knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name/Title (if different) Telephone and/or Fax E-mail Address Bate Rev. 5/15119 F®Rr WORTH City of Dort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form ATTACHMENT 1 B Page 1 of 1 OFFEROR COMPANY NAME: Check applicable box to describe Offeroes Certification MANIDBE NON-MMYDBE PROJECT NAME: Paving, Water & Sanitary Sewer Replacements for 2018 CIP 22 Year 1, Contract 18, City Project No. 101477. BID DATE City's MBE Project Goal: 15 Rio Offeror's MBE Project Commitment: % PROJECT NUMBER 1014177 If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2:00 p.m., on the second City business day after bid opening, eYc!! s!ve o4 the bid Droning da a ;.■B!! result in the bid being considered non-responsivo to bid specificatio:is. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. NO Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one 1 year. Authorized Signature Title Company Name Address Printed Signature Contact Name (if different) Phone Number Fax Number Email Address City/State/Zip Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 Date Rev. 5/15119 ATTACHMENT I Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: I Check applicable box to describe PROJECT NAME: NON-MAN/DBE Paving, Water & Sanitary Sewer Replacements for 2018 CIP 22 Year 1, Contract 18, City Project No. 101477. BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 15 % % 1014177 If the Offeror 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 IVIBE 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 misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. 1.) please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non -MBE. {DO NOT LIST NAMES OF FiRMS1 On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. {use aaamonar sneers, rr I List of Subcontracting Opportunities I List of Supplier Opportunities I Rev. 5115119 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's Office of Business Diversity. ❑ Yes Date of Listing ❑ No 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? ❑ Yes (If yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) ❑ No 4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? ❑ Yes (If yes, attach list to include name of MBE firm, person contacted, phone number and date and time of contact.) ❑ No r.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? ❑ Yes (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the GFE non -responsive.) ❑ No 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? ❑ Yes (if yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may ❑No render the GFE non -responsive.) 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 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 thru 6. 7.) Did you provide plans and specifications to potential MBEs? ❑ Yes ❑ No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? ❑ Yes ❑ No Rev. 5115/19 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the hflBEs to bid on goodsiseivices specific to their skill set? ❑ Yes (If yes, attach all copies of quotations.) ❑ No 10.) Was the contact information on any of the listings not valid? (If yes, attach the information that was not valid in order for the Office of Business Diversity to address ❑ Yes the corrections needed.) ❑ No 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 an inspection of any relevant documentation by City personnel. Please use additional sheets, if necessa , and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of 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. Rev. 6115119 ATTACHMENT I Page 4 of 4 The undersigned certifies that the information provided and the IVIBE(s) listed was/were contacted in good faith. It is understood that any IVIBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's Office of Business Diversity. Authorized Signature Title Company Name Address CitylState/Zip Office of Business Diversity Email mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Fax Number Rev. 5115/19 Joint Venture Page 1 of 3 FORT WORTH CITY OF FORT WORTH MBE Joint Venture FRObility Form All questions must be answered, use "N/A" if not applicable. Name of City project: Paving, Water & Sanitary Sewer Replacements for 2018 CIP 22 Year 1, Contract 18, City Project No. 101477. A joint venture form must be completed on each project RFP/Bid/Project Number: _ 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail Cellular. Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firm name: Non -MBE firm name: Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone E-mail Telephone E-mail Cellular Facsimile Cellular Facsimile Certification Status: Name of Certifying Agency: 2. Scope. of work performed by the Joint Venture: Describe the scope of work of the MBE: Describe the scope of work of the non -MBE: Rev. 5115119 Joint Venture Page 2 of 3 3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete ifthis information is described to joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating -------------------------- ----------------------------------- b. Marketing and Sales -------------- ------------------------------------------------ c. Hiring and Firing of management personnel -------- ----------------------------------------------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Office of Business Diversity will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's Office of Business Diversity immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev. 5/15119 Joint Venture Page 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false --stastatements or willful misrepresentation of facts_ tements - -- - ------------------- ------------------------------------------------------------- ---------------------------- ------------------ Name of MBE firm Name of non -MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date State of On this Notarization County of day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires Office of Business Diversity Email: mwbeoffice@fortworthtexas.gov Phone: (817) 392-2674 (seal) Rev. 5/15/19 GCa6o07 Wage Rates CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 Paving, Water & Sanitary Sewer Replacement for 2018 C1P Year 2, Contract 18 City Project No. 101477 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Products) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or SweeperOperator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form BuilderfSetter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loaderf Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 ReclaimerfPulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14,58 Small Slipform MachineOperator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12.31 Truck Driver, Single or Tandem Axle DumpTruck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 Paving, Water & Sanitary Sewer Replacement for CITY OF FORT WORTH 2O18 CIP Year 2, Contract 18 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101477 Revised July 1, 2011 GR-01 60 ®® Product Requirements THIS PAGE LEFT INTENTIONALLY TIONALLY BLANK CITY OF FORT WORTH Paving, Water & Sanitary Sewer Replacement for STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 CIP Year 2, Contract 18 City Project No. 101477 Revised July 1, 2011 FORTWORTP. CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT ]LAST Updated: April 12, 2019 The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Department's Standard Products List. Table of Content (Click on items to go directly to the page) Items Page A. Water & Sewer 1. Manholes & Bases/Components........................................................... 1 2. Manholes & Bases/Fiberglass............................................................... 2 3. Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4. Manholes & Bases/Frames & Covers/Round....................................... 4 5. Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6. Manholes & Bases/Precast Concrete .................................................... 6 7. Manholes & Bases/Rehab Systems/Cementitious................................ 7 S. Manholes & Bases/Rehab Systems/NonCementitious ......................... S 9. Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer............................................................................... 10 11. Pipes/Ductile Iron................................................................................. 11 12. Utility Line Marker............................................................................... 12 B. Sewer 13. Coatings/Epoxy..................................................................................... 13 14. Coatings/Polyurethane.......................................................................... 14 15. Combination Air Valves....................................................................... 15 16. Pipes/Concrete...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE.......................................................................................... 19 20. Pipes/PVC (Pressure Sewer)................................................................. 20 21. Pipes/PVC*........................................................................................... 21 22. Pipes/Rehab/CIPP................................................................................. 22 23. Pipes/Rehab/Fold & Form.................................................................... 23 24. Pipes/Open Profile Large Diameter...................................................... 24 C. Water 25. Appurtenances....................................................................................... 25 26. Bolts, Nuts, and Gaskets....................................................................... 26 27. Combination Air Release Valve........................................................... 27 28. Dry Barrel Fire Hydrants...................................................................... 28 29. Meters ............................... ..................•................................................. 29 30. Pipes/PVC (Pressure Water)................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement..................................................................... 34 35. Sampling Stations................................................................................. 35 u F-, U b q q q r� ca � �o �o a A Q o 0 0 ❑ o 0 Q Q Q ¢ ¢ u C o y y o g > o ry x� �I vUi c r� "2 O O O O p is O O A O O (� y o o a N w 3 z z O W W m C � v rii U o U V x 0 0 o p 'o p p U U U U C? U U U U U V U U U U U V U V " II i9 N I iE as a C W W W P4 W W W, it v a v o v 0 v 0 v 0 v v 0 0 v 0 v 0 v 0 v 0 v 0 o 0 0 N N n N m m O IJI 0 0 0 0 O 0 0 O O u 8 U u � o _a � N N n � Q a V V V U U V V U (11 Q� C O y 0o M a o qt v v 0 0 x � c � � � O o y w w Y O 0 0 V v 0 C, w rmi m m m m m m m N O N O O O N O O O Y U V i U r/1 d Q] Q y L 1 a L Ca Q" d] a E v � id v vy eF o IR �q�/ �j` p�pqq FBI p RI N RC a L �CC W �e • h V] !n V] V] N U � O O w `� U I N r ^ 7 L N rn W W W W W v m F., v O L Ul c m N m y�i M �O tl0 f f \ \ \ {) \ 7 , ¥ « « $ § \ < ) 3 / qua/a g =d u ^ \ ( ] k ; I » § k § � � ) § § § \ \ § § [ [ [ ® ) ) � ge \@ \ u o Q o a a a a m n cn � w W 5 A w StN o 0 0 m M b b a a b � b U Q Q t� 7 R m 9ho m CL ro •e rig �' CO v r/] co 5 v � u w G rn m U U] U. 11 V u 0 0, N O ora N O o 14 O 0 1 O O O 00 a -I O 00 T O C U t� u F�M U Lt od wl O Y V u U r 1W X' rg .* t� r_ s 0 d s y 41 a a O Y V u 1% CA � A A u 0 u u @) <f{ \� \\ \) ) f ) � ) ) ) « \ e § 2 ) m , m ))2 }/ ƒa § E ) ¢ § ± ± ® § E \ \ \ \ \ ( ~ c 2 § r1l V N 0 N 0 N 0 N 0 N 0 N 0 N o N a N o N 0 N V V V V V V V V U U V Q Qz Q Q Qz Q Q Q Q Q i z a ��❑ � °O r o o x o a `.f. R � z z N Q � C➢ N -� °' z z � � ❑ avi p m R � A � �3La W a a 113 43 t 49 - x x x x x x x x x x x x 0.l 0.l ULl � P4 P4 P4 FG W P4 0.l 0.l C] Mi Mi al ❑ Al Al ❑ ❑ ❑ ❑ N N N N N N N N N N N q US Lb LU W, w w w Ix] I� h 06 O 06 00 M O h 00 M O M O1 O o0 00 N O h 00 N O h W o0 00 O h 00 O O h O �D O u 'Try, E-� / (�\\§\ (((\ { \ [ $ $ f & \ \ _ k k \ k § \ § ) J m e - § e / }� e / \ \ [{k3G d d 7 7 2 a f � E ƒ ¥ \ \ \ \ / / / ■ § § § § ) \ ) ) 2 ! 2 U C\\ 9 R R R CL 2 � m u u u u U L F F F h � � .b M V , W Q FS a U rn V •� � U V C 6 .°'. k. U .� �� g� � � A a v, � a o X .� � S w x a a w w x���MvvrvoAx��agaA 41) N •L (6rl C 0 0 0 0 'O .0 1 o 4 4 a o �' �d' o o J m 5 y 5 u u .& & aG `n n p •o P, L1, 4 W A C H b y m c7 v�i is is v u LO G i Y p N m - .e v v ., M N Vl w O FG O N O O fy O vl �i Q Qi Qi Q Qi Qi Qi Qi Q Qi Qi Qi Q Qi � � U �Q n �n # O '•' U N A N A R w M 7 M o 0 U 0 V a V 0 V 0 V 0 U j o 0 0 o d V U V V U W � o c 3 a a v a a a a a m 0 0 o m m v m m� N N N N N N v v N v 61 ¢) ¢) N 61 N ¢) U ¢) N N N D W W W W iU W W W 41 W 0 �n Ln m L w a a ui U V a Cif [rr�� 0. a 914 ® cu 0 F 0 u a Y r-^ -0 V1 y L d a .n