Loading...
HomeMy WebLinkAboutContract 57280' :.�4,�' �6:Cif:Li�� � ,: ��j 4 . �G�\� ti��' ,,� A� ���� � ����` � 0����GQ�' �,� �.�s �a��r �aRTr� CONTRACT FOR THE CONSTRUCTION OF � '�anstructio��� , _, � .. ,� f .�" °'? ; .��,'�.a:'F� �';��. ..�r- r�� �`;,��' �'���'� r C.t`�'! SE:%�FT�1�Y ._ . (r : �'� �i����;'i [�L7. �,1 � �.�..._ SANITARYSEWER REHABILITATIOIV CONTRACT 91, PART 2 Tj�ai1 Lalce Dr; Semir7ary Dr, Arritc� Ave, Winfiel�l Ave, Caj•olytz Rd, Soi�tlz Dj; and Corto Ave City Project No. 01957 & WESTCLIFF DRAINAGE IMPRO VEMENTS, PHASE 1 Sa ffolk Dr, Anita Ave, Mafzder•Iy Pl, and Trail Lake Dr• Ciiy Project No, 01669 Mattie Parker Mayoi• David Cooke City Manager William Johnson Director, Transpartation and Public Works Department Chris Harder Director, Water Department Richard Zavala Parks and Community Services Director Prepared for The City of Fort Worth Transportatian & Public Works Department, Stormwater Management & Waier D�partment Project Manual Octobe�• 2021 ,� � 0 F TE',\j1 ��., .............. �- i � • �[� • q �� GV ..:... ..:..................... KAREN E. STAFFORD—SROWN �;: ....1 b ��871... ,; � 1�� � . �`'�`.��'� "'-,-- �' WRDE ���:u� TRI M �ONEORM�D 3575 Lone 5tar Circle, Suite 410, Fort Worth TX 76177 �������Q�g� ������ TX Firm Registration No. F-$794 '�a�� �����.��� ' �'�°. lIVC�RT�#� 1�� �RT �RTH� Cit of Fort`IVorth Y Standard Construction Specification Documents 5,iniL•�r)' Scwcr Rch.ibilil.ttiun CuEilrurl 9[. Part 2. Ci'� 019i7 and Il'��;�elifl I)r,rin:ige Imprnvemerii�, Phace I. C'{'�! UIGG') Adaptcd Septe�nber 20l 1 00 DO DO STANl7ARD CONSTF2UCT[OI3 SPECI�ICATION DQCUMENTS SECT[4N 00 00 00 TABI.E O�' CONTENTS Divisinn 00 - General Conditions i'age 1 af 8 Last Revised 00 OS 10 Ma or and Cotincil Communication 07/01/2011 00 OS 15 Addenda 07/01/2011 00 l 1 13 Invitation to Bidders 07/19/2021 00 21 13 Instructions to Bidders 11/02/2021 00 35 13 Conflict af Interest Statement 02/2�12020 00 41 00 Bid �'ot�n 09/30/2021 00 42 �L3 Pro osal Form Unit Price 01/20/2012 00.43 13 Bid Bond 09I1112017 00 43 37 Vendor Cam liance to State La�v No�u•esident Bidder 06/27/2011 00 4S 1 I Bidders Pre ualifications 08/t 3/2011 00 45 12 Pre ualification Statement 09/30/2021 00 45 13 Pre ualification A lication 08/13/2021 00 45 26 Contractor Com liance with Wnrkers' Cozn ensation Law 07/01/2011 00 45 40 Bt�siness E ui Goal 10/27/2021 00 52 43 A reement 11/23/2021 00 bl 13 Performance Bond 07/01/201 I 00 61 14 Pa ment Bond 07/01/2011 00 61 19 Maint�nance Bond 07/01/2011 00 61 25 Certificate of Tnst�rance 07/0 1120 1 1 00 72 00 General Conditions 08I23/2021 00 73 00 Su lementa�� Conditions 03/09l2020 Divisia�t Ol - Get�eral Re uit•emei�ts Last Revised Ol 1 l 00 Summa oF Work 1 2/20120 1 2 OI 2S 00 Substitution Proced�res 07/01/2011 Ol 31 19 Preconsk�•uction Meetin 08/17/2012 O1 31 20 Pro'ect Meetin s 07/01/2411 O1 32 16 Construction Schedule 0$/1312421 01 32 33 Preconsti�ttction Video �7/01/2011 O1 33 00 Sub�nittals 12/20/2012 O1 35 13 S ecial Pro'ect �'rocedures � 12/20/2012 O1 45 23 Testin and Ins ection Services 03/09/2020 O1 50 00 Tenn orai Facilities and Controls 07/01/2011 Ol 55 2b Street llse Permit and Modifications to Trafiic Contral 0 312 212 0 2 1 O1 S7 13 Storm Water Pollutian Prevention Plan 07/01/2011 O1 58 13 Tem orar Pro�ect Si na e 07/01/2011 O1 60 00 Product Re uirements 03/09/2020 O1 6b 00 Product Stora e and Handiin Re uirements 0'7/01/2011 OI 70 00 Mobilization and Reinobilization 11/22/2016 O1 '�1 23 Constrttction Stakin and Su���e 02/1�/2018 O 1 74 23 Cleanin 07/01/2011 O1 77 19 Closeo��t Re uirements 03/22/2021 O 1 78 23 0 eratian and Mainter�ance Data 12/20/2012 O1 78 39 Pro'ect Reco�•d Docu�nents 07/0II2011 CITY OF FORT 1VOR`I'H 5;u�ilary Setver Ke�ufhllil;tliun Cuntr.icl 9i, Part 2, CPN 019�7 :ind 5TAN�ARD CONSTRUCT1nN SPGCIFICAT{ON DOCUM�NTS �Irt'i1CIlII I)��Elila�c I�t�pruv�:mentti. I'kt��cc. I. C'['N Ulbfi�l ftevised September 3D, 2D21 �0 QO �0 STAN�ARD CONSTR[1CTiON �PF,CIfICATIOI+f DQCUMENTS P�tge 2 �f 8 Technical Speci�cations tivl�ich have �nee�� modified by the E��gineer speci�'ical[y for this Project; hard copies ae•e included iEi the P�•aject's Co�itract Dncuments Date Modi�ied Division 03 - Concrete 03 30 QO M Cast-In-Place Concrete 4/15/2020 Division 32 - Exterior lm rovemants 32 11 33 M Ce�nent Treated Base Caurses 32 90 10 K Irri ation 32 92 14 M Nan-Native 4/2II2020 l Of 141202 i 10/I412021 Tecl�nical Speci�cations listed be[ow arc included iar this Pt•oject by �•efcrence and can be viewedldc�w��loaded fram the City's �vebsite at: 3tttip:llfnt•hvorthtexas.�ov/fpF�/confractorsl ar httqs:/lapps.fortworthtexas,govlProiectResaurces/ Co ies of s�a��dard s ecificatians a licable to the Pro'ect �vill be saved to a BIM360 P�•aiect folder. Divisio�� 42 - Existi�� Conditions 02 41 13 Selective Site De�nalitian 02 41 14 Utiii RemovailAbandon�nent p2 41 15 Pa�vin Removal Division 03 � Conerete Last Revised 12/20/2012 � Z�Za�zo i a 02l021201 fi �g �L'uit_Ir�...l�ln..a f'�.r..,.-aro 1'7!'7�i, 03 34 13 Controlled Lo�� Stren th Materiai CLSM 1212012�12 03 34 16 Concrete T3ase Matarial far Trench Re air 12/2012�12 03 80 00 Modifications to Existin Cancrete Struchires 12/20/20 i2 Division 25 - Electi•ical Di�isio�x 31 - Eartli�v�rk 31 00 00 5ite Ciearin 03l22/2021 31 23 16 Unclassified Excavation 01/28/2013 31 23 23 Borrow O1128/2013 31 24 00 E�nbank�nents o1/28/2013 31 25 00 Erosion and Sediment Controf 04/29/2021 2 1�o-vv �i8ti8r � � r�W�nr�n,� 31 37 QO Ri ra 12/20/2012 CITY OF FORT 1VORTH S,Ii1EE,iry Suwtr Rrh�ii�ilitatiuc� Ci=ntrucE �ll, i�:3rt 2. Clf� I119i'� ;ii�d STAtVDARI] CONSTftUCTION SPECIF[CATION DOCU1viEN`I'S 1Y�::Iclill I)rai��:��c [m�iroi�ea�et�lc, 1'h:ict: I, i'i'�� 111(iG'1 Revised Septemher 30, 2U21 00 00 00 STANC]ARD CONST[iUCT[OI�f SY�CIFECAT[03V DOCUM�NTS Page 3 of 8 Divisian 32 - Exterior lm rovements 32 6i 17 Pet•tnanent As halt Pavin Re air 12/20/2012 32 0 i I$ Tem orat As halt �'avin Re air i 2/20/2012 32 Ol 29 Conc�•ete Pavin Re ai�- 12/2�f2012 32 11 23 Flexible Base Caurses 12/20/2�i2 32 11 29 Lime Treat�d Base Cou��ses 12/20/2012 �,�,^2^�,� f`..�..,�.,f T.-o.,�o.i L�.,�o f`'.,,,,•�o� 1 7�,�,.� 32 11 37 Li trid Treated Soil Stabilizer 08121/20i5 32 12 16 As halt Pavin r 12/20/2012 �.� , � ��,,�,. ��� 32 13 13 Concrete Pavin 431i912021 32 13 20 Concrete Sidewalks, Drive�va s and Barrier Free Ram s 10/01/2021 32 13 73 Concrete Pavan 7aint Sealants 12/20/2a12 � -�8�� 32 16 13 Concrete C�irb and Gutte��s and Valle G�tters 10/01/2021 32 17 23 Pavement Markin s 1 1122/20 1 3 32 17 25 Curb Address Paintin 11/04l20i3 32 31 13 Cl�ain Fences and Gates 12/20/20 i 2 32 31 26 Wire Fences attd Gates i2/2012012 32 31 29 Wood Fences and Gaces 12/20/2012 32 32 13 Cast-in-Place Concrete Retainin Walls 06/05/2018 32 91 19 To soil Flacement and �'inishin o�Park�va s 12/20/2012 32 92 13 Soddin 05/13/2021 �� nc �i��, 32 93 43 Trees and 5hrubs 12/20/2012 Divisio�i 33 - Utilities CITY �F FOR'T 1V�RTH .S:I333Iary 5c�+�cr Rclial�ilit�Eliun Cu�tlr:tet 9i. Parl ?, CE'�l f}1457 �i[td 5"E'AN[7ARD CONSTRUCTlOIV SPECIFICAT[ON DOCUMGNTS �1'�'�1CIif1 lll.iin;tge it»j�[uvr:nln:ilts, 1'I�;�t4 1, ['E i� 111f�G{1 [te�ised September 30, 2�21 00 00 00 STAI�DARI] COI�fSTRUCTIfIN SPGCIFICATIpI1 pOCUMENTS Pagc 4 of 8 33 05 2�i Installakion of Caz�rier �'i e in Casin ar Tunne[ Liner Flate 06/19/20I3 33 a5 26 Uti[i MarkerslLocators 12/20/2�12 33 OS 30 Location of Existin Utilities i2/2a/2012 33 1 1 OS Bolts, N�its, and Gaskets 12/20/2012 33 11 fQ Ductile Iron Pa e 12/20E2o12 33 1( 1 1 DLlCt1L� IIOII Fitilll s 09/20/2017 33 11 12 Poi in 1 Chlo�-ide PVC Pressure Pi e 11/16/2018 Z 2� 1 � M�z, e f 33 11 14 Bu�•ied Steel Pi e and Fittin s 12/20/2012 33 12 10 Water Services 1-inch to 2-inch 02/14/20i7 2 2�T , � r�-�� 33 12 20 ResiEient �eated Gate Valve 05/0b/2o15 � ��= 94i����41� 33 12 25 Cannection to Existin Water Mains 02/06/2013 �g � �,��,.�;z 33 12 40 Fire H da�ants 01/03/2014 �g i � r�.�� 33 l2 60 �tandard Blotv-off Valve Asse�nbl �6/19/20�3 ? ��z I ? F��z 33 31 i 3 Fiber lass Reinfot•ced �'i e for G�-avit Sanita�- Se�vers 12/20/2012 33 31 1 S F-Ii h Densi Pol eth lene HDPE Pi e%r Sanitaa Sewer 04/23/2019 33 31 20 Pol in I Chloride PVC Gravit Sanitar Serve�• Yi e 06/19/2013 33 31 21 �°l� inyl Chloride (PVC) Closed Prof"tle Gravity Sanitary Ser,ver ����0/2012 �},, �2 , � r�..�nr�n.il�, 33 31 23 5anitar Se�ver Pi e Enlar ement 1 2120/20 1 2 33 31 50 Sanita�• Sewer Sez•vice Cnnnections and Service Line 04/26f2013 33 31 70 Cornbinakion Air Valve for Sanitar Se�ver Force Mains 12124/20i2 33 39 10 Cast-in-Place Cancrete Manholes 12/20/2012 33 39 20 Precast Concrete Manholes 1 2120/20 1 2 33 39 30 Fibe�• lass Manholes 12/20/2092 ���no ,�r��� 33 39 60 Linet�s for Sanita SewEr Str��ctures 04129/2�21 33 4l IO Reinforceci Concrete 5torm Sewer Pi e/Culvet•ts 07/�1/201 I �,� � �,��z �3--4�-�� � � , �-r,-m,'�� �� �i rn��r�n�,r � ��»�� �„�, C�i.,rrorl Ct.,.•,v. Tl,-.,:,,.. !1"7/n�T 22� T,•o,�..,1. Tl...,:.,� n�in�� ��� 33 49 1 Q Cast-in�Place Manholes and Junctian Boxes 12/20/2012 33 44 2a Cucb and Dro inlets 12/20/2012 33 49 40 Storin Draina e Head�valls and Win �vaEis 07/0I/2�l 1 Divisio�� 34 - 34 41 10 ��__n�-r. ��T �.� n�-�--ro-� ransporrat�on Traffic Si�nals �.rszr�s*ssr.�!es.�ir:e!t�i�*�� 10/12/2015 , � f,z-�,- °�� n"�� CI'�'Y OF FORT 1V0[2T1 [ 5unitury S�;tircr Itch,ihiiilciEio�i Ciintr.t�t 91. E'��ri 2. CI'N 01957 ,�n<! STANDARD CQNSTRUC;TION SPECIFICATIOI�f DOCCJMENTS 14'e;1i'liil' Ur;�iit;�ge Im��r��vantcnlc, f'hace I, C'�h�' tll6G') Re�iseci Septem�er 3�, 2Q21 0o ao ao STANbAk�D CON5TRLICT[ON SPECEPICAT[ON DOCUME]VTS Yagc 5 of 8 Appendix GG4.Ol GC-4.02 GC-4,04 �c-�.a6.D GC-6.07 GC-6.09 GR-Ol 60 00 Avaifabiiity of Lands (Easeinen� exhibits and restrictions included in plan set) S�ibsurface and Physical Conditions Underga•ound �acilities (SUE included in plan setj Minority and Women OFvned Busin�ss E�►terp�•ise Compliance Wage Rates Permits and Utilities Froduct Requirements END OF SECTION CiTY OF Ff}1�T NORTH 5:�nilury 5c�vcr Rcti�Ehilitatiun C�inlract 91. !'ar[ ?, CI'N !)i957 .�nii STANDARD CQNSTRUC'I'ION SP�CiFICATTON 170CUIvIEiVTS 4V�;tclil'I [)r;�inag�` Im�yrm��=nte�Vt, I'hace !, C'i'�l U1(iG+) Revised SepteenUer 3D, 2021 City of For� Worfh, Texas Mayor and Council Communication DATE: 02/22/22 M&C F'ILE NUMBER: M&C 22-0120 LOG NAME: 20WESTCLIFF PH1 & CONTRACT 9� PT2 CONSTRUCTION SUBJECT {CD 3 and CD 9) Authorize Execution of a Construcfion Contract with William J. Schulkz, Inc. dlbla Circle C Construction Com�any, in the Amount af $14,663,252.60 far Westcliff Drainage Improvements, P�ase 1 and Sanikary Sewer Rehabilitatian Contract 91, Part 2 Located in the Westcliff Neighborhood, Adopt A#tached Appropriation Ordinances and Amend the Fiscal Years 2022-2026 Capital Improveme�t Program RECOMMENDATION: lt is recommended that the City Council: 1. Adopt the attach�d appropriation ordinance increasing esfimated recsipts and appropriations in the Water and Sewer Capital Projects Fund in #i�e amount af $7,892,788,Oa, transferred from available funds wE#hin the Water and Sewer Fund, for the purpose of funding the Sanitary Sewer Rehabilita�ion Contract 91, Part 2 project (Cify Project No. C01957); 2. Adopt the attached a�propria#ian ordinance adjus#ing estimated recei�ts and appropriations in the Stormwater Re�enue Bonds 2a20 Fund by increasing estimated receipts and appropriations in the Westcliff Drainag� Impravements project by $7,87�,aaa.00 �City Project No. C01669) and decreasing estimated receipts and appropriations �n the TRVA Grand Ave Ph2 Pt2 (City Project No. 1036G4) �y $5,750,000.00 and TRVA Grand A�e Ph2 Pt3 (City Project Na 103665) projects by $2,124,d00.00; and 3. Adopt the attach�d apprapriatian ordinances adjusting estimated receipts and appropriations in ihe Stormwater Capital Projects fund by increasing estimated receipts and appropriations in the TRVA Grand Ave Ph2 Pt2 by $5,75a,000.00 {City Project No. 103664} and TRVA Grand Ave Ph2 Pt3 (City Project No. 1�3665) by $2,124,0OO.OD ar�d decreasing est�mated receipts and appropriatior�s in the Westcliff Drainage improvements project (City Project No. C016B9} by $7,874,ODO.OD; 4. Authorize t�e execution of a contract with William J. Schultz, Inc. dlbla Circle C Construction Company, in t�e amo�ant of $14,663,252.60 for Westcliff Drainage Improvemen�s, Phase 1(City Project Na. Cp1669) and Sanitary Sewer Rehabiiitafion Contract 9'i, Part 2(City Project No. C0�957); and 5. Amend the Fiscaf Years 2022-2026 Capital lmprovement Program. DISCUS5I�N: This Mayor and Council Communication (M&C} is to authorize the �xecution of a constructian contract for the installation or replacem�nt of storm drain pipe, deterEorated sanitary s�wer mains, and deteriorated water mains as indicate� on the following streets and easem�nts: Street From To Scope of Work Trail �.ake Dr. West Seminary Dr. Manderly P!. Storm D�ain, Water, and Sewer Manderly PI. Trail Lake Dr. Anita Ave. Storm Drain, Water, and Sewer Anita Ave. Suffol�c Dr. South Dr. Storm Drai�, Water, and Sewer Suffolk Dr. Trail Lak� Drive Granbury Rd. Storm Drain and Water Cherakee Trail W, Seminary Drive Surrey Street Waterl5ewer Carolyn Rd. Suffol�C Dr. Gran�ury Rd. Sewer Winfield Ave. Anita Ave. Carolyn Rc�. Water and Sewer South Dr. West Seminary Dr. Granbury Rd. Sewer West Seminary Dr. Trail'�ake Dr. Granbury Rd. Water and Sewer Easement north of Trail Lake Dr. Anika Ave. Sewer S�ffolk Dr. Easement east of Trail 170 feet east and 134 East 26Q feet Sewer Lake Drive feet north of the Trail Lak� Drivel Suffolk Drive intersection Easement west of 2�0 feet west of the North 85 feet Sewer Anika Avenue Anita AvenuelSuffolk Drive intersection Easement wesk of Granbury Road W, Seminary Drive Sewer Cherokee Trail The storm drain pipe improvements are the finai phase of the averall four phase Westcliff Drainage Impro�emenfs project to mitigate home and property flooding in the Westcliff neighborhoad. The sanitary sewer component of fhis project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. As part of this project, aA identified street segments will be reconstructed with asphalt aft�r storm drain, water line, and sanitary sewer installation is completed. The project was adv�rtised for bid an No�ember 4, 2021 and No�ember 11, 2021 in the Fort Worth Sfar-Telegram, On December 23, 2Q21, the following bids were received: Bidder Amouni Time of Comple�ion William J Schultz, fnc. dlbla Circle C$14,663,252.60 730 calendar days Construction Company Waody Contractors, Inc. $16,371,844.80 Jackson Construction LTD $16,586,192.00 Fort Worth Civil Constructors, LLC $18,959,062.15 The Trans�ortation and Public Work Department's share of this project is $7,520,168.70 and the Water Department's share af this project is $7,143,083.90. Appraximately 6,227 linear feet of cast iron water �pipe will be remov�c4 and replaced as part of �his praject. In addition to the contract amount, $1,013,242.4Q (Water; $232,943.30; Sewer: $302,467.80; Storm Drain: $477,83� .30� is required for project management, material tes#ing and inspectian and $59�,29�.00 (Water: $93,583.00; Sewer: $120,790.00; Storm Drain: $376,000.00} is provi�ed for project cantingencies. As a part of this M&C, Starmwater will be moving 2D2a Revenue Bdnd funds from the TRVA Grand A�e Ph2 Pt2 �ro}�ct and Grand Ave Ph2 Pt3 to the Westcliff Drainage lmprovements project, and then moving Stormwater Paygo funding from the Westcliff Draina�e Improvements project ir� the TRVA Gran� Ave Ph2 Pt2 project. The transfer of the 2Q20 Revenue Bond funding wi11 expedite the expenditure of the band funds, in accordance wit� spending timeframe requirements for bond funds. Appropriations for the W�stcliff Phase 1 Impro�ements and Contract 9'i Part 2 are as depicted belaw: Fund Exis�ing Additional Adjustments Project Total Appropriations Appropriations 56002 Water & $2,996,917,Q0 $7,892,788.00 $0.00 $10,889,i05.QQ Sewer Capital Projects �und (C0195i) 520fl7 — Stormwater Rev Bor�ds 2Q20 (CQ1669) 52407 — Stormwater Rev Bonds 202Q (103664) �zoa7 — Stormwater Rev Bonds 202Q (1036fi5) 52002 — Stormwater Rev Bonds 2020 (103664} i2002 — �tarmwater Rev 3onds 2020 103665) �� 7,874,000.40 ,750,000.00 �$O.QO �� $7,874,000.00 -$5,750,0OO.OQ �$0.00 ,450,000.00 �o.ao -�2,124,000.ao $�,�26,oao.ao .OQ $5,75Q,000.00 $fl,OD $5,750,000.00 �i 1 2002 - Stormwater $'� 1,87�,000.00 apital Projects und (C01669) 0100 - General $500,000,00 ;apital Projects und {C01669) �2,�24,00a.oa 11 il ao ��2,�24,000.00 7,874,000.00 �$3,997,Oa0.p0 11 lil 11 Total $24,567,917.00 $23,640,788.00 I�15,748,0OO,Op � �32,460,7a5.00 *Numbers ro�nded for presentation pur�oses. This project will have na impact on the Water Department's operating budget when compleied. Approximately 2,400 linear fee# of storm drain and 15 inlets will be added to the Stormwater inventory. These additions are not expected to result in any additional maintenance effort for at ieast 5 years and, on average, approximately $3p0/year thereafter. Construction is expected to start in April, 2Q22 and �e completed by March, 2023. The actian in this M&C will amend t#�e Fiscal Year 2022 Adopted Budg�t as approved in connection with 4rdinance 25073-Q9-2021, Sect�on 6. Capital Improvements, as listed on page 27 as follows: Capital �'und project Name FY2022 CIP Budget R�vised FY2022 Name appropriations Adjustment Budget Starmwater CQ1669-Westcliff Drainage Revenue Bonds Impravement $�•00 $7,$74,000.00 $7,874,OOO.aQ 2020 Fund � 03G6�4-TRVA Grand Ave �� 750,000.00 $(5,75p,000.00) $O.DO Ph2 Pt2 103665-TRVA Grand A�e �3,450,OOa.aO $(2,124,000.00) $1,326,OQ0,00 Ph2 Pt3 Stormwater Capital Projects 903664-TRVA Grand Av� $5,750,00a.oa Fund Ph2 Pt2 $0.00 $5,750,000.00 � 03665-TRVA Grand A�e Ph2 Pt3 $0.00 $2,�24,OQO,pO ���124,OOQ,00 C01669-Westcliff Drainage $�7,S7�j�oa.oa� lmpravement $0.00 $(7,874,oaa.00� DIVN OFFICE — William J. Schultz, Inc. dba Circle C Constructian Company is in compliance with the City's Business Equity �rdinance by committing to 22.00% �articipation on this project. The City's gaal on this projecf is 20%, The proje�t is located in C�UNCIL DISTRICT 3 an� 9. FISCAL 1NFORMATI�N 1 CERTIFICATION: The Directar of Finance cer�iffes �hat funds are available in the current operating budget of the Water & Sewer Fund, and upan approval of the above recommendation and adoption of the attached a�propriation orc�inance, funds will be available in the current capital budget, as apprapriat�d, in the W&S Capital Projects Fund for the SS Rehab Cantract 9� and �unds are available in the current capital budget, as pre�ious{y appropriated, in the Stormwater Capiial Projects Fund for the Westcliff Drainage project. Prior to any expendikure being incurre�, the Transportation & Public Works and Water Departmsnts have the respansibility o# �erifying the availability of funds. Submitted for City Manager's Office bX. Dana Burghdoff 8018 Originating Business Unit Head: William Johnson 78Q1 Additional Information Contact: Linda You�g 2485 CITY OT FORT WORTH Tra�is��ortatioi� & Puhlic Works Dep�ri�neiit, Stoi��nvate�' Division Water Depart���cr�t, a�id Pa�'ks & Camm����[ty Ser�viccs Sanit�e•,y Sewer Rehabilitation Cantract 91, Part 2, City Project No. 01957 ant� Westc{iff Drai»age Ian��'ovements, Phase 1, City Project No. O1669 ADDENDUM N�. 1 Co�lt�•act 91 Ut�it 1— Water Ii�fprovements, Contract 91 U�iit 2-- Sanitaiy Se�ver 1n�pro�ements, Westcliff Uj�it 1— Water i37���•ove���ei3ts, Westcliff U��it 2— Sat�ita�y Se�ver Improvements, Westcliff Unit 3— Drainage Impravetiients, W�stcliff Unit 4— Paving Iniproveme��ts, Westciiff U�fit S— Landsca��i2ig improvc�t�ettts Adc�endrr�n Issued: Monday, Nave�nber 22, 2021 Bid Opening: 1:30p�n Thurst�a;y, December 2, 2021 Tl�is Addendum, fo��ms pa�-f of thc Platys, Ca�it��act Doc�r�z�ents & S��ecificakions for the abo�e refere�iced P�•aject a�fd cnociifies the origi�fal Specifieations a�lci Co�ftract Doctzments. Biddei• slfall ackno�vlecige �-ecei��t of tizis addendum i�l tlie space �t•ovidcd below, in the praposaf (SECT[ON 00 41 OOj attd ackno�viedge receipt oz� tl�e oute�� envelope of your bid. Failure ta ackno��lecige ��eceipt of tl�is addendi�m couicl subjeet tk�e bidcier to disqualificatia�f. Tl�e plalts anc3 s�ecificatioi3 docu��lents for Sanitary Se�ver Rehabifitatio�z Contract 91, Part 2, City Froject No. 01957 and Westcfiff D��ainage Improvements, Phase l, City Project Na. 01669 a�'e hereby revisect by At�de��dum Na. I as follows: l. PRQJECT MANUAL el�a�i ed as folla`vs: 00 42 43 Proposai Fori�� to be rc�iaced in its cntirety ��ith the attached revised bid p�•oposa) worksheet. • Mobilizatioai and re�»obilizaEion a�-e si�bsidiary ta bid items in tite i•espective biddii�g units • Construction st��vey & staking bid iteiil is included in all ��i�its • As-l�ttilt su�vey i�id item is incluciecl i�� all �inits exce}�t La��dscapiia�; a Contract 91 Side�vafk atid Topsoil bid item ►u�its of ineasure tnodified • Co�itract 9 i Restrai��ed joit�ts bid ite�tl added • Cozlt�•act 91 Sa�� sewer witl� C5S backfill bid item added e Contract 91 Re►t�aved bid item for instailation of casi�ig f�y apen ci�t • Coititract 91 Bid ite�n added ta address �'estoration for sanitaiy sewe�' service relocatioifs • Westcliff special bid item added for remorral of temporaiy star���wafer pi►mpi»g assembly • Westc3iff special t�id ite��i added for re�iioval of tetnpora�y orifice t'estricto�• plates DO 73 {i0 Supplen�eittary Co��ditio��s to be t'eplaced in its enti��ety witki ti�e atiached revised 00 73 00 Supplementa►y Ca�ic3itfons. e Floodplaiti Devclopment Perzttik added ta list permits obtai��ed by 11ie City (SC-G.09B) • Fraifci�isc utility relocatio�� status updated (SC-4.O1A,2} • Sottth D��. acided to Sen�iiia�y Dr. i�i rvork tliat musl be co����feted cltn•ing summer 2023 (SGS.OI) 03 70 0� Mobiiizatio�f a��d Re�nobilizatio�� to be re��laced i�� its e��tirety witl� t1�e attached revised O1 70 40 Mabil�zatiotti and Re�nobilization. 2. CONSTRUCTION PLAN� chan ed as f'ollo�vs; Contr•act 91: Repiaced in its entirety, �Vli�l i�le �O�IOVVEIlg C�1Tfl�,ES Vi'011�;ilt [O f�le COiliF'i�C�01'S' 3��eI1110I1: 1 1 1 •• Sheet inclex updatecl Saftitary 5e�eer Rehabilitaiio�� Cnntrnct 9l, T'art 2, C'PI�' 61957 & 1l'estclifl�Drai�Enge httpruvon3euts, Pl�ase f, CPN OkGG9 Pd�e 1 O� � rlddendi�m A'o. I C'onlr�cl 91 - W.itr�•� Vllalcr plan anal ��rnfil� rcvisinrts as m��rked [:oiitr��( 9I. 5heet 38: Itetilraia�ecl.jc,ii�cs ��d�ird �cti t���rricr ��i�7r Cuutr:�c( 31. ��u:�t��: Acl�icd iiill-cleplh n�aler �7i��elir�e trenrh repair det<<ils �'nntracl 91 - Sanit�i;v��S�1Fer: Sanii�sry Se���e�� ��lan ����cl F�rulil4 rcvisions as marked ��u►lracl 91. Slicet 64A: A�Idecl iull-�le�rili tianitar�� s����er pipeline Ircni•h re��air cletails Cnntr:iel 91. ti�ieet 81: fievised alis���mcnt c�f sanitaiy se�ver service reliicaticiEi rc�u�inFC Ill I I'SII E.flICC ��'cs�c�ii't': Sclecled s��e{�ls rcpl��cccf. +��ith llfe t��lln�vii�i r4�a�i��es, in partirult�r, brclu�ht lo the Cr��in:jrtors' �tt�nti��i�; �1'rstclil�C 5hrel 2: liid�x a��de�l 5hc�1 St�l3 V,r�slrlif�l�Ph 2F3 e�hibil Wcstcliff. Sh�,cl 2L• South ih. �i�idcd tn 5e�iiinar}� f)r. in �`�c,rk to bc compl�ted clti�•ii��� summ�r 2U? i �'�.��f. ghecl 5l3; Notc upeSEllClj 1() II1C�1llIC I'�311U1�ilI (lf Il'ltl�l[)Cill')' Lll'II3l'l'. I"CSI�I(:1V3' �)��Etcs anci rci'e��ence to 1Tt�eytclit'f Ph 2E3 c�hil�it �i'esteliff. 5heei 5Sf3: .��l�icf! Wcs<<•iift�Ph 213 e�l�ibit inr rcni�v��l of�tei�i��urai�y slorn��ti�ttt�r E�uijip asseml�ly and renx�vai c,t�te�iiEiurar�� nrifice resls�ictnr ��lates Weslciif'f. �licef 7�: R�mc�vcd gco�c�;lilc thal t5��:s „':'tt�?p�cl �rnintcl Ihc 5tortn draii� ho� '. , , ti 1-� ' l,t's�cn�1 corrcctrd tu i��clica[c 3,. �f�vE�r D as��h�it 3, PRU,J�CT' CI.ARIf ICATI{)N5 Gcncral: • "T�he Ci�y l�«steck a['rr-hid meetin� uf� I hursday, Novenihcr i N, 2[121. Pre-bid n�eifin� ��en�Ea, altci3cEees IisL �+nil i�ucs(ions ancl r�es��ons�s and related claritications are xllached herein as A�I' fACH�t�1E=.N1� A. • f're-l�id n7e�9in�� i�cc��rdinr� i� <<ccessil�le al: htlps '(li�rtt��c�rlhle�as. �vebex.comlfortworthlexas/i__�i ,��Itp'?E2[ `I U--{)13 b] 28tif3�kt176c77t.,19tic�Jl1 dGG 1 U� • F�'tit�cl�ise iifilitics h����c bc:t�it rel�roled or aj�e ex��c:�teci tc� [�e r•eloca�ed ��ef�rc the start of co�istr�ictii�r�. Cu��lr��ci 9! Unil 2- Sanitary Scr}•e� : • "I'E�c Ci�y calks allenlic�n lU 3hC 1`vn salliiar�' s�s�'er rrlocatioFis in C'c�3iirac( 9i tor �he t«�o Cln�rch 6uil�linf;s a� "E��ail I.;�ke � Ma�i�ler!}'. One sr.rvice routes to "al�aii Lake, tlie ntl�er servicc routes to �4aiicierlv. Vi'eslclif(': • 1Zef:�rdin� b'' C'c3ncE•ete ni�icf mo-�t und�r jui�c�tinn hores in [hc titructnral E�l��is_ gr,jvel is an ��ccc��E<<f�le stib�tililfitm ,A si�ned a,E�� of' nticl�n�lum No. I;hut�l�l he includeej in thc sealed hici eilv�lc�E�e at the time nl�bicl ;ubmiU:El. f���ilure to ,tcki�c���•I�dzc t��� reeeipt ofAdclenii��m Nu. I could rause the suhject biddcr tc� be coi�sidereci'`NnNfZE:Si'(�N5lV[=," re�tiltii�� in rlisqutiliiici4lic�ri. rlddendum Nt�. f 1tT;C'I:II''C I1ChT�'(.)VI'I..I:i)C;1=\-11:�'E': � f3} :_ /�u�a c��F�„4,��s,,�:r;; J �` Co ��.�,�to:� X '3�1�.�2 � ;� �i�i� � ss:�� • � tZ� �G�ya Willi����� .l�firisnn I�irecl�r. �f�� i � ��r����� f'iil�lic 1Vorkti J/ ��' �-- - - '� �------------ -- M�Irt I� nitt, P.I� I'rojcc� �fana�er,'f�if 1�1r �tc�rm����jler c��t�-: �t�3��: Pu�.c� 2 �if 7 S:anil;t[� 5tnt't 12ekiahzlil'sliun C n.itr�.'I �ll . I'.i�t ?. [ f'N 11I'Ji7 � \1'rslclilf fSi��inaec IonFr���crincnls, Phatic I, 1 E'N u�f�L=1 ,Ichleriduin Nn I CI'I'Y Oi� I�'ORT WOR'�"H Tra»sportatio�i & P��blic Works De��a��tt��ent, 8to�na�vate�' Divisio�f Watc�� Department, a�fd Parks & Commuiiity Se�'�ices Sanitary Sewer Rehabiliiation Contract 91, Pa�•t 2, City PE�o,�ect No. 01957 a�fd Westcti�'f D�•airiage Impro�°ements, Pl�ase 1, City P��oject No. 01669 ADDENDUM NO. 2 Co�tt�-act 91 U�lit I— Waker Imp��o��e�tfeifts, Contract 91 U��it 2-- Sa��itaiy Sewer Impro�ements, Westcfiff Ui�it I— Water Imp��ove���ents, Westcliff Unit 2— Sanitaay Setver Improvemenls, Westcliff Ua�it 3— Df�ainage Ianprovements, Westcliff U�3it 4— Paving ImpE•ove��ie�fts, Wcstcliff Unit 5— Latidscaping I�nprove��lei�ts Adclend4un Issuect: Tuesday�, November 30, 2021 Bid O e»in : 1:30 �n Thursda Dece�nber 9 2021 Tl�is Addendun�, fo�•ms p�rt of tf�e Pfa��s, Co��tract Documents & 5pccificatians for tife abave refe��enced Pa•oject a�zd n�odifies tl�e origitial Speci�catioi�s anc� Contract Docsn��ents. Bidcier shall ackno��ledge receipt of fliis adde�idun� in klte sX�ace �rovided [�elo�v, ixi the ��ro��os�l (SECTION 00 41 00} �nd ackno�vledge rccei�f a�� the o��tei• envelope of you►- bid. Failure to ackno�vledge receipt af tlfis adc{e��clum cot�ld stibject tlie bicider to disq��alification. Tl�e plans a��d speci�catip�l doc��me��ts for Sanitary Se�ver Rehabilitatian Coz�t�-act 91, Pa��t 2, City Project No. 01957 anc� Westcliff Drainage I�n��ravements, Phase 1, City Froject No. 01 Gt9 a�'e f�ereby �•evised by Adcie�tdum No. 2 as follo�vs: 1. PROJECT MANUAL chauged as �rlla�vs: 00 42 43 Pro�asal Form to Ue replaccd i�a its entirety with the attaclied �'evised Uid pro�osai works�ieet. • Contract 91 bid ite��� t��iits af ineasure madi�eci + Wesicliff added bid itefn for arcli ��iJ�e i•epair (see Contract 9 i s�mifary se�ver along Trail �,ake) • Westeliff adcied �iicl ite��i for 12" RCP (exte�fsion of private star�n drain} + Westcliff �nodified bid quantities for 7'x7' box a��d S'x5' bax • Westcliff added spec rcfere�tce for 90" RCP 2. CONSTRLICTION Pi,ANS chan�ed as fotiows: V4restciiff: Westcliff. Sheets__8� ��d R4; La�eled CTi3 base treati»ent ��ncler �aew c�irb & gutte�• 3. PROJECT CLARIFICATIONS GeE�eral: • I3id opening date revised to 1:30 pm CST o�� Tl�ut•sda,y, December 9, 2021 o Addition�l pre-t�id c�uestio�is and responses ���e attacltied iferein as ATTACHMENT A a Q��estion nEintUering is co�iti�lued fi-om Addend��m No. f o Qt�eslior�s t1�ak �yere suU���itted a»d az�e Eiot ai�s��e�•eci in Addendsin� Na. 2�yitf be addressect in Addei�dui�� No. 3 Sa�titAr�� Seu�er Rcitabilitalioi3 Cantract 41, P�rt 2, CPI� OE957 & 1�'estclifl []rainngc Imprm°c��icnts, Pitnsc 1, CPid 01GG9 PagO 1 of 3 Addendikm I�'a�. 2 A signed copy of Addendum No. 2 shrnild bc� included i�i the se�iled bid em�elope at the liu�c of bid submittal. }tailure to ackiio�vledge tk�e receip! of Adc�e�tcfum No. 2 cotild catise the subjeet bicicier to t�e cotisidered "NONRrSPONSIVF.," resulting i�i disqualiiication. Addcizdkij�3 Na. 2 RECFIPT AGKNOWLEDGE.MENT: Willianl Jolu�soEt Dircctor, Trai�sportation & Public Works � ,����� Fiy: �..t-�-l.op �� - f3y: ifL�-� ��� / ! � Mike �3en��eil, P.C. Can�p�3ny: Cirr.r� (�COl�.f'r�i�r.//a� Projec� M��tiager, `I'IPW Sformwater n�i�j���ss: �O ,(��9X f�4�Z 8 Ciry:. foi�G✓D� Srate:�/Y — S�inil.:ry Scncr Rchahiliialioii Cunlricl 71, Pur[ 2. CPN 01957 C 11'cstrlilf llr,iin,a�e ]anpro�cmenh. Ph�ise I. ('Pl�' (11GG9 P�t�g 2 pt' 3 r\ddendum l�n. 2 CiTY OI+ rORT WORTH Tr�nsporiatio�� & Public Works Depa��tf�fei�t, Sio�'E�iwater Divisio�3 Water DeparE»�ent, and Parks & CoMZ����ti�fity Se�vices Sa»it��y Sewee• Rel�abiiit�tioei Contract 9l, Part 2, Cit,y Pro,�ect No. 01957 �nd Westclii�f Drai�►age I�n�rove�ne�sts, PI»sc 1, Ci(y Project No. �1669 ADDENDUM NO. 3 Co��tract 91 U��it i— Water im��•ovements, Contract 91 Unit 2— Savitary Se«e�� I����rovements, Westcliff U��it i— Wate�� I�nprovenle�zls, Westcliff Unii 2— Sanitary Se�ver Improven�ents, Westclii'f Unit 3— D��aittage Im�sro��e33�ents, Westc{iff llnit 4— Paving Improvements, Westcliff Unit 5— La�idscap�ng T�n��roveme»ts Adclenc�um Iss��ed: I+N•it�ay, December 3, 2021 $id O�e�iing: 1:30�am Thursc3ay, Dece�nbea• 9, 2021 Th�s Acfdei�di��», farms part of t1�e Pians, Cantract Doc��ments & Specificafions for Ehe above ��eferenccd Project a�fd n�odifies tlte oi•igi�sal Specifications ai�d Co��tract Docu►ne��ts. Bicider sliall acknowledge �'eceipt ofthis addenduu� i�� tl�e s�acc provided bcia��, in tlfe pro��os�l (SECTION 00 41 00) ��ad ack��owiedge �•cceipt on the oi�te�' envelope of yot�r 6id. �'ailtu'e to acki�owledge eeceipt of tliis adcle��d��ns could subject ti�e bidder to disq«�li�catio�ti. Tl�e �alaiss a�1d speci�catit�» clocume�ifs for Sa►iitary Se�ver Rel�abilitatio�� Ga11t�•acf 9 i, Fact 2, City ProjecE No. 01957 ancl Westcliif Drai��age I►��p��oven�ea�ts, Pliase I, City P��oject No. 01669 a�•e Ifereby revised by Acide��ciu�» No. 3 as follaws: i. PROJECT MANUAL citan�ed as fallori�s: 00 42 43 Propasal Fo�•m ta be repl�ceci ii� its entii•ety with tl�c attaclied re�ised bid proposai �vo�'ksheet. • Cont�'act 9i Units mociified. 1'lease alsa see Atiaclu7ient A#o�• �no�•e i�ffor►�zatian. 2. CONSTRIICTION PLANS ci�an�ed as follar��s: Cnntract 91 • • Service Li��e Alig��meift Note added �'eSWe�st liff. Sheet� Mociifiecl ��ote regarding O��co�� �o�ve�• �ale. Piease use existi�ig Westcliff Unit 3 Drainage, bid ite�i� 9999.QD03 (Bidlist Ite���► No. SQ). 3. PR�J�CT CLARIi'ICATIONS Ge��ee�al: � • Aciditional ps'e-bict qt�estions anct respo��ses a�•e attacher� hereii� as ATTACHMENT A o QiEestio�� num6eri�fg is eo�ftint�ecl frn��� Ac�de�fdtl��� No. 2 S�Eiita�7� Se�ver RehaUilicatioEi Conlrnct 9l, Part 2, GPA` D1957 Sc IVeslcliCf Draina�e luiprovernents, Plsose 1, CTN QlGG9 I��gC 1 Of 4 elddcndun� Nu. 3 A signed copy of Addeiiduii� No, 3 should be incltrded in the sealed bid envelope at the ti�»e of bid submittal. Failure to acicno�vled�e tlie receipt of Addeiidu�n No. 3 couEci ca�tse the subject bidde�� to be considerecl "N�NRESPONSIVE," resultin� in disquafification. Adcicndum No. 3 R�,C�IPT ACKNOWLEDGCM�NT: �y; [., rrGlt L G D n,! irr C Company: .f� Address: �� [�OX T �.�Z 8 Willi�m Jahnsoil Director, Trapsportation & Public Works By. /'/'� U��- Mike Bennett, P,�. Project Manager,'I'IPW Stormwater Ciry: �A f Le/a� State: 2/�'�'! S SaniEaq� Sen�er Reh�trilita[in�E Con4racl 91, Part 2, Ci'n 01957 & 15'eslclit7Dr��i�iage Impro��etttcnts, Pl�ase 1, {'PN OIGG9 Page 2 of 4 Addenduon Nn. 3 CITY O�+' 1+ORT V4'ORTH Transportatiori & Public Works Dcpartit�ent, Stoi-m�vateE• Divisiaiz Water De}�arl��ient Parks & Comt���mity Services Sanitary Se�►-e�• Rehabilitation Contract 9l, Part 2, Cit}� Project No. 01957 a�yd Westcliff Draiulge I�npro��emettts, Pl�ase i, City Project Na. 01669 ADDENDUM NO. 4 Contract 91 Unit l— Wate�• Impravemenis, ContE-act 91 Unit 2— Sanitary Se�yer improvements, Westcliff Unit 1— Wacer 1�u�roveti�ents, Westcliff Unit 2— Sauitary Sewer Impro�rements, V1�estcliff Unit 3— Drainage Imp�•ove»feitits, Westcliff Unit 4— Pavin� Impravements, Westcliff Unit 5— La��dscapin$ im�rovemenis Addendum issued: Thursda,y, Decem6er 9, 20Z1 Bid Ouenin�: 1:301am Thursday, Deceinber 16, 20Z1 This Addendu3», fo�-ms part of the Pl�ns, Contract Docu�»ents & Specifications for tl�e aUove refereisccd Praject and modi�es tl�e original SpecificatioEis a��d Co��tract Documents. Bidder shall ack�»wledge �•eceipt of this addenduT�� in tl�e spacc provided belo�v, in iiic prapasal (SECTION 00 41 00} and ackno�vledge receipt on the oiEter envelope of your bid. Fail�u�e to aek��o�vleclge receipt of this addenchinl coulc� st�bject the bicfder to c3isc�uafiticatian. The plans and s�acciticatio�� documc��ts for Sanitary Scwcr itchabilitation Coi�traci 9l, Part 2, City Projcct No. Ol 957 and Westcliff Drainage Imp�•ovements, Pfiase 1, City Pi-ojecl No. O l G(i9 are hereUy re�rised by Adde»d►�m No. 4 �s follows: 1, PROJCCT CLARITICATInNS Ge�ieral: • Bid ol}eni��g date R•evesec� to 1:30 ��m C5T on Thiirs�a,y, Deceinber 16, 2021 A signed capy of Addendiim No. 4 sl�ould be iEicludeci in tl�e sealecl hid e��velope at the time of bid sub�y�itial. Failure ko ack�io�vleclge the receil�t of Adc�e�idtim Na. 4 cotild cause the ssibject bidder• ko be cansidered "NONRESPONSIVE," resulting in disquafi�cation. Addendum No. �} RECEIPT ACKNOWL�DGEMENT: B: � li Y Compaiiy: Ci�cl �d s��/�d r� William 9oki�fson Director, Transpartation & Ptiblic V4�orks By: �� S�- Mike Bennett, P.E. Project Manager, T/PW Cap�tal Delivery a�a���s5: �aBax �4,�ZP City:�iT L✓drT,C St�te;� Sanitary Sc�vcr Rc1EaU�litaliou Cuntract 9!, P�rt 2, CPI� 111957 8c �Vestcliff Dr<<inagc Im��ro�'cments, Phase I, CI'N O16G9 PtlgC I of I Addendum hfo. 4 C1TY Ol� FORT WORTH Transportation & Public Wox'ks Dcj�artment, Stornnvater Division Water DepartTuent, ai�d Parks & Con�munity Sc��vices Sanitaey Server Rehabilitatian Contract 91, PTrt 2, City i'a'oject No, 01957 and Westcliff Drain�ge Improve�nc�►ts, Pl�ase 1, City Projeet No. 01669 ADDENDUM N0. 5 Contract 91 Uiiit I— Water Impra�ements, Contract 9 i Unit 2— Sanitary Se�ver im�}rovei��e��ts, Weskcliff Unit 1— Water Im}�rovemeizts, Westcliff Unit 2— Sanitai-y Sewer ImproveEizetits, Westcliff Unit 3— D��ainage jmprove�neiits, Westcliif Unit 4— P��ing lmproven�ents, Westcliff Unit S-- Landscaping Itnprovemenks Addencfiuu Issued: V1'et�nesday, Decernber 15, 2021 Bid Openin�: 1:30pm Thin•sda�V, Deeember 23, 2421 This Addendu�tt, farms part of the Plans, Coi�tract Docuuients & S{�ecifications for the above referenecd Project and rnodi�es the oa•igitial Specifications and C�ntract Documents. Bicicler shalf ackno�vledge receipt of this addendum in t13e spacc pro�rided below, in tl�e ��raposal {SECT[ON 00 41 00) and ackno�vledge rcccipt on tlfe auter e�i�elope of your bici. Faiku►'e to ackno�vledge receipt of this adciet�duln could subjecE the bidder to disqualificakion. The plans and specification documents for Sanitary Se�ver Rel�abilitation Contract 91, Pari 2, City Project No. 01957 and Westcliff Drainage In�provements, Phase 1, City Project No. 01669 are hereUy revised by Adde��di►m No. 5 as follo�vs: 1. PROJCCT CLARITICATIOI�S General: + Bid openi�yg date revised fo 1:30 pm CST o�y Tti�u•sdaS°, Deeember 23, 2021 A sigiied copy c�f Addendum No. 5 slioulc� Uc i�iclt�ded in tl�e sealed �id ei�veiope at tlie tin�e af bid submittai. Failure to ackno�vledge tl�c rccci�st of �lddend�un No. 5 could c�usc the subject b�ddcr to be considered "NONRESPONSIVE," resulting in disqi►alifieatioti. Addencium No. S RECEIP'1' ACKNOWLEDGEMENT: — By; �011lp�lly: �ir c`r L- �� � 4// 4 l7 William JoliT�soii Director, Transportation & Public Works �y; ��-� �3�,�t- Mikc Bennett, P.E. Pcoject Manager, T/PW Storrn�vater Address: /� � City: � O�� State: QX�*S Sanitnry Sc�acr Rehabilitation Cantract 9!, Part 2, CP1� 01957 & IYestclifl brain�age hnprovcments, Phase l, CPIr OlGG9 Page I Ot' � Addendiim No. 5 CITY Or �+ORT WORTH Transporiatio�� & Pu�lic Works De��ariment, S�Oli77�Vc��eT' D1VkS1011 Water Depa�'i»fent, and Parks & Comnn�t�ity Ser�ices 5a��itary Se�vc�� Relfabilitati�n Contract 9l, Part 2, City Project No. 01957 and Westclifi' Drai��a�e I�n�rove�i�e€its, Pl�asc 1, City Project No. 01669 ADDENDUM N4. G Co��tract 91 U�sit 1— Water Imp�•ove���eifts, Contract 9 i Unit 2— SaE�ita►y Sewer In�p��ove►��ei�ts, Westcliff U��it 1— Water improvea7aents, W�stcliff Unit 2— Sauitaz�y Se�ver In��rove�ne�its, Westcliff Unit 3— Drainage Itnproveme��ts, Wesicliff Unit 4-- Pavi��� improve�nents, Westcliff Unit 5— Laitdscapi»g Im��rovcn�e�iks Adc�etiditm Issued: Dece�nl�er 1b, 2021 Bic! O�enin : 1:30 �n 'T"1iw•s�a Januar 6 2022 Tl�is Addend��tt�, for►ns ��ar•t of the Plans, Ca��tract Dncume��ts & SY�ecificatiotts for thc above �•efere�iccd Pt'oject a�sd mat�ifies the origii�al Speciticatians and Contract Doc�it�lexlts. Bicide�' sltall ackiio�vled�e receipt of t1�is ad{�C1ZC�11311 111 tll� S�li1CC ]3E'OVId�(i VCIO\V� i�t t�le praposal {SECTION 00 41 �0) aiici ack��o«ledge ►�eceil}t an tlae aute�• e�i�elope of you�� bic�. �`ailure to ackno�vlec3ge receipt of this ac�de�zd�zn� coiild s�ibject tl�e bi[fder to disqi�alific�tion. Tl�e pla��s a»ci specificatiai} cioci����e»ts for Sanitaz-y Setver Reilabilitation Cof�t��act 41, Pai•t 2, City Project No. [] 1957 a�id Westeliff Draii�age Improve���eE�ts, Phase l, City Praject Na. 016t�{) are l�e�•eby ►•e�ised by Addenduz�i No. 5 as follotvs: 1. PROJECT MANUAL_cha�E�ed as follar►�s: 00 42 43 P�'apasal For��� to be replaccci iaa its entirety with tlie attaclfed �'evised bid }�roposal workshcct. The foilowin�; changes called to bidders' attention at�e not an exhaustive list of bid form mociificatio�ts. • Cotttract 91 VVater llnii added raad�;�ay resto�•ation bic! ite���s • Ca��tract 91 Sa��itary 5e«cr U��it added road�vay restoratio» bid items • Westcliff Wate�• Unit modified o S" DIP qt�a��tity reduced to exclude tl�e 50' lengtla inctuded ii� tl�e water (i�ie la�vering bid ite��� o Added traffic control �id iten3 o Addecl consh-i�clion �elct ordet• alEo�va��ce + Westeliif Sanitaiy Sewer Unit modified a Acidecl ta�affic ca��t�'ol bid item o Added canst�'uction #ield order ailowaalce • Westcliff Paving Unit inadified o Increased c]��antities for Ccment treatment of paven�eist basc o Added topsoil and socl Uid ite�t�5 o Aclded traf'f�c control bici itei�� o Added constructi�i� field order allorvance • See �lso P�•a,ject Clarificafioi�s belo�v fat' ��iore i�ifor»�ation. SmEitary Setver [Lel�ahi[it�tiai� C'oEitrac� 91, Part 2, Cf'i�i 01957 3c ��'estclHt�Draii�nge In�prut�e;iic�its, PiFase i, CI'tV (31(:fi9 Page 1 af 2 Addendum No. 6 2, PRO.lL+"C'1' CLARIFICATIONS General: • Bid openi�yg date �•evised to 1:30 l}nt CST o�f Tlun•sda,y, Jaunary b, 2022 Conts•act 9l : • Added various bid itcros to split quantities bet�veen Coniraet 91 a�id Westciiff Paving Unit, rclated to war[� o�� A�lita a��d Suffolk, �yithin the lin�its of the Westcliff alignment. Referenced Exliibit is WcstcliffSl�eet ]03A. • Added varioiis bid items to split quantities bet�veen Contract 91 Wafer Unit and Contract 91 Sa�iita►y Sc�vcr Unit. • Ite�zis in the bid for��i �yith an asterisk (*} 1'CC]llll'C COl]tl'c1CC01' f0 SUI�1)]If V�11Ci01'ISL3��)11C1' i17VO1CC5 f0 tl�e Water Departmei�t to be paid from tliese pay items. Westcliff: • Ac{cied traftic conh�ol bid iiems to otlser units, and distributeti the tatal traffic cot�trol duration (24 moi�t}ts) among the Unifs. • Westcliff Paving Unit split c�uantities of selecicd bid itcros S0/50 �vikl� Conh�aci 91, i•elated to �york on Anika and S�iffolk, �vithiiti t1�e limits of the Vl�estcliff aligiziuenL Referenceci Exfiibit is Westclit3� Shect 103A. • 2�3" widiii of Biock sod is �sstimed to be installed behiizd replaccme��t curb & gutter. • Westcliff quant�tics far Ce�nent treatnient of pa�c�ne3�t base inc��eased to accor�nt for the scen�rio in which Anita �nd Manderly would Uoth utilize cemeart far base treatmcnt. Prior to th�s Addenduc��, a iiomii�a] c�ttaiikity ��as i»cl�ided to establish a bid price foi• cement b�se ti•e7tment, Based oi� geotechiiical reports incltided in the Appexidix, the c�tia»tity for special bid ite�n Ce���- lime caclti»ues fo �ssume all road base treatment ��ill utilize cem-li�ue. The Conh•�ctor �yi11 establisl� final base treatments, based an Contractor's field testing. See also Westcliff 5heets 83 and 8�}, as amencieti by Adde�iclum 2. A signed co�7y of Addendum No. ( shot�ld be includad in khe sealed bid ei���elo�}e at the time of bid submittaL F�ilw•e to ack��owledgc the rcccipt of Addendun� No, b could causc the subject bidder to bc conside�•ed "NONRESPONSIVE," resulti�ig in disquali�cation. Addendum No. 6 RECEIPT ACKNOWLEDGEMENT: By: � �'� Co���l�any:�/�cl ��oi7J7��iG/ia,� «�illiam Joh�lso�� Director, Transpartatio�� & P�iblic Works gy. i� �3�ur,�� Mike Bennett, P.E. Project Manager, T/PW SiOY't11�5'iitCl' ada���5s: �Qa C� �i�.�r/1 City:_ /'OrT L✓o� r/i skate: 5anitnry Se�rcr RchxUilitalion C'ontract 91, Pan 2, CI'1� 01957.� 1YcslcliR�bruinage [m��rocements, Phase I, CPN O1G69 Page 2 of 2 Addendi�m No. G cro az as RI [) PROPOSAI. Pagc ! of i3 S�GTIQN 00 42 43 PRpPOSAL FORiVI � ` - � . pTo�CCt ]teo] ]nfot3ualiotk T�l1��151 �1CIlk T)escri}rlio�s yo. ` CONTRACT 97 UNIT'[: WATEI ,� 3311.04A1 12" Water Pipe 2 3311 AA64 12" PVC WaEer Pipe (Restrained Pipe) 3 3311.02�1 8" Water Pipe 4 3311,01A1 6° Water Pipe 5 3311.62Sq 8" DiP Water Pipe wlCLSM Backfill li, 6 33D5.2�04 12" Water Carrier Pipe ' 7 3305.1103 20" Casing By Other ihan apen Gut g 3312.3002 6" Gate Valve 9 3312.3003 8" Gate Valve 10 3312.3DD5 12" Gate Val�e � 1 3311.OD01 Ductile Iran Wafer Fif�ings wlResiraint s 12" 12 02�1i.1302 Remove S" Water Valve 13 0241.9218 4" to 12" Pipe A6andonment Plug 14 3312.0001 Fire HydranE 15 0241.1510 Saivage F9re Hydrant �� 3312.01'f7 Connection to �xisting k" to 12" Water Main 17 3312.2003 i" Water Service �g 3312.2fl01 1" Water Setvice, Meier Reconnection 19 3344.0'{01 7emporary Waler Services �� 3201.0912 b' Wicle Asphaft Pa�emen# Repair, Resldential 2� 3201.0614 Concrete 1'avement Repair, Residenfial D241.'1300 Remove Existing Concrete Curb and Gulter 22 (5015fl, 100% Water, Reter to PavernenE l.ayout Sheet} fl241.1340 Remove Existing Concrete Curb and Gut#er 23 (25l25150 Waler 1SewerlStorm, Reter to Pavement Layaut Sheet) 3296.01D2 [nstall New Concrefe Curb and Gutter (match 24 ex€sting) (50I50, 906% Water} z5 3216.0102 Install New Concreie Curb and Gutter (match existing) {25125150 WaterlSewerlSlorm) 0241.OA01 Remov� Existing S-Inc� Concrele Driveway 2S (50l50, 1{3D% Water) 27 Ftemave Exisiing 6-[nch Concrete Driveway (25I25I50 W aler ISewerlStorm) 28 3213.0401 lnstatl New 6-lnch Concrete Driveway (50150, 100% Water) 29 3213.0401 lnstall New 6-€nch Concrete Driveway (25126150 Water ISewerlSlarm) CI'Il' OF FORT 1tORT11 ST�{NDARI)CO\ti7Ri.1('ll0\ SP[(']FICATIn\ i)OC[fAFG\i5 Re��itc3 9!3R'2f121 Bidder's Application E3;���rs ����,osa� $pCCIfC:111011 I Sectiaci Na. ', R IMPROV�I 33 11 'ffl, 33 71 12 33 11 90, 33 11 12 33'ti 10, 331'f �2 33 71 10, 33 11 12 33 1'I 10 33 05 24 ', 33 05 22 ', 33 12 20 � 331220 33122D 33 11 11 a2 41 14 02 41 14 02 4� i4 024i 94 33 12 10 3312 14 3312 1Q 33 04 3f� 32 01 17 32 01 29 02 41 15 Unit uf �'tCiS$11(G' AENTS(W LF LF LF LF LF [.F' LF �A EA �A TN �A EA EA EA EA EA EA E.S LF SY LF I3id Quarlf3ty ATER) ' ' 2751 194 51'i 3 137 167 205 2€�5 , 13 ' 22 ' 15 � 15 16 16 13 90 28 i55 155 1 200 55 lli�il Pricc I Bid Valuc 2437 02 41 15 LF 32 16 13 33 16 13 fl2 4'! 13 02 41 13 32 13 20 32 � 3 20 LF LF SF SF SF 5F 180 2437 98� 11 26T 11 Sanits��� Seuer Re6abili�aliuu i'onlrarl 9l. Par1 2, Cf'\ Oy9g7 anJ 15'cstclifl�l)rai�ugc I�i�iiucnuuvc,Phase I, i'I'\ Olfi(4 .\ddendum hio. 6 uu az a3 �si o reoeos.u, I'agc 2 of € 3 SECTION 00 A2 43 PROP05ALFORM UNIT PRICE BlD E'rujcct 11eni ]nformatin�i ist Etc�n No. 30 31 32 33 34 35 36 37 as 39 ao A1 a2 as q4 A5 A6 47 48 49 50 51 52 53 54 55 {Jescris}tio�� p2�41.010U Remove 4-IncF� Concrete Sidewalk (54150, 100% Water} 32'f3.0301 Insiall New 4-Inch Concrete Sidewaik (50150, 100% Water} 9999,0002 Install New 4-Inch ADA Wheelchair Ramp (wl defecta6fe warning dame-tile surfac�) (5fl150, 104% Water) 3216.0302 install New 7" Concrete Valley Gutter (5DI5Q, 104% Water) 6241.'{70D 11-lnch Pavement Pulverixation (50150, ' 100% Water) 02�#1.'{700 11-Inch Pa�ement Pul�erization (2512515d Water ISewerlStorm) 32'i'f.33 8-lnch Chem-Lime Stabiiization @ 32LbsISY (50150, 100% WaEer) 3211.33 B-Inch Chem-i.ime Stabiiizafion @ 32LbslSY (25125150 WaterlSawerlStorm) 3i23.6101 Unciassified SEreef �xcavation (25125150 Water ISawerlStorm) 3212.0303 3-Inch Surfaee Course Asphalt, iype" C7" (5015Q, 1a0% WatBl'� 3212.D303 3-Inch 5urface Course Asphalt, Type° D" ,(25I2515fl Water lSewerlStorm) 13217.fl305 Stap Bars Pavement Markings (54/50, '[00% 'Water) 13217.0305 Stop Bars I'aveEnent Markings (25125l50 ' W ater ISewerlStorm) 33D5.0311 Water Valve Bax Adjustment with Concrete Col[ar (50154, 100% Water} 3305.0111 Water Vaive Box Adjusfinent with Concrete Coliar {25/25I50 Wal�r ISewerlStorm) 3305,0107 Manhole Adjustment With Concrete Collar (54150, 10(}% Wafer) 3305.6107 Manf�o€e Adjustmenl With Concrete Collar (25125150 WaterlSewerlSform) 3297.50fl'f Painting Curb Addresses (5015D, 1C30% Water} 3217.500i Painting Curb Addresses (25l25150 Water l5ewe rlStorm) 3291.a100 iopsoil (60150, 100% Water) 3291.0100 Topsoil (25125150 Water ISewerlSiorm) 3292.�100 Block Sad Placemenf (50154, 1a0% Water) 3292.0100 B1ock Sod Placemenl {25125160 Water lSewerlStormJ 0135.0101 Railroad CoordinaEion a135.0'E02 Railroad �fagmen 3213.0351 4" Conc Sidewalk, Exposed Aggregate Bidder's Application S�iecificafion U3ii1 of 13id Section Nu. �feasure Quantity 33 Q1 31 SF 600 32 13 20 S� 600 32 'f 3 20 EA 32 96 13 02 41 15 �2 41 15 32 11 33 M, see exhibil 32 11 33 M, see exhibil 31 23 9 6 32 12 16 32121B 321723 32 17 23 33 05 1A 33 05 iA 33 fl5 i A , 33 fl514 ', 32 � 7 23 ' 32 i 7 23 ' 32 99 19 � 32 91 19 I 32 92 13 32 82 13 01 35 13 01 35 13 32 13 2fl 5Y SY SY 'fN TN CY SY SY LF LF EA �A EA EA EA EA CY CY SY 5Y LS Wp SF 15103 1169 242 30 � 15163 1889 45 4 6 1 4 1 2 212 19 1 7 E3idScrs Pro�snsa! lh3it Pricc IIid \raSuc L'ITl' GE' I'URT 4L'U27F9 SaRS['AI�'$P\Sf1 RLI13Etkiildll0➢C�OIi�S3ll9I, P3fF 2, CPN �IB$7 d;1tl 53 A�DAKl7 CO\STRUCTI[7� S§'Ii(TI'i('.1T[O\ 1)c)CUh1kiN CS �5'estcliff[7rai�uge [nµ�ro��zii}.nt�, Ph3se !, 4'P� 016G4 Re�iseJ 9.'3(L'26d1 AddenJum Nu- G ou az �� �[I� PROf'uSAL. k'agc i uf 13 SECiION OU 42 43 PROPOSALFORM UNIT PRICE B�D k'rojecl Tte3ci Infonsiatiun Bidder's App�icafiion E3id1'sst I�en� Spccificntion UEiit of i3ic3 Description �o, Scctioci No. �[casuec Quautity 56 3213.0451 6" Concrete Driveway, �xpased Aggregate 32 'f 3 20 5� 50 57 3345.0103 Exploratory Excavaiion of �xisting Utiiifies 33 05 30 EA 3 5g 3305.0108 Utilify Adjustment 33 D5 14 LS 1 �9 320i A201 Aspha{t Pvmi Ftepair Beyond Trench W idlh, 32 01 17 SY Residential �0� 60 Oi71.01p1 Consiruction Staking 01 71 23 LS 9 61 0171.01�2 Red-Line As-Built 5urvey 01 71 23 LS 1 $2 3201.0400 Temporary Asphalt Pavement Repair 32 01 i8 l.F 1�OOC T3idders €'ruposal lhiit i'rice � i3id Value $1 63 9999.0001 Construetion AIlowance - LS '{ �120,000 64 3471.flOD1 Traffic Control (�esign-Instal!-lNainlain- 34 79 13 �0 Remove} 4 65 3125.09D1 SWPPP (lnstaH-Maintain•Remave� 3i 25 00 LS i Subtotaf Contract 91 Unit 9: Water {WATER) $120,000.00 a130,000.00 ���-r�� UF F��T �3'�)k� {j C�IIII�i)' SPli'Gf RQII:SLFifIJ�1JIi C'OIIIfACI �I ��''df) 2� I��� ��4$J illl� SiAr�ARD ('O\S�[Ri1L'Tl(}\ 51'F:CIi'ICA7�iON t)4['11�,tii\TS \YestrGfl �rauugc Inyirorrmeitic, l'hisc I. C'PN �1669 lte� ise�4 9lSi1.�2021 ,\ddrnJ�m Na 6 ao az a3 �ai u rkoeos,�i. Pag� a of 13 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID 1'rojcci ]Ieu� inCuronntion k3idlist ]tena ()cscription xu. : C�NiRACT S9 UN1T 2: SANITARY : 3331.411b 8" PVC Sanitary 5ewer Pipe 1 3331.�118 8" Sanitary Sewer Pipe, CSS 8ackfill 2 3 3331.A119 8" DIP 5anitary Sewer Pipe 4 3331,1102 8" Sanitary 5ewer By F'ipe Enlargemenf Meihod 5 3305.30a2 8" Sewer Carrier F'ipe 3331.�4241 10" PVC Sanitary Sewer Pipe 6 ', 7 333i.4205'f0" D.I. SanitarySewer Pipe ' 3305.11D2 i6" Stee! Casing By Other ihan Open Cut 8 9 10 11 i2 13 1 �3 i6 96 17 18 1$ 20 2'f 22 23 24 25 26 27 28 29 30 3331.1207 Service Reinsfate�nent for Pipe EnEargernenf 3331.3102 4" 2-Way CEeanout 3331.3�f01 4" Sanitary Sewer Service 3331.3i05 4" Sanitary Sewer Servic� Relocaiion on Private Properfy (Encluding Prope€ty Restoration) 6241.2903 8" Plug for Sanilary Sewer �bandonment 0241.2001 Groufing of Abandoned 5anitary Sawer 3339.00f}3 Waslewaler Access Chamber ;3339.1�44 Shallow Sanitary Sewer Manhoie 3339.1€}01 4' biameter Sanitary 5ewer Manhole 3339.1402 4' l7iarfteter Sanitary Sewer Drop Manhole 3339.1003 �xtra �epth for 4' �iameter San'stary Sewer Manhole 3339.0001 �poxy Liner fo€ Sanitary 5ewer Manhole 33d5.0 [ 12 Goncrete Coflar 33Q5.Q113 Trench Water Stops (Clay �am) 3301.�101 Vacuum Testing for Sanitary Sewer €Nanhole 02R1.5001 Abandon Existing SSMH 02A1.2261 Remove Saniiary Sewer Manho[e 311fl.0102 6°-12" Tree Removal 3110.0103 12"-18" Tree Remo�al 31'I0.01Q9 48"-24" iree Removaf 31'E0.0105 24" and k.arger Tree Removal 31'f0.01'[� Replace 6" Tree <'ITl' UFFORT 15'Ult"fl[ ST,\hDARI] CO\ST HU('7[O\ SPIi('I PIcr17 fON U[H'EIAtE:�T S Rn�istd 9�3(S�'202] Specif€catiou Seclion Nu. i�W�i� IMPF 33 '[ 1 10, 1 33 31 12, ' 33 3'[ 20 33 11 10, 33 31 12, 33 3� 20 33'f11a 33 31 23 ' 33 05 24 33 'i t 10, 33 31 12, 33 31 20 3311 i0 33 05 22 33 31 23 33 3� 54 33 31 5� 33 31 50 02 �1 'E4 02 �41 'E4 33 3S 40 ', 33 39 10, ' 33 39 20 33 39 10, 33 39 26 33 39 '[fl, 33 39 2d 33 33 '[ 0, 33 39 20 33 39 64 33 05 17 33 D5 15 33 D1 3� 02 41 14 02 41 iA 31 10 00 31 10 00 31 10 00 31 10 00 31 1D 00 Uciit uf ' �teasnre : ;AV�MEN LF LF ' L� ' LF LF L.F LF LF EA EA EA LF EA CY EA EA EA EA VF VF �A �A EA EA EA EA EA EA EA EA Bidde�r's Application �sa QuaEttity �S (WATE 5136 'E 32 129 495 ' 143 1708 22 '{4 94 1'f8 11650 19 75 1 1 37 5 107 143 aa 6 44 1 20 E3;da��s t�rorUS�t Unil Pricc I3id Value S�niiaq� Sescer itehibilita�ior3 C'uulracl 9l, Part 2, CP\ 01957 and N'esicG[l'��ainagz In�mecmenl�. Phasc i. CPN O](+59 Addea�€um Vn. G ca�za� Eiia� s�noros.��, r3xt 5 at i 3 S�CTION p0 42 43 PRaPOSAL�ORM UNIT PRICE BID Prnject 11en� 13iformalio3i Ridlist 1 No. 31 32 33 34 35 36 37 38 39 ao 4'! q2 43 44 45 4S 47 48 49 5D 51 52 53 54 55 56 1)escripliw� 3301.00fl1 F'recanslruction CCTV Inspection of Sanitary �ewer Pip� 3309.0�02 Pasiconstruction CCN Inspection af Sanitary 5ewer Pipe 3305.0109 Trench Safety for Excavations > 5' Depth 3281.fl [Ol} Topsoil (50150, 90€3% Waier) 3291.Ot00 Tapsoil (25l25156 Waterl5ewerlSiorm) 3292.010� Black Sod Placement (50150, 1fl0% Waler) 3292.010D Bfock Sod Placement (25l25I50 Water f5ewedStorm) 3305.0108 IJliliiy Adjusfinent 33D5.0103 Explorafory Excavaiion of Existing UtiEities 3201.0112 5' Witie Asphalt Pvmt Repair, Residential 3209 A201 Asphalt Pvm1 Repair Beyond �efined Width, Residential 0241.'{300 Remove Exisling Concrete Curb and Gutter (50156, i0D% Water) 0241.i3d0 Remove �xisUng Concrete Curb and Gutier (25l25150 Wafer ISewerlStorm) 3216.0102 Install New Concrete Curb and Gutter {match exisling} (50150, 100°/a Water) 3216.0102 Enstall New Concret� Curb and Gutter (match existing) (25I25150 Waterl5ewerlSEorm) 0249.E}401 Ftemo�e �xisting B-Inch Concrete Driveway (5DI50, 1fl0% Waier) 0241.6901 Remove Existing 6-Inch Concrele priveway (25l25150 Water ISewedStorm) 3213.0401 lnstal! tVew 6-Inch Concrete Dri�eway (50150, 106% W�ter) 3213.0401 Insfall New 6-Inch Concrete Driveway (25125150 WaterlSewerlStorrn) 4241.fl'i00 Remove 4-tnch Concrefe 5idewalk (50160, 100% Water) 3213.0301 Instail [�ew 4-lnch Concrete S€dewakk (50150, 100% Water) 8999.0002 Inslall New 4-lnch AbA Whee[chair Ramp (wl detectabEe waming dame-tile surface} (5Q150, 1D0% Water) 32i6.03a2 install New 7" Concrete Valley Gutter {50I50, 100% Waler) {f2A1,3700 i 1-Inch Pavemen! Pulverization (501bD, 100% Waier) 0241,1700 19-Inch Pavement Pulverization (25125I50 1Nater lSewe rlStorm) 32�11.33 8-Inch Chem-L.ime Stabilizatlon @ 32�bslSY (5Dl50, 10D% Water) S�eciticafiun �, Sectiun l�Eo. ' 33 01 3'[ 33 01 39 33 05 10 32 91 19 32 91 1S 32 82 13 32 92 i 3 33 fl5 i 4 33 {i5 30 , 32 07 97 ' 32 09 17 02 a1 15 02 a1 15 32 16 'E 3 33 16 i3 d2 4'f 13 fl241 93 32 13 20 321320 33 01 31 32 13 20 32 13 20 321613 €}2 4'{ 15 0241 45 32 11 33 tN, see exhibil Unit oT hle�surc LF LF LF ' CY ' CY j 5Y SY LS EA LF 5Y �F LF LF LF SF SF SF SF SF S� EA SY SY SY TN Bidder's Application Bidders Pro��asal E3id Unit Pricc l3iil Va1uc QuantilY 7432 7575 7�492 42 21 1 1 648 iE 24� 9E 9$� $73 '{ 12 673 112 600 sao 4 50 15103 1189 $aa,aao.flo C1TY Of FURT N'{7RTH Saniiary Scxrr ReLabitiwiioEi C:melaact 41, Pan 2, ( P\ UIN?7 anJ ST�1\PAKB CO\Si R[1(']�3(1\ Si'lit'[P[L'A'I� ID\ IH)CItASGNTS N`esuii(1' Ffrainage 9ny,roeeikunls, f']hase I. CPN F�1S69 ReciseJ 91�b2021 iWdrndum Va 6 W 42 43 R]P PRUPUtiAL 1'age 6 nf 13 s�c�ior� oa a2 as PRaPpSALFORM UNIT PRICE BID Projcct iEcut Inforn�afion E3idl'sst [tcm No. 57 58 59 6fl s� B2 63 64 65 66 67 6$ 59 70 71 72 73 7�} 75 76 77 78 79 Sd 81 az 83 84 85 as Bidder's Applica�ion [)cscri��tim� �pccil'icatio�� UEii! of i3i�! Sectiu�i Mo. i�lcasurc QuaiEtity 3211.33 8-Inch Chem-Lirne StabiGzaiion @ 32LbsISY 32 11 33 iN, (25125150 WaterlSewerl8iorm) see exhibit T� 3� 3123.0101 Unclassified Street Excavaiion (25I25150 31 23 '{6 Water ISewerlStarm) �Y 2 3212.0303 3-Inch 5urface Course Asphalt, 7ype" D" 32 12 '16 (54I50, 700% Waier) SY 'f5iO3 3212.63D3 3-Inch Surface Course Aspha[t, Type" €7" 32 i2 16 (25I25154 Water ISewerlSform) SY '1889 3217.0305 Stop Bars Pavement Markings (50156, 100% 32 17 23 Waler) LF '�5 3217.0305 Stop Bars Pavement Markings (25125150 32 i7 23 Waier ISewerl5torm} �� 4 3305.0111 Water Va[ve Bax Adjustment with Concrete 33 Ob 14 EA Collar (5015d, 100% Water) 6', 3305.0111 Water Va[ve Box AdJusfmant with Concrete 33 65 14 Collar (2512515� Water 15ewer15torm} EA � 3305.01a7 ManhaEe Adjustment Wiih Cor�crele Collar 33 d5 14 (54150, 30�% Water) E� 4 3305.0107 Manhale AdjustmenF With Concrete C41lar 33 05 14 EA (25I25l50 Water ISe�nredStormj '� 32'l7.5001 Painting Curb Addresses (50150, 10R% 32 17 23 EA Water) 28 3217,5D01 Painting Curb Addresses (25125150 Water 32 17 23 lSewedSlo€m) �A 2 a2�1.fl500 Remove Fence 02 41 13 LF 1544 3231 A'[ 14 8` Chain Link, SEeel 32 31 13 LF 950 3231 At34 8` Wrought Iron �ence 32 31 13 I.F 34 '3231.0944 8` SfeeE Tube Fence 32 31 13 LF 30 ',3231.0413 8` Fences, Wood 32 31 13 LF 30 '323�.0213 Wire (v(esh Fence, Meial Posts 32 31 i3 LF 30 ',3213.0351 4" Conc Sidewalk, Exposed Aggregaie 32 13 20 SF 50 ',32'[3.0451 &" Concrete Driveway, Exposed Aggregate 32 13 20 s� 13idder's Pro�asal Ehiil Pricc E3id Valuc 50 3203.040a Temporary Asphaft Pavement Repai€ 32 0'f 98 LE 622 323#,0113 6' Ghain Link Fence 32 3'f 93 LF 495 0�71.a101 Construction S1alcing 01 7'f 23 L5 '[ 0171.b102 Red-Line As-8ui[t Survey 01 7'[ 23 L5 1 9999.0403 Temporary Fencing - LF 500 9999.0004 Landscaping allawance " - LS i 5190,000 9999.(}f►05 IrrigaEion alfowance ' - LS 1 $25,fl00 9999.0�06 Construction Allowance - LS 1 $154,000 3325.0101 5WPPF' (Inslall-Mtaintain-Remave} 31 25 00 LS 1 3471.�009 TraFtic Cantral (Inslall-Maintain•Remove) 34 79 13 Ntp 4 Subtota{ Contract 99 llnit 2: Sanitary Sewer (VIfATER� �� �o,aao.oc $2�,aoo.oc $154,0OO.00 $295,060.00 (:1T]' UI� FORI' N'UK7'E1 Sani��ary Se«er Rrhablfiaiion Coulrad 9I, part 2, C:P\ Ok457 anJ ST.\�`DARI] C'O\S'CRU(`TSO\` SP[i('[PiC'A'IlO\ €)OCL1A3[iNTti 14`etltliliDcainage I�iqno}�enlenis, Phlse I, CP� 01669 Re4iszd 4.'1N1U21 A�t�lrnJum �n. 6 0o rz as f11i) PAUPUSA€. Pagc 7 oC I 3 s�c�rior� oo az as PROPOSALFORM UNIT PRICE B[D ProjecE itcan Infon�tatioi� Bidder`s Application 13idders f'ropusul i3idlist Item Spccific:�tion Unit of Fiid � ��. [)cscripsinst Scctio3i �io. Measicre EJnit Pricc Bid � nluc Qu�3iliEy W�STCLI�� UN1T 9: WAT�R IMPROV�M�NTS (TPW) 1 0241,1303 Remov� 8" Water Valve 02 49 14 EA 1 2 3311,0252 8" �IP Water, CSS Backfili 33 i 1 10 E.F 680 3 3305.0003 8" Waler Line Lowering 33 05 12 EA 1 4 3312.3{303 8" Cafe Valve 33 12 2� �A 2 5 3311 A�01 Ductile Iron Waier Fittings wl Restraint 33 11 11 TON 1.5 6 3312,2003 1" Water Service 33 12 10 EA 7 3312.2001 1" Water Service, Mefer Recannection 33 12 10 EA 8 3304.0101 1'emporary Water Service 33 04 30 �S 9 33�5.0�49 Trench Safety 33 65 10 LF 32fl1.0400 Temporary Asphalt Paving Repair (2" HMAC �� on 6" Flex Base) 32 01 18 LF 11 fl171.0101 Construction Slaicing d9 71 23 LS i2 0171.0102 As-Bui[t Su�vey E11 71 23 LS 'f 3 3305.0202 (mported EmbedmenUBackfiil, CSS 33 Q5 10 CY i4 3305.0203 tmported EmbedmenUBackfii[, CLSM 33 05 10 CY 15 3305.02D7 lmported EmbedmenUBackfill, Seiect Fiil �� �5 �p CY 'f6 347�.0001 Traffic Control 3A 71 �t3 Iv10 ,�7 9999.00�1 Miscellaneous Utility Relocation {irrigation - �S allowance) 'i8 9999.0(l�2 Field OrderAllowance b 7PW - EA 5ubtotal Westciiff Unii 9: Water � � � � � � � � � � � � $640.00I $640.0( $i.00 $20,DOd.4( c]TY ar eoRr u'ax'n� svul�aq� sew�er xrnaLTi;muon con�3aa 91. Pan z, crx u1+157 ai�J SL1N6r1R17 [0\STiiL'L'il0\ SPE�('IFIC,\7F0\ iinCifi,11:r7'S 1�'cstclifl'1)ra'vi.�g� ]ny,ro.�enu�ztt, Phasz l, ['P\ p15G9 Reeised 913U.'2U2[ AddenJuns Tdn. G QO 42 �i3 B]D PROPUS,1f, i'nge F af 73 l�l�f�i�:7La�=�1�7 SECTtON 00 42 43 PROPOSA� FORiN Bidder's Application 1'rojcct Ilem 1�Efamiation i3idlisF Item l�o. 1 2 3 4 5 fi 7 8 S 10 11 12 13 14 15 1$ 17 18 19 20 21 22 CI75' OF FORT 1CDR"{El ST.1\I)etRD CE)\Siftt1CT10\ SPF.(.7E�1['e1i[O\ ADCfIP1E?\1�5 Rc� ueJ 913PI2027 Spccificatiau Ui}it af 13id � Dcscription I lhtit Price F3id \ alnc Sectio�s No. 4feasjrre Quantity WESTCLIFF UNIT 2; SANlTARY SEWER IMPROV�MENTS (TPW} `' ` ' a�a�.2�as a" 5ewerAbandonment Plug 02 41 14 EA t 3331.4119 8" DIP 5ewer Pipe (AccepEabfe backtill) 33 11 10 LF 60 3331.4116 8" dIP 5anitary Sewer, CSS becEcfilt 33 11 10 LF 755 3305.0115 Concrete Encasement (or lJtility Pipes 33 05 1tl CY 35 3339.9001 4' Manhole 33 39 10, �� 9 33 39 20 3339.9003 4' Exira �epih Manhole (Verticaf fee!>6-it 33 39 10, VF 97 de th 33 39 20 3339.0004 Epoxy MH Liner - 4' Sewer MH 33 39 60 VF 46 3305.0112 Concrete Collar (MH) 33 05 '�7 EA 9 3301.0101 Manhole Vacuum Test€ng 33 01 30 EA 9 3331.3101 4" Sewer Service (with 2-way cleanouts) 33 31 50 �A 1 330i.0002 Post-CC7VInspectian 33t113i l.F 815 3303.0401 Bypass Pumping (<15" pipe) 33 b3 i0 LS 1 3305.01t?3 Exploratary Excavation of Existing Utilities 33 d5 30 �A 3 3305.a109 Trench 5atety 33 OS '[0 LF 895 3203.0400 Temporary Asphalf Paving R�pair (2" Htv€AC 32 01 i8 LF 815 on 6" Flex Base) 0173.01D1 Construction Staking 01 71 23 LS 1 OS79.p102 As-Buili Survey 61 71 23 LS 1 3305,Q202 Imporied Emb�d3nenVBackfill, CSS 33 d5 '[0 CY 25 3305,0203 Imporled Embed�nentlBackfili, CLSM 33 05 10 �y 2$ 3305.0207 Imparied EmbedmenUBackfill, Seiect Fill 33 Q5 '[0 CY 25 3479.00D1 Trafiic Control 34 71 't3 MO 1 9999.00Q1 Miscellaneous Utilily Relocatian (irrigation - aliowance) �S 1 $600.00 $600.Q0 9999.Ofl02 Field Qrder Alfowance (6v TPW - EA 20D00 $1.00 $20,OOa.{30 5ubtofal V4lestc�iff linit 2: Sanitary 5ewer fTPW) 52�.600.00 k3idcfcrs Yro�asa[ 5ani�ary Se�rer Relubililaiion f:oitl�arl 91, Parl 2, ChN U1957 aud 14'esiclil3�l7rainsgy Ir=y,rnrrntent�. Phas. 1. Cl'\ Ell(69 AJJendum Na. 6 oo ax a3 �su� ��Har�osni_ Page'3 ur t3 UNIT PR�CE BID ._...� . . bcscopsaun WES7 3'f25.D101 SWPPP z 1 acre 3471.00fl1 Traffic Conlrot � � 3471.0002 Portabfe Message Sic 0171.4101 Constructian Staking 0171.01 D2 As-Bui1t SurveY I'fP�CCE �ICFlI i11�OFlit9i1011 i3idlist I No. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1$ 19 20 21 22 23 24 25 2& 27 28 29 3D 34 32 33 3A 35 as 37 38 0241.1013 f2emove 8" Water Line 0241.1015 Remove 12" Water l.ine 0241.2013 Remove 8" Sewer Line 0241.2201 Remave a' Sewer Manhole 6241.3013 Ren'fove 18" Starm tine 6241.3015 Remave 24" 5torm Line 6241.3024 Remove 54" Storm Line 624'�.3D25 Remove BO" Storm Line 024'f.4001 Remo�e 14' Curb Inlet 024i.3114 &0" Storm AbandanmenE Pi 0241.3001 5torm Line Grouting (BO") fl241.08�0 Remove Rip Rap 3341.0201 2i" RCP, CIasS III 3341.4205 24" RCP, Glass III 3341.43D9 36" RCP, Class III 3341.4502 54" RCP, Class III 3341.0642 60" RCP, Class IIl 3341,1405 7x7 Box Culvert 3341.1502 8x5 Box Culverl 3341.2Q04 10x7 Box Culvert 3341.2605 3Dx8 Box Culverl 3349.b00i 10' Curb Infet 3349.5002 15' Cu:b Iniet 3349.5003 20' Curb Infet 3349.8609 �0' Type 2 Infet 3349.8403 20' Tvqe 2 Infet 3349,Q006 Storm .iunction SirucEure 33A9.E}002 5' Storm Junction 8ox 3349.Q10A �}' Stacked Manhole 3349.0106 Manhole 5teps 3305.6112 Concrete ColEar 3305.6109 Trench Safety s�c�EON oo a2 as PROPQSALFORM ISpeciiicotion I U�iit of 3cctioi� Na. Measurc UNIT 3: pRAINAGE IMPROVENkENTS 31 25 00 l.S 3A 71 i3 MQ 34 71 13 WK 09 71 23 LS p1 71 23 LS 024i 9A LF 02 41 14 LF 02 41 14 LF i32 4'1 94 EA 02 41 14 LF 02 41 14 �F 02 41 14 E.F Q2 a1 14 LF 02 41 14 EA a 02411A EA 02 A1 1�4 CY 02 41 13 SF 33 41 10 LF 33 41 10 LF 33 41 'f 0 LF 3341 'EO LF 3341 'i0 LF 3341 i0 L.F 34 41 10 l.F 34 41 10 LF 3a A1 10 LF 33 49 20 EA 33 49 20 EA 33 49 20 EA 33 49 20 EA 33 99 20 �A 33 49 10, �A 03 34 00 M 33 49 90 �A 33 Q9 10 �A 33 99 'I O �A 3305 i7 EA 33 05 90 LF 3209.040D Temporary Asphaft Paving Repair (2" HhrfAC 32 0'{ 98 LF on 6" Ffex Base) Bidder's Application E3icidcrc E'rnposal t3id Unit Pricc E3id Valuc Qumniry PW) 1 1Q 104 1 1 61 630 428 8 4 435 1200 225 65 28 1q 10 1184 109A b95 672 9 1 �� 1 a 4 1 CITI' OF' 1'OR'1' 11'€Sltill tianitary-tiex�er Reh�6ili�aEian Contraci 9l, Part 2, C'PN 01957 aa3 5'{ANIIARi] CD\S7RUCTfO\ S193CIFICh710\ TH]C€IA4i\1'S \VectcliR'lltam.igc Iny�ror.nkws, Phast !, CP\ OI6W Heeisrd 913U�201i Addendum �n- G 0o az a3 Ellfl PkUPUSAL 1'age IO uf 13 s�cTioN oo ax as PROPOSALFORM UNIT PRICE BID Bidder's Appiication Project Itcminlorn�nlion 7�l0. 39 40 A1 42 43 44 45 46 47 48 49 �a i)rscriptin3i 3110,0101 Site Clearing 3110,fl'E02 6"-12" Tree Remaval 3110.0'[03 12"-18" iree Rernovaf 3110.0904 18"-24" Tree Removaf 3123.0901 Urtclassified �xcavation by P[an 3123.0103 Borrow by Plan 3137.0104 Medium 5tone Fiiprap, dry (pfaced, 1B"j 3232,0201 TxDOi Std Ret Walf - RW 1(L) A 3292.0100 Block Sod Placement 9999.0001 90" RCP, Class III or Sfeel P'rpe 9999,E1�02 12" RCP, Class Itl 9999.E}fl03 Pratecl Franchise Utiliiies (inc[uding bracing Spccificatiun UniE of E3id Section No. hieasure Quanliry 39 10 �0 LS 1 31 10 f}0 EA 7 31 14 40 EA 3 31 10 00 EA 2 31 23 'f 6 CY 758 31 23 23 CY 26B 31 37 00 5Y 690 32 32 '13 5Y 92 32 92 �f 3 SY 1900 33 41 10, �� ,�5 33 11 14 33 49 1D L.F 20 - LS 1 52 53 &4 55 56 57 58 59 tar power pofes} 9999.E1�04 Concr�te Ste s see detail GY 10 9999.0�05 ADA complianl Flandrail see detail �.F 99 8989,0006 TxDOT Headwall PW-2 (54') see ctetail EA 1 9999.0007 Clean culverts under walking peth - L� 45 99$9.0�08 Remove temporary stormwater purnping see exhibit EA 1 assembi 9999.0009 Remove tem ora orifice reslrictors see exhibit EA 3 9959.001U Re air stormwater arch i e see delail EA 1 9999.0011 N€iscellaneous Ulility Relocation (irrigation �S 1 al[owance 9999.0012 Field Order Allowance (by TPW ) - EA 9000�fl SubEotal Wesfc[ifF llnit 3: prainage fmprovements (TPVII) 13i�ldrr's 1'ropusai Unit Pricc F3id Valuc 10,000.Qfl1 $ 1.00 $1 $1 CI7Y OP E'6RT \t'Uk'fII Canilary Sewrr Rel3ahiliiulinn i'on�ra.t 91, Pari 2, CP\ 019.57 an3 SiA\nARI] E'O\S'1 RL'Ci'[O\ SPLCIF[CA710\ []OL'tfAfl:\1'S Westc3iTl'S)ronuge €ny+roceixzrms, i'hasc I, CP\ 41bb9 Rci ised 4lSO'2D21 hJdritdum No, 6 W4243 Ei]U PILOPO5AL i'aga i I nf ] 3 SECT[ON 00 42 43 PROPOSAL�ORM UNIT PRICE �ID YrajccE Ilc�u Infarmatioi3 13idlis€ [lc�n Spccif[calion Unit af E3id ❑cscripfion . Un'st Pricc No. Scclio�E No. \lrasar� Q�ianl�ty - ' ' WESTCLIFF.UNIT 4: PAVING IMFRQV�M�NTS [iPW) - 1 0171,fl101 Construction Staking 09 71 23 LS 1 2 g171.�'[02 As-Built Survey 01 71 23 l.S 1 3 0241.0401 f2emove Cancrete Drive (100% Trail Lake, 02 41 13, $� 2514 Manderly) see exhib€t 4 fl241.0401 Remova Cancrete Drive (50% Ani1a, Suf(olk) fl2 41 13, S� 1253 sea exhibit 5 0241.0402 Remova Asphalt Qrive 02 4'f 13 SF 7a0 6 024�.1000 Remov� Canc Pvmf 02 4� 15 SY 361 � 0249.1300 Remove Conc Curb & G€�tier ('f 00% Trai[ 02 41 15, LF 2652 Lake, Mander{ see exhibit 8 0241.130� Remo�e Conc Curb & Guiter (50% Anita, 02 41 15, LF 1159 5uffoik see exhibii � 0241.1900 Remo�e Conc Val[ey Gutter (50°1a Anita, 02 41 i5, 5Y 10 Suffalk} see exhibii 10 3217.4307 Remove Raised Marker 32 17 23 EA 255 � � 0241.'{700 Pavement Pulverizaiion (i i" pulverize, 3" �1� 4'� ��� SY 4944 cut) (1g0% Trail Lake, lVlanderly) see exhibit D241.1706 Pavement Pulverization (11" pufverize, 3" 02 41 15, 12 cuQ (50% Anita, 5uffolk) se�; exhibit SY 2878 13 321'[.O60a Cemeni (26 Ibslsy) (100% Manderty) �2 �3 ��' TON 29 see exhibit i4 32'f 4.066D Cement (26 Ibslsy) (50%Anifa) 32 93 13, jON 8 see exhibif ,i5 32i2.0303 3" Asphalt F'avement Type �(100% Trail 32 12 16, SY 4944 Lake, Manderly) see exhibiE ,i6 3212.0303 3" Asphali Pavement 7ype �(50% Anita, 32 12 1fi, 5Y 2678 Suffolk see exhibit 17 32'i3.0104 9" Conc PvmE 32 13 73 5Y 361 ,�8 32�6.0301 7" Conc Valley Guiter, ResidenEial (5�% 32 16 13, SY i0 Anita, SuFiolk see exhibil 19 3216.€}1D9 6" Conc Curb and Gufler (100% Trail Lake, 32 16 13, �� �652 Manderi ) see exhibil 2Q 3216.d101 6" Conc Curb and Gutier (50% Anita, Suffolk} 32 1 S 13, �� ,� � 59 see exhibi! 21 3213.44fl1 6" Concrete f�riveway (�00% Trall Lake, 32 13 20, SF 3254 Mandar€y) see exhibit 22 3213.0401 6" Concrete �riveway (50% Anifa, Suffolkj 32 13 20, SF 1193 see exhibit 2� 3213.0451 6" Concrate qriveway, Exposed Aggregate 32 13 20, 5F 7Q f50% Anita_ Suffnik] See exkliblt Bidder's Applicaiion 13iadcrs I�mposa� CI77' OF FORT 41'Uki�f i STAN[�Axnt:oASTktic'i�[�A SPfi('IFIC'ATIO� F�octfAfGNI'S Reritrd 913n'2021 , B'sd Valiie Saniian� Sei��er Reiubiliis�iun Conlrac� 91, Par� 2, CFN Oi957 and SVcsiNffFDra�ugc lizyiFa�rineuls, Phisc I. CP\ O1h69 AddenJum tio_ L oo-sz as �ai u t�korasa€. rag� i x�,r i 3 UNIT PRICE BID S�C710N OU 42 43 PROPOSALFORM Projecl Itc3n Infurmatioi� Bidder's Applica#ion Ridders i'rnpnsal i3iellist [tem S(fCCIfkC�11011 Un'st of 13id pcscri��lioEi Qi��3�ti€y �o. Scctiaai Na. \icasure 24 3291.0100 6" Topsai[ (100% Trail Lake, Manderly) 32 91 �9` CY 103 see exh'sbii 25 3291.0100 6" TOpsoll (5fl% AFlits, 5uff01k) 32 $1 �9, CY 45 see exhibii 26 3292.4100 B1ock Sod Piacement (100% Trail Lake, 32 32 i3, SY $13 ivlanderi ) see exhibit 27 3282.010D Block Sod Placement (fi0% Anita, Suffolk} 32 92 i3, SY 267 sea exhibit 28 3217,5001 Curb Address Painting ('ffl0% Trail Lake, 32 17 25, �A �4 �+Aanderl see exhibit 29 3217.5001 Curb Address Painiing (50% Anita, Sufifolk) 32 'f7 25' EA i0 see exhibit 30 3905.D'f07 Manhole Adjustment, Minor (900% Traii 33 05 14, �A '16 Lake, Manderl see exhibit 3,� 3305.fl'[07 Manhole AdjustmenE, Minor (5D% Anita, 33 05 14, �A a Suffalkj see exhib�t 32 3305At 11 Vafve Box Adjustment (wlConcrete Coklar) 33 05 94, EA 5 (100% irai! La€ce, Manderly) see exhibit 33 �305.0911 Va[v� Box Adjustment (wlConcrete Collar} 33 05 14, EA 7 56% Anita, Sutfofk) see exhibit 34 344i.1833 Relocate School Zone Ffashing Assembly 34 A1 i0 EA 1 (Salar) 35 3217.2061 Raised Marker TY W 32 17 23 �A 255 36 32'f7.2903 REFL Raised Marker iY II-A-A 32 17 23 �A i 37 32i7.OD62 4" SLD Pvmt Ma€king HAS (Y} 32 17 23 L� 27p 39 40 49 42 7'{.0001 Traffic Conirof 34 7'f 13 MO A 99.0001 8-Inch Chem-Lime Siabilizafion @ 32LbsISY 32 19 33 M, TOiV 89 }0% Trail Lafce, Manderl see exhibil 99.0002 8-Inch Chem-Lime Sia6ilizafian @ 32LbsISY 32 19 33 M, TON 52 1% Aniia, 5uifolk see exhibif 99.0003 Traffic Guard Fence - LF 125 99.0049 Field Order Allowance (by TPW ) - EA 5D000 Suhtotal Westcliff Unik 4: Pa�ing (TPW) LJniE P€icc $1 Bicl V�luc $50,046.06 ��o,000.oa czn� or• roa'�' u�oftT�3 s����a�y s�•,r�� x.r�3h�i,�a��on co����.,�� 9�, r.,�c x, cr� o�vs7 ,���d sr,�� nnk[� co��s� K€icr�o� srec•�ejcnT�o� nnc�ire i:� t s �t�r�ui;n�ur��,�Rz o,y,ro�t��ir�,c;, ri�3s, t. c'r� ni ee� I�i\'FSiI� 91;O�ZOZI AJdenJum �lci. 6 0o a2 a3 i�l fl 1'ROPUSAI- Page 13 of l3 SECTION 00 42 43 PROPOSAL FORN1 UNIT PR[CE BID Bidder's Application E'ruject Iten� lnformation I3€ddcrs i'ra�osa[ i3idlist Etc��i Specific�tion Uisit of 13id , �i�. l)cscription Sectiois �fo. Aiclsurc Qunutity �1ciiE i'ricc E3icl \ aluc ' ' WESTCLtFF UNIT 5: LANDSCAPlNG {TpW) ' " ` 1 0'f71.01D1 Construction Sfaking 01 71 23 tS 1 2 3292.a400 Seedin , Native Tra'sl Mix 32 92 14 M SY 471 3 3293,610� Texas Redbud (3" cai) 32 93 �€ 3 EA 4 4 3293A101 Neflie R. SEe�ens Holly (A5 ga[) 32 93 13 EA 6 5 3293.0102 Chinkapin dak (3" ca[) 32 93 '13 �A 2 6 3283.0'(03 Red Cedar (3" cal) 32 93 13 �A 2 7 3293.fl104 Casl lron Plan! (3 ga1) 32 9313 EA 26 8 3293.0705 Sideoats Grama (3 gal) 32 93 13 EA 1�49 9 3293.01(}6 Artic Fire Dogwaod (3 ga!) 32 93 13 EA 54 10 3293.0107 Oakteaf Hydrang�a (3 gal) 32 93 13 EA 20 11 8293.01Q8 Coral Honeysuckle (3 ga6) 32 93 13 EA 27 12 3293,0109 Pfant Bedding Mix (92") 32 93 13 CY 115 13 3299,D1d0 Topsoil (6"} 32 91 19 CY 79 14 3290.0100 Irrigafian 32 90 10 K LS 'i 15 323i.6133 6' Wrought Iron Fence 32 31 'E3 LF 325 Subtota! Westcliff Unit 5; Landsaaping (TPWj _ Bid Summary , _ . Baac Bid Subtofa3 Confract S1 Unil 1: Water (WATER) Subtofal Contract 91 Unit 2: Sanitary 5ewer (WATER) Subtptal Westcfif# Unit i: Water (TPW) 5ubtotal Westcfi(f Unit 2: Sanitary 5ewer (TPW) Subtoial Westcli[f Urtif 3: Drainage lrnprovements {TPW) 5ubtotal Westcliff Unif 4: Paving (TPW) 5ubfotal Westc4iff Unif 5: Landscapirsg (TPW) ��sa,000 $295,000 $20,600 $2f3,600 $11 �,000 $50,000 Tofal Rase IIid Ailcrnnlc Rid pcductis�rAlter��alc Bicl Additirc Altcr��nit ISId Total A[fenrate Tatal Ucductivr Aifert�nlc Total ,#ddltEsc Al�er��a�c Tolnl Bid $fi26,2U0,OQ 1,\f) OI� Sk:C7'ION CI7Y OF FOR�i� \YU3LTt[ STA\DARP CO\S7 RUCF[Ov SPICI PICAT IO\ I)(}('lIt�11iNTS ReriseA 4'3(s�202i Sanitaq� Senes RcL�6dlfiatk�n CmHrad 91. Pai[ 2, CP\ U1957 anS N'estrliF(Diaui�ge In�+rw�emenls. Ph3sr l, CP\ 0€669 elJdtnJurti Nu. 6 00 43 13 BID BOND page A of 21 SECTION 00 43 93 B4D BOND KN�W ALL BY THESE PRES�NTS: Thai we, William J Schuliz Inc dba Circle C Construciion Company , known as "Bidder" herein and , Surety Name �iere a corporate surety duly authorized to do business in ihe State of Texas, known as "Suret}i' herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation crealed pursuant to lhe laws of Texas, knawn as "Ciiy" herein, in the penal sum af tive percent (5%} of Bidder's maximum bid price, in lawful money af the United States, fo be paid in �orl Worlh, Tarrant Coun" +, Teexas for the paymenl of which sum well and truly to be made, we bind oursel�es, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WH�F2EA5, the Principal has submitted a bid or proposal io perform Work 4or fhe following project designated as SANITARY SEWER REHABILITATION CONTRACT 91, PART 2 WESTCLIFF DRAWAGE IMPROVEMENTS, PHAS� 1 N�W, THEREFORE, the condition of this obligaiion is such that if the Ciiy shall award fhe Gontract for t�e foregoing project io th� Princ{pal, and the Principal shall satisfy a1l requiremenis and conditior�s required far the execution of ihe Contract and shall enter into the Cantract in writing with the City in accordance wiEh lhe terms of such same, then this obiigation shall be and become null and �oid. If, however, lhe Princjpal fails to execute such Conlract in accordance with the terms ot same or fails to satisfy all requirements and conditions required for the execution of the Contracf, this bond shall become the property of the Cily, without recourse o! the Principal andlor Sureiy, not to exceed the penalty hereof, and shall be used io compensaie City for the diiference betw�en Principal's ioiai bid amount and t�e next selected bidder's total bid amounf. PROVI�ED FURTH�R, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United Stafes nislrict Court for the �lorthern Districf of Texas, Fort Worfh Division. IN WITNESS WFiE�2EOF, the Principal and the Surety have SIGNE� and S�AI.�D this instrumenf by duly authorized agents and officers on this the day of , 2022. PRINCIPAL: BY: ATTEST: Witness as to Principal Signature Name and Title CITY OF FOR7 WORTH Sanitary Sewer Rehabililation Gonlract 91, Part 2, CPN 01957 and S7ANDARfl GONSTRUCTION 5P�CIFIGATION DOCUMEiJTS Westclrfl Drafnage Improvements, Phase 1, CPN 01669 Revised 8130/2021 OQ 43 13 eid sar�ti Page 5 of 21 Wilness as to Surety Altach Power of Atforney (Surety) for Attorney-in-Fact Ad d res s: SUR�7Y: BY: Signaiure Name and Titfe Address: Telephone Number: 'Nole: If signed by an officer of the Sureiy Company, there must t�e on file a cerli(ied exfract trom ihe by ]aws showing that this person has authority to sign such n�ligation. If 5�rety's physical address is difterenl from its mailing address, bofh rnust be provided. 7he daEe of the bond shall nat be prior to #he date the Cantract is awarded. END QF SECTlON CITY OF FORT WORTH Sanitary Sewer Rehabiiitalion Canlracl9l, Part 2, GPN 01957 and S7ANDAR€l CONSiRIJGTION SPECIFICATION [lQCiIMENTS Westc€itf Drainage Improvamenls, Phase i, CPN 01669 Revised 9130l2021 ao �i is I1�IVITA7"ION TO BIAQERS Page 1 of 4 S�CTION 40 11 I3 1NVITATION TO BIDDERS RECEIPT OT BIDS 5ealed bids for the construction of Saniran� Se�ver Rehabi7itatiat Co�ttract 91, Pai•t 2. Cit� Proiect No, 01957 and Westcli D�aina e Im rovements Pi�ase 1 Cit Pra'ect No. Ol ��9 ("1'rojeCt") wiil be received by the City of �oi�t Warth Purchasing Ofiice until 1:30 P.M. CST, Thursday, January 6, 2022 as further described below; City of Fort Worth Purchasing Division 200 Texas Straet Fort Worth, Texas 76102 Bids �viii be accepted by: US Mail, Caurier, FedEx o�• hand delivery at khe address above; Bids �vill be opened publieiy and read aloud at 2:00 PM CS'I' in khe City Council Chambers, GENERAL DESCRIPTION OF WORK The major work will consist of tlie {approximate} folio�ving; Corztract 91, PRrt 2 Cantract 91 Unit 1— Water Im rovements; 5,113 LF — 8" Water Pipe 2,751 LF —12" Water Pipe 205 LF —12" Water Carrier I'spe 3 67 LF —$" DIP Water Pipe 137 LF — 6" Water Pipe 205 LF — 20" Casing (ather than open cut} 1S5 �A —1" Water Services 15 EA — I 2" Gate Valves 22 EA — $" Gate Valves 13 EA — 6" Gate Valves 13 EA -� Fir� Hydrants Contract 9 i Unit 2�- Sanikary Sewer Impro�ements: 495 LF — 8" Sewer Pipe (Pipe �nlargement) 1,7p$ LF — 10" Se��er Pipe 22 LF — 10" Sewer Fipe (DIP) 5,338 LF — 8" Sewer Pipe (By open cut) 129 LF -� 8" Se�ver Pipe (DIP) 143 L�' — 8" Sewer Caa7ier Pipe 83 L� —16" Steel Casing (By other than open cut) 60 LF —16" S�eel Casing (By open cut} 1 l 8�A — 4" Sewer Services 43 EA — 4' Se�ver Man��oles CI'i'y pF FpRT �ypltTH Sanitary Sewes lielmbilitation Contrnct 9!, Part 2, CPN O1957 & STAN�AR17 CONSTRU(,'T[ON SPECIFICATtON DOCUIVIBNT �Vestcliff Drainagc iinprovements, Fhase 1, CPN 01669 Revised 7/19/2021 OQIt 33 INV1TATiON TO }3I�DERB P�ge 2 of 4 Westcli, f,�; Phase 1 Westc]iffUnit 1 �- Water„Im,provemet�ts; 730 LF — 8" DIP Water 1Vlain with CSS backfill Westcliff Unit 2— Sanita Sewer Im rovements: 755 �.�' — 8" DIP Sanztat�y Sewer, CSS backfill 60 LF — 8" DIP Sewer �'ipe (Acc�ptable backfill) 9 EA — 4' Manholes Westcliff Unit 3 — Drainage ��p�•ovements: Construction Management 93 LF — 18" ta 3b" RCP Storm Pipe 2Q L� �- 54" to 60" RCP Stortn Pipe 1S LF — 90" RCP or Steel Sto��n Pipe 1,120 LF — 8' x 5' RCB Storm Pipe 1,384 LF — 7' x 7' RCS Sto�rnn Pipe 595 LF —10' x 7' RCB Starm Pip� 672 LF — IO' x 8' RCB Sta�•m �ipe 4 EA — Special Concrete �unction Box 1 EA -- 5' Storm Junctian Box 7 EA — In-line Sto�m Ma�hole 25 EA —10' to 20' Curb Inlet 60� SY — Medium Stane Riprap, Dry (18") Westcliff Unit 4 — �avin�pra�ements: 4,970 LF — Concrete Cwb and Gutter 5,040 SF — Concrete Drive�vay 361 SY -- Concrete Pavement 10,'100 SY --- �ulverize-and-Dverlay Asphalt �'aveax�ent Westcliff Unit S— Landsca�inQ Im�rove�nents: 32S LF — b' Wrougk�t Iron Fence 1 LS — Irrigation 8 EA — Trees (3" calipe�•) 6 EA — Large plants (45 gal) 280 EA �- Plants (3 gal) l 1 S CY -- Plant bedding ynix Sa CY �- Tnpsoil 470 SY — Seeding PREQUAL�F�CATIDN Certain impro�ements included in tliis praject must be perfnrtned by a contractor or designated subcantractor wlio is pre-c�ualified by tl�e City at the time o£ bid opening. The pracedures fnr qualification and pre-yualification are outlined iu the Section 3 of 00 2l 13 — INSTRUC'�IONS TO BIDDERS. C3T'Y OF F(lRT �VpRTk3 Sanitnry Sewer Rchabilitation Contract 91, Part 2, CPN 01957 & STANDARD CONSTI2UCTION SPECIFICATIDN ROCUMHNT �VeatcliffDrainage Improvements, Phase 1, CPIV O1b69 Re�ised 7/19/202 t OU 11 13 1NVITATIpN Tp BIDDERS Pagc 3 of d DOCUM�NT EXAMINAT�ON AND PRQCUREM�NTS Tl�e Bidding and Contract Dacuments may be examined or obtained on-line by visiting tl�e City of Fort Worth's Furchasing Division �vebsite at http://w�v��.fortworthtexas.go_v/purrhasin and clicking on the Iink to the advertised projeat folders an the City's elech-onic document management and coltabnz•ation system site. The Contract Documents may be do�vnloaded, viewed, and printed by interested contractars and/or suppliers, Copies af the Bidding and Contract Dacuments may be purchased fro�n Wade �•im, l�zc., 3575 Lone Star Circle, Suite 410, For�t Wof•tlf, TX 7617% p1i b82.291.9494, which costs are as foilows; Set of Bidding and Conri•act Dacu�nents �vitli full size drawings; ,�330 Set of Bidding and Contract I)ocuments �vith half size (if availabie) dra�vings: $19Q �XPRESSION Or INTERSEST To ensure potential bidders a��e kept up to date of any ne�v information peirtinent ta this project, all interested parties are i•equasted to email Expressions niInterest in this p�•ocurement to the City Froject Manager and the Design Engineer. The email shauld include the company's name, contact person and that individual's amail address and phon� number. All Addenda witt be distributed directiy to those �vho have expressed an interest in the procurement and will aiso be posted in the City nf Fort Worth's purci�asing websike at http;llfn�twarthtexas.gov/purchasing/ PREB�D CONFERENCE — Web Conferey�ce A prabid confe�•ence �vili be held as discussed in Seckion 00 21 I 3- INSTRUCTIONS TO BTDDERS at the foliowing dake, and time �via a web conferencing apglication: DATE: Tf:ursday, November IS, 2021 TIME; 9; 30 a.r�t. Invitations with links to the web conferencing application �vill be distributed directly to those ��ho ha�e submitted an Expressian of Interest. If a prebid confe�•enca is held, tiia presentation and any questions and answers provided at the prebid conferenee t�vii! be issued as an Addendum to the call far bids, If a prebid conference is not being held, prospective bidders can e-mail questions or coantnents in accordanae with Section 6 of the Tnstructions to Bidders referenced above to the project managers at the e-mail addresses iisted belo�v. Emaiied questions will suffice as "questions in �vriting," If necessary, Addenda �vill be issued pursuant to the Instructions to Bidders. CITY'S RIGHT TO ACCEI�T �R REJECT BIDS City reserves the ri�ht ta waive inegularities and ta accept or reject any ar ail bids. AWARD City will award a contract to the Bidder presenting #he lo�vest price, qualifications and cnmpetencies considered, INQUIRIES All inquiries reiative to this proc�u•einent should be addressed to the inlio�ving: Attn: Mike Benrrett PE, Ciry of �'ort Woi�th Email: Mike.Bertilett@fortworthtexas.gov Phone: (81 �') 392-7891 AND ClTY OF FORT �VORTFi Ssnitary Sewer itehahilitation Cantrset 91, Pnrt 2, CT'N Oi957 & STANDAItp CONSTRUCI'[C3N SP�CIFICATION DOCUM�NT �VestcliffDrainage T�opsovements, Phase l, CPAi 016b9 Rev'ssed 7/19/2021 OO i l l3 INVITATIflN TO SIDD�RS Paga 4 af 9 Attn; Karert Sta, fj`'orcl-Brativ�t, PE Email: ksta ordbrown wadet��ini.cana Phone: (682) 291-9494 AND Attn: Steve Kalirro�vski, PE, Wade 7'rint, Irtc. Eimail: skalil�owski c7wadet�•im.coni Phone: (7.39) 947-2634 ADVERTIS�MENT DATES Nove�rtber 4, 2021 Navember 11, 2021 END OF SECTION CITY OF FOItT �VdRTH Senitary Sewer Ttehabilitation Caniract 41, Pett 2, CPN fl 1957 & STANDARD Cp1+�STRUCTION SPEC1FiL'AT(OhI 1�OCUMiNT Westciif£Drainage Hnprovetnents, Phasc 1, CPIV 01669 Revised 7/1 912 02 1 00 21 13 iI�STRUCTIflNS TO DIDDERS Pagc l o!'IU s�cT1oN aa a� i� INSTRUCTIONS TO BIDDERS l, Defined Terms 1.1. Capitalized tet�ns �sed in these INSTRUCTIONS TO BIDDERS are d�fined in Section 00 72 00 - GENERAI, CONDITIONS. I.2. Certain additianal terms used in these INSTRUCTIONS TO BIDD�RS have the meanings indicated beln�v whieh are applicable to both tiie singttiar and plurai tl�ereo£ i.2.1. Bidder: Any persan, i'irm, partnership, company, association, o�� co�poration acting directly ti��ough a duly aZttharized representative, si�btnitting a bid for performing the �vork contemplated under the Contract Doc��ments, 1.2.2. Nonresid�nt Bidcier: Any person, fi�m, partnership, company, association, or corpoz�ation acting directly tiirough a duly authoi•ized representative, submitting a bid for perfoiming the �vork eontemplated under tiie Contract Docutnents whose principal place of business is not in the State of Texas. 1.2.3. Successfi�l Bidder: The lowest responsible and responsive Bidder to whom Ciry {on the basis of City's evaluation as �ereinafter pro�ided) makes an a�vard. 2. Copies of Bidditig Doeuments 2,1. Neither City nor Engineet� shall ass«rne any responsibi[ity for e��rors or misinterpreiations resu[tin� fi•nm the Bidders �se of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Docutt�ents avai[able do so only Fo�• the purpose of obtaining Bids for the Work and do not authorize or conFer a license or grant far any othe�- use. 3. Prequalificatio�i of Bidders (Prime Con#ractors and S€�bcontractors) 3.1. Bidd�rs or their designated subcontracto�•s are required to be prequalified fo�• the �vark types requiring prequali�cation as per Sections 40 45 I 1 BIDDERS PREQUALIFICATIONS and 00 45 12 PREQUAI.IFICATION STATEMENT. Fit�tns seeking pre-quaiification, must st�bmit the documentation idantified in Section 00 45 1 I on Section 00 45 13 PREQUALIFICATION APPLICATION at least seven (7) calenda�• dRys priar to Bid npe�iing far review and, if qualifed, acceptance. The subcont��actors listed by a Bidder on 00 45 12 must be preqtialified for the appropriate work types. Subcontractors must follo�v the same timeiines as Bidders for obtaining preq�ialification review. Bidders or Subcantractois wha are not prequalified at the ti�ne bids are opened and revie�ved may cause tlie bid ta be rejected. Frequalification t�equire�nent work types and dnaumentation a�•e available by accessing all req��i�•ed files khrough the City's �vebsite at: https:/la�s.fortwartlZtexas.gov/ProiectRPsources/ C1TY OF FORT 1VORTI-I S:utilary Su�v�r Rc[satsilil:uiun Cc�tilr,i�•I �1{, N.iet ?. Cf'N 1}1957 ut3il STANDARi7 CONSTRUCTION SPECIF{('AT[ON DOCUMENT �ti��.,���j��'�)�;Eti�,���. It�+��rtive.metEls, I'h�i<c I, C'k i� UlGG�3 Ravised/Updated I�ovemE�cr 2, 2021 00 21 13 INSTRUCTIONS TO QID�EFtS 3.l , l. Paving — Req��irements dactunent located at: Pa�e 2 of IU https:lla.p�rs.%rtwarthkexas.gov/PrnjectResources/Res�urcesP/02%20- %20Constt�iction%20Doci�ments/Contracto�•%20P�•e ualification/TPW°/fl20Favin ° ° q ° gramIPREQUALIFICATION%20RE0 o20Cantractor/o20Pre uafification/o20Pro UIREMENTS%20FOR%20PAVING%2000N"CRACTOR5. c�f 3.1.2. Road�vay and Pedestrian Lighting — Requirements ciocu�nent located at: htt s:lla s.fornvorthtexas. ov/Pro'ectResources/Reso«rcesP/02%20- %20..C..onst�liction%20Docutx►ents/Contracto��%20Prec��iali�cation/TPW%20Raadwa %20and%20Pedestrian%20Li htin %20Pt•e uaiification°/a20Pra ratn/STREET% 2QLIGHT°/a20PREQUAL%20REOMNT5.�c�f 3.1.3. Water and Sanitaty S�we�'— Req��irements docurnenk located at: htt s:lla s,fartworthtexas. ov/F�•o'ectResati��ceslResou�•cesP/02%20- a o ° e lla�l�t 02 C.onstntctton/o2QDoctitnents/Contractor/o20Pr,,g,,,, ' catianfWater%20a�d°/a2 OSanitai %20Sewer%20Contractor%20Pre ua[ification°/a20Pro rarn/WSS%20 �•e �ual%2arequirernents.� 3.2. Each Bid�ler, unless ct�►�rently preq�alified, must submit to City at least seven (7) calendar days prior to Bid openi��g, the doct�tnentation icientified in Section QO 4S I 1, BIDDERS PREQUALI�'ICATION5. 3.2.1.Subtnissinn niand/or questions related to preq��ali�eation shouid be addresseci to the City contact as provided in Pat�agraph 6.1. 3.3. The City reseives ti�e ri�ht to require any pre-quali%ed contr�ctor who is khe appat�ent low bidder for a pz•oject to submit such additional infar�nation as tks� City, in its sole discretion may require, includit�g ht�t nat limited to rnanpowe�• and eqttiptnent �•ec�rds, info�•tttation about key personnel ta be assi�,ned to the prnject, and constrttction schedti[e to assist the City in evalttatin�; and assessing tite ability of the appar�nt low biddet' to deli�ve�• a quality prodi�ct and sE�ccessfully camplete p�•ojects for the amount bid �vithin the stipi�lated time fra�ne. Based ttpon tl�e City's assessment of the sub�nittetl infortnation, a reco�nmendation regardin� tlie at�at•d of a contract ��ill be made to the City Council. Failure to stibmit the additional infa��mation, if requested, x�ay be gro��nds for rejecting the appa�•ent iow bidder as non-responsive. Af%cted contractors will be notifed in writin�; of a recotnmendation to the Ciry Council. 3.4. In additian ta preqt�alification, additional reguire�nents far qualification may be req��i�-ed �vithin variot�s sections of the Contract Doc�iments. 4. �xamitiation af Bidding and Contract Documents, 0�1ser Relaied D�ta, aiid Site 4.1. Before suhmitting a Bid, each Bic�de�•: CITY OF FOR'C WORTH Sa��il,iry Sr.ti��cr Itrh8ilFLIJ11U33 tU111f.31'� �� I. E'�srt 2, CPN L11957 ,ant! S'CAi�li7ARt] CbNSTRUCTION SP�CIP[CATIC3N �OCUMENT 1Yc::Ic[itl� [3raiirsge [�t��}rnv�n�entti, f'hase I, C'I'��f lil(iG�) [tevisecfJUpdated i�ovemUer 2, 2021 00 21 13 [NSTRtJCTIONS "€�O E31E]Di:i2S Page 3 of [(i 4.1.1. Shall examine and carefully study the Concract Documents and other related data identi�eti in the Bidding Documents (incl�ding "teclmical data" refeired to in Para�raph 4.2. below). No informaiion given by City ar any representative of tfie City other than thai contained in the Contract Documents and affieially prom��lgated addenda thereto, shali be binding upon the City. 4.1.2. Should vi�it ti�e site to become familiar �vith and saiisfy 8idder as to the generai, loca[ and site conditions that rnay affect cost, pro�ress, performance or f�r��nishin� af the Work. 4.1.3. Shall consider federal, state and local Laws and Regulations that tnay affect cost, prog��ess, per%i-�nance or ft�rnishing of the Work. 4.1.4. OMITTED 4.1.S.Sha11 study ail: (i) reports of explorations and tests of subsurface conditions at or contiguaus to the Site and all dra�vings of plrysical conditions relating to existing surface or subst►rfaee skructures at the Site (except Unde��ground Facilities) that ha�ve been identified in the Contract Documents as containing reliable "technicai data" and {ii) reports and dra�vings of Hazardous Environmentai Conditions, iiar�y, at tl�e Sit� that have been identiiied in the Cantract Documents as containin� reliabie "technica[ data." 4.1.6. Is advised that the Conh-act Docu�nents on �le «ith the City shall constitute atl of the infoi�nation which the City �vill fu��nish. A[I additional information and data �vhicl� the City wilt sttpply after pramuigation of the formal Contract Documents shall be issued in the form of «rittan addenda and shall become part of the Conh•act Docume�ts just as though such addenda were achially ��ritten into the original Cflntract Documents. No information given by tl�e City other than tl�at cantained in t�e Contract Documents and of�eially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Should perform indepentient research, investigations, tests, borings, and such ather means as znay be necessary to gain a complete knowledge of the conditians which will be encauntered ciuring the construction of the project. �'nr projects with restricted access, upon request, City may provide each Bidder access to the site to cnttduct such exa�inations, investigations, explarations, tests and studies as each Bidder deems necessazy for submission of a Bid. Bidde�• mL►st fill all i�oles and clean up and restare the site ta its former conditions iipon completion af such explorations, investigatians, tests and studies. 4.1.8. Shall detei7nine the diffic�ilties of the Woric and all attending circu�nstances affecting the cost of doin� tl�e Work, time req��ired for its campletion, and obtain ali information required to �nake a propasai. Bidders shal6 refy exclusivEly and �olely ttpon their o�vn estitnates, in�estigation, researeh, tests, exploraEions, and other data which a�'e necessary for full and complete informatian upon �vhich tlze proposal is to be based. It is understand that the submission af a proposal or bid is p�•ima-facie evidence that the Bidder has �nade the investigations, examinations and tests herein rec{ui�•ed.. C1TY OF FORT 1VORTH Sanilury S�tt•rr Rcir.jl3ilitriliun Contruct 91, ParE 2, E'PY [)I �157 a�ad STANI�ARD CONSTRUC'I'lON 5PEC1FICATI�N [30CUMENT �Ill:S1CIlI� I)liillla��: imj�ro���mc�st�, ('i��r�e l, C`E'� l}IGG�I Revised/EJpdated Nove33�6er 2, 2021 00 2l 13 INSTRUCTCO�S TO BIDDERS Pxge d of l D 4.1.9. Shall promptly notify City of all conf�icts, erra�•s, ambiguities or ciiscrepancies in or between the Contract Documents and such other �-elated documents. The Contractor shall not take actvanta�e of any grass errar or o�nission in the Contract Docum�nts, and the City shall be per�nitted ta make such eorrections or inteipretations as may be deetned n�cessaty fo�• fiil�ilment of the intent nf the Contract Doc�►m�nts. �4.2, Refe�•ea�ce is made to Section 00 73 Op — Sl�pplementary Condiiions for identification of: 4.2.1. those reparts af explorations and tests of subsurface conditions at o�• conkiguous to the site rvhich have been uti(ized by City in prepa�•ation oithe Contract Docttrnents. The logs of 5oil Barin�;s, if any, nn the plans are for general inforrnatzon only. Neither tk�e City nor the Enginee�� guarantee that the data shawn is �-epresentative of conditions tivhich acttxally exist. 4.2.2. thase drawings nf physical conc�itions in or relating ta existing s��rface and subsurface struch�res (except Unde�•g�•of�nd Facilities) �vhich are at or contiguous to the site that have been utilized by City in prepa�•ation of the Cont�-act Documents. 4.2.3, copies o� such reports and drawings will be made available by City ta any Bidder on ��equest. Those repo�•ts and drawings may not be part of the Contract Documents, b�it the "technicai data" contained therein upon �vhich Bidder is e�titleci to rely as provicied in I'aragraph 4A2. of the General Conditions has been identified and established in Pacagrapii SC 4.02 of the �uppiementary Conditians. Bidder is responsible foi� any intarpretation or eonclusion drawn From any "technical data" c�r any other data, inte��pretations, opinions o�• inforrnation. 4.2.4.Standa�-d insurance reqttire�nents, coverages and limits. 4.3. The sUbmission of a Bid will constitute an incont�•overtible representatian by �idcter: (i) that Biddet• ktas ootnplied with every rec�uireinent of this I'a�'agraph 4, (ii) tk�at without exception the Bid is premised upon pe�•forming and fi��-nishing the Work required by the Contract Dncum�nts and applying the speci�c �neans, methods, iechniques, sequences az� praced��res of constiltction (if any) t�at tnay 6e sho�vn or indicated or express[y req��ired by the Cantract Documents, (iii} that Bidder has �;iven City written notice of all conflicts, errors, a�nbigtitities and ciiscrepancies in tt�e Contract Documents and the written resolutions tt�ereof by City are aeceptable to �idder, and when said conflicts, etc., have not been resolved tl�rough tfze interpretations by City as desc�•ib�d in Paragraph 6., and (iv} that ti�e Contract Docttments are generally si�fficient to indicate anci convey imderstanding of all terms and conditions fo�• pe�•fai�ning and fi�rnishing the Wo►•k. 4.4, The provisions of this Paragraph 4, incl�isive, do not apply to Asbestos, Poiychlorinated biphenyls (PCBs}, Petroleum, Hazarcious Waste or Radioactive Materiaf covered 6y Para�'aph 4.06. of the Genera[ Conciitions, unless specificalEy identified in the Cnntract Doctiments. CI`I'Y DP FdRT 1VORTE9 S,i��ilnry 5utver Re)iu6ililaEiun Coa�trtcl �11. P:irl l. GPN (}I Ni7 anil STANDARD CONSTRUCTION SPECiF[CATION DOCUMENT Vl'c�tc'lif'I' 1)r;3ir};Ekc ln��i��nv��rticnl�, f'ia�jce. I. C'EiY li I G(+�) ReviseiUUpdated Navesnber 2, 2U21 aoai �3 INSTftUCTI�NS TO IIIDD�RS Page 5 of 10 5. Availability nf Lands for Work, Etc. 5.1. The lands upon �vlSich ti�� Work is to be performed, rights-nf �vay and easements for access ti�ereto and othe�' lands designated %r use by Contractor in pe��formin�; the Work are identified in the Cantract Docurtients. �11 additional lands and acoess thereto required for tempnra��y constrttctian facilities, constniction eq►�ipinent or storage of materials and eyuip�nent to be ineorporated in the Work are to be obtained anci paid for by Contractor. Easements for permanent structures or pennanent changes in existing facilities are to be obtained and paid far by Ciry ��nless atherwise p�'ovided in the Contract Documents. 5.2. O�tstanding right-of ��ay, easements, andfor permits to be acquired by the City are listed in Parag�•a�h SC �4.01 of the Supplem�ntary Conditians. In the event the necessary ri�ht- of-way, easements, antl/or permits are ttot obtained, the City reserves the right to cancel the award oF contract at any time before the Bidder begins any construction �vork on the project. 5.3. The Bidder shall be prepared to comxnencc construction without all executed rigl�t-of- 4vay, ease�nents, and/or pet•mits, and shall submit a schedule tn the City of ha�v construction will proceed in the other areas of the project tt�at do not reguire permits andlnr easements. 6. Interpretatia�is and Addenda 6.1. Ali questions about the tneaning or intent of the Bidding Documents are to be directed to City itt ��vriting on ar before 2 p.in., tha Manday prior ta the Bid opening. Questions received after this day may not be responded to. Inte�pretations ar clarificatians considered necessary by City in response to such questions �viil be issued by Addenda delive��ed tt� all pa�ties recorded by City as having received the Biddi�g Documents. On[y questions ans�vared by formal written Acidenda wiil be binding. Oral and otlser inteipretations or clarifications �vill ba tviti�out legal eifect. Address questions to: City oiFo�-t Wortf� 200 Texas Street Foz•t Worch, TX 76102 Attn: 11�fike Be�ljrett P.E., Pj•oject Mcr�tager�, Capital Delivefy Drv. T/PW Email; Mike.Bennett a,fort�uort�texas.gav Phone: (8I7) 392-7891 6.2. Addenda inay also be issued ta modify the Bidding Dac�imerats as deemed advisable by City. 6.3. Addencia or clarifications may be pasted via the City's electronic docu�nent managetnent and collaboration system at lattps://dvcs.1�360.autade.sk.cvnt/slrares/cracflfcfa-79�6-9d71�- 9ea2-e269f�Ic930S CITY OF FOItT \VORTCi 4anifury Set��cr R�h.�bilil�itic��: CunlrarE �11. P.krt 2, CI'�I [)I'1S7 ;utd STANDAEtT] CONSTItIJCTI(3N SPECIFICATION I]OCUMENT 14`e;icf'sil' f)rni33age [n��rrc�vci�3��nic, ['hatie f. C'i'y� UI(i6°) [tevisecl/llpdated Nove�3�ber 2, 202 [ oa z3 �a INSTRUCT[ONS TCl BIDBBItS P�tge G of 10 b.4. A prebid con%�•ence may be held at ti�e time and place indicated in the Advertisetnent o�- iNVITATION TO BIDDERS. Repr�sentatives of City will be present to discuss the Praject, Bidde��s are encoura�ed to attend and participate in the canference. City tivill transmit to all prospecti�ve Bidders of recard such At�denda as City considers necessa�y in response to q��estions arising at the conference. Oral state�nents tnay not be relied ��pon anc� ��ill nnt be binding o�- legally effecti�e. 7. Bid Security 7.1. Each Bid inust be accompanied by a Bid Bond made payable to City in an amount of five (5) percent af Bidde��'s maximu�n Bid price, an the fo��tn attached or eq�.�ivalent, issued by a surety meeting the rec�uirements of Para�rapl; 5.01 of the General Conditions. 7.2.Tf�e Bid Bonds pt�ovic�ed by a Bidder will be retained ��ntil tlie conditinns oFthe Notice of Award have b�en satisfied. If the Successful Bidder fails to execi�te and ret�rz•n th� Contract Documents within 14 days after the Notice of Arva�•d conveying same, City may consider Bidder to be in defattlt, rescind the Notice ofAward and act nn the Bid Bond, Suah action shall be City's exclusive remedy in the �vent Bidder is cEeemed to have det'aulted. 8. Ca�atract Times The nta�nber of days within which, or the dakes by tvhich, Milestones are to be achieved in accordance wit� the General Reqt�i�•ements and the Warlc is to be coznpleted and ready far Fin�l Acceptance is set %rth in the Agreement c�r incnrporated tlierein by �•ef��•ence to the actached Bid Form. 9. Liquidated Da�nages Pravisions for liquidated daina�es are set forth irt the Agreement. 1Q, Su�stitute a�d "Or-Equal" Items The Contract, if a�varded, will b� on tlie basis of materials and equipment described in the Biddan� Documents without ec�nsiderat�on of possible substitute ar "or-equal" it�ins. Whenever it is indicated or specified in the Biddin�; Doceiments that a"s��bstit��te" or "ar- equal" itett� of inaterial or eqt�ipment �nay be fiirnished o�- �ised by Contractor it' acceptable to City, applicaiion fot' sttch acceptance will not be conside�'ed by City t�nti! �ftet• tlie Effecti�ve Date nf th� Agree�nent. The pracedure for submission of any such application by Contracto�� and consideration by City is sct forth in Paeagraphs 6.05A., 6.OSB. and 6.OSC, of the Genet'a[ Conditions and is si►pplemented in Section 01 25 00 of the General Reqi�i�•e�nents. 11, Si�bcontractc�rs, �i�pgliers and Othea•s i 1,1. [n accocdance tivith the City's B��siness Equity Ordinance No.25I65-10-2021 the City has goals fnr tite participation ofmino�•ity bt�siness ancl/ar �vomen business enterprises in City contracts $100,000 or greater. See Sectintt 00 45 40 fo�- the M/WB� Praject Gaals and additional reqt�irements. Failure to comply shall R•ettd�r the Bidder as nfln-responsive. Busi�ess Equity Ordittance Na.25165-10-2021, as amendeti (repiacing Ordinance No. 24534-11-2020), codified ai: https:/Icodetibz•az•, .�amlegai.cotnlcodes/ftworth/latest/ftworth�tx/0-0-0-22593 CETY O�' �'ORT �VORTR 5:initairy 5ct+�rr fich;ihilil:ttiim C'cmir.i�i'J1. Purt 2, CN\' II1957 :iEcil STANDARD CON8TRl1CT10I�! SPECtFICA7'[ON DQCIJMENT �1'ecl�•lil'i' 1)r,iin;tg. lu�[}rnvemc�tts. I'k�tsec t, C'f iV U1liGi1 Revised/Updated Novemhe€ 2, 2021 00 21 ] 3 [NSTR�1CT14N5 TQ SIDDERS Page 7 of ]0 11.2. No Contractor shall be requi�•ed €o ernploy any Subcontractor, Supplier, other person or organization against «hom Contractor or City k�as reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the �idding Doctiments; additional copies may be obtained firom the Ciry. 12.2. All blanks on tl�e Bid Form m��st be completed and the Bid Form signed in ink. Erasrrres or altez•ation� shall be inicialed in ink by the person signing the Bid Fo��m. f1 Bid price s��all be indicated for each Bid item, aiternati�e, and unit price item listed therein. In the case af optional altei�natives, the tivords "No Bid," "No Cl�ange," or "Not Applicabie" may be entered. Bidder shall state che prices far which the Bicider proposes to do the work contemplated or furnish materiafs reqt�ired. All entries shall be lE�ible. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other cotparate officer accompanied by evicienee oi atitiinrity ta sign. The corporate seal shail be affixed. The co�•porate address and state of incorporation shail be shotnn belo�v the signature. 12.4. Bids by partnerships shall be executed in the partnea•ship name and signed by a partner, whose title must appear under the signature accotnpanied by evidence nf authority to sign. The official ac�dress oithe partnership sl�all be sho�vn below tiie signature. 12.5. Bids by limited liability companies shall be executed in tlie name of tlie �im by a member and accampa�zed by e�idence af autl�o��ity to sign. The state oi%rmation nf the frm and the afficial add�-ess of the �rm shall be shorvn. 12.6. I2.7. 12.8. i 2.9. Bids by individti►als shall sho�v the Bidder's name and of�cial address. Bids by joint vantures shall be executed by each joint venture in tiie manner indicated on the Bid Fo��tn. The official address af the joint venture shall be sl�o��n. All names shall be typed or printed in ink below tiie si�nature. T��e Bid shall contain an acknawledgement of receipt of all Addenda, the numbers af rvhich s��all be filied in on tl�e Bid Fo��rn. 12.10. Pnstal and e-mail addcesses and telephone m�mber �'of• cammunications �•egarding the Bid shall be shown. 12.11. Evidence of autl�o��ity to condiict b��siness as a Nonresident Bidder in the state of Texas shall be pravided in accorc�ance «ith Section 00 43 37 -- Vendar Compliance to State I.aw Non Resicient Bicide��. CITY OF FO[tT \VdRTH 5:�niL•u}� 5cwcr Kch�thilil:tliun Cuntr,�G'E �3[. E'.srt �. Ci'�I U1957 ;uut STANDAEtI] CONSTRUCT[ON SPECiFICAT[ON DOCU11�fENT 1i'e�tclifl I.)i;iin:igc IIt1�3ft1\'[.i114'11IS, i'hase. l, ('I'N t�El�b9 RevisecVUpdated November 2, 2D21 0�2[ 13 iNSTR[1CT[ONS TO SIDBERS Pa�e 8 of 10 13. Subr�issio�� o� Bids Bicis shall be submitted on the presc�'ibed Bid Forin, pravidec� �vith the Bidding Docu�nents, at the time and place indicated in the Adve�-tisernent or INVI'[`ATION TO BIDDERS, addressed to Purchasin� Mana�er of the City, and shal[ be enc(os�d in an opaq�ie sealed envelope, marked �vith the City Project N��mber, Project title, the na�ne and addt•ess of Bidder, and accom�anied by the Bid securiiy and other required documents. If the Bid is sent thraugh the mait o�- other delive�-y system, the sealed envelape shal[ be enclosed in a separate envelope wvith tl�e notation "BTD �NCLOSED" on tlie face of it. 14. Withdrarval of Bids 14. l. Bids addressed ta the P��rchasing Manager and filed �vith the Purci�asing Office rnay be wikhdz•a�vn prior ta the time sct for bid apening. A request for withdrawal m�ist be made in �vriiing and delivered to the At�rchasin� Offic� to �•eceive a titne statnp pt•iot• to the npening of Bids. A timely �vithdrar�vn bid will be ret�rnecf to the Bidder ar, if the �•equest is r,vithin one hottr of bid opening, will not be z'ead alot�d and �vill thereafter be retuined unopened. 14.2. ln tlie event any Bid for which a�vithdrawal reguest has been ti�n�ly filed has been inacivertenkly opened, said Bid and any r�co��d thereof �vill subsequently be marked "Withdrawn" and �vill be given no fiirther consideratian for the award of contract. 15. Opening of Bids Bids �vill be opened and �•ead aloud publicly. An a6stract of the amounts af the base Bids �nd major aftecnates (ifany} will be �nade available to Bidders af�er t�e openin� of Bids. 16. Bids to Remain St�bject to Acceptance All Bids will �•�main stibject to acceptance far a minimum of 90 days ot� the time period specified for Notice of Award and exec��tian and delive�•y of a cotnplete Agreement by S�iccessfi�l Bidder. City may, at City's sole disct-etion, release any Bid and nullify the Bid security prior to t�at date, 17. �valuatip�� af Bids and A`vard t�f Coaatract 17.1. City reser�es the right ta reject any or ai1 Bids, including lvithout li�nitatian the �'ights to reject any or all nonconfoz•�nin�, nanrespnnsiv�, t�nba[aneed o�- conditional Bids and to reject the Bid of any Bidder if City believes tiiat it �vatikd not be in the best interest of the PR•oject to xnaice an award tn that Bidder. City reserves the ►-ight to waive informalities not invol�ing price, contract time or chan�es in the Worlc and award a cantract to such Bidder. Discrepancies betwe�n the multiplication of ��nits of Work and ��nit prices �vill be resolved in fa�or af tlie ttnit prices. Discrepancies between the indicated si►x�n of any colucntt of%gures and the con-eet sum thereof�vill be resolved in favor ofthe carrect s«in. Discrepancies bet�veen rvot•ds ar►d figs�res wiil be �•esolved in favor nf the words. C[TY flP FORT �VORTH 5,�niL•ir}� 5c���rr Rch:ibililaliun Canlrac191, P.irl 2. GPY (l1957 �iitcl �TAiVDARD CONSTC�UCT[OiV SPECII'[CAT[C3AI DDCUMGNT IVe�lc•9il�t� l7r�iin:j��� Im��reiv�,m�aris, 1'i�;3ce l, CPu �Eie�r��� Re�isedlUpdated Nove��36er 2, 2fl21 00 21 13 II+iSTRUCTIONS TO I3iDDF12S Pagc 9 af ]0 17,1.1. Any or all bids wili be rejecEed if City has reason to believe that cnllusion exists among tl�e Bidders, Bidder is an interested party to any litigatian against City, City or Bidder tnay ha�e a ciaim against the other or be engaged in litigation, Bidde�• is in arrears on any existing contract or has c[efauited on a previous contract, Bidder lsas perfntYned a p�•ior contract in an unsatisfactaiy �nanner, o�� Bidde�• has unco�npleted �vo�k which in the judgment of the City will preveni o�• hinde�- tl�e prompt completion of additional �vork i�awarded. 17.2, In acidition to Bidder's re[evant preq►�aiification req�iirements, City rnay conside�� the qualiiications and experience of S�Ebcontractors, Si�ppliers, and aihe�• persons and organizatians proposed for those portions of the Work where the identity of s��ch Suhcanh•actars, Suppiiers, and other persons and organizatinns must be s�brnitted as provided in the Contract Dac��ments or upon the �•equest of the City. City also may conside�• the operating cflsts, maintenance requirements, performance data and guarantees af major items of materials and equipment proposed for incorporation in the Work �vhen such data is requia�ed to be sLtbmitted prior to ti�e Natice of A�vard. 17.3. City may conduct such investigations as City deems necessaty to assist in the evaluation of any Bid and ta estabiish the responsibility, qualifications, and financial abiiaty of Bidde�•s, praposed Subcontractors, Suppliers and otiier persons and organizations ta perforrn and furr►ish the Work in acco�•dance �vith the Contract Documents to City's satisfaction �vithin the prescribed time. 17.4. Cantractor shall perfortn with has o�vn organization, work of a value not less than 35°/a of tl�e vaiue embraced an the Contract, unless other��ise approved by the City. 17.5. If the Contract is to be awarded, it will be awarded to Iowest responsible and �•esponsive Bidder whose evaluation by City ind�cates that the a�vard �vall be in the best interests oi the City. 17.b. Fursuant to Texas Government Cnde Chaptet• 2252.001, the City tvill not ativard contract to a Nanresident Bidder ttnless the Non�•esident Bidder's bid is lo�ver than the lotiv�st bid submitted by a responsible Texas Bidder by the same amo�nt tl�at a Texas resident bidd�r would be required to underbid a Nonresident Bidder to obtain a cnrnpa�•able contract in the state in «hich the nonresident's principal plac� af business is located. 17.7, A contract is not a�varded �ntil formal Ciry Council autharization. If the Contract is ta be a�varded, City �vill a�vard the Contract within 90 days after the day of the Bid ope�ir�g unless extended in writing. No otl�er act of City or others wilt constituYe acceptance of a Bid. Upnn the contraet arvard, a Notice of Award will be iss�ed by the City. 17.7.1. The cn�itr•acto�• is t•equired to fill out and sign the Certificate of Interes�ed Parfies For�n 1295 and the forrrc must be subrr�ft�ed to tEie Project Manager I�eft�re the co��tract ��ili be p�•esented ta ti�e City Cou�icil. Tiie form can be obtained at httus:/1�vww.ethics.state.fx.usldata/forms11295/129S.�pdf 17.8. Fail��re o�• refusal to coznply with t[�e reqt�irements may result in ��ejection of Bid. CITY OF FORT 1VORTII SutiiE.jry Sc��'er Rciiahilitatiun Ca�tlri�t 91, I'arl 2. CI'� Ell'157 ,ittJ STAN[�ARD CONSTRUCTION SP�CIF[CA7'ION DOCUMENT 1�'��1c'I'tl'I' I)rt�ill�lgc Itll���'ovt:�llc:E�l;. I'hac�: I. CI'N U1(G�1 ELevisedl[Tpdateci Novembcr 2, 2021 ooz� z3 Ci�15TRUCTIONS TO BI��ERS Page l0 oi 10 l8. Signi�ig of Agreeme�it 18.1. When City issttes a Notice nf A�vard to th� Successfi�l Bicider, it will be accompanied by ti�e reqt�ired number of unsigned cflunterparts of the Project Mant�al, Witltin 14 days thereaft�r, Contractor shall sign and deliver the �•eq��ired number af counterparts of the P�•oject Manual to City with the reqt�i�•ed Bonds, Certificates of Ins�irance, and all other ►•equired documentation. 1&.2. City shall t�ez•eaftet• deliver one fi�lly si�ned ca��nterpart to Contractor. END OF SECTiON CITY dF FOR`I' 1VOI�TI[ Siifkllury Su����r IZ��liulrilita�iun Cari�r.i�� 9i, I',irl �, CPY f)I'S57 �tncf STANpARD CONSTAISCTION SP�CIFICATION DOCUMEt�T 41'estclilt' 1)r,Ein.i��� Im��rnvei��e�3t.. I'I�acc 1, Cf'�i IIIGG�) RevisedlUpdated Novemt�er 2, 2D21 00 35 13 CONFLICT OF INTEREST STATEMENT Page 21 of 21 SECTION 00 35 13 CONFLICT OF INTEREST S7ATEMENT Each bidder, offerar or respondent to a City of Fort Worth procurement is required to compleke a Conflict of Interest Questionnaire or certify that one is current and on file with the City Secretary's Office pursuant to state law. lf a member of the Fort Worth City Council, any on� or more of the City Manager or Assistant City Managers, or an agent of the City who exercise discrekion in the planning, recommending, selecting or conkracting with a bidder, afferor or respondent is affiliated with your company, khen a Lacal Gov�rnment Officer Conflicks Disclosure Statement (CIS) may be required. You are urged ta consulk with counsel regarding the appiicability of these forms and Local Government Code Chapter 176 to your company. The referenced forms may b� downioaded from k�e links provided below. I�ili�:Ilwww �il�ics.state.ix.uslforms;'CIQ.pdf http:llwww.ethics.siate.Uc.uslformslClS.pdf � C!Q Form does not apply � CIQ Farm is or� file with City Secretary � CIQ Farm is being provided to the City Secretary ❑ CIS Form does not apply o CIS Form is on File wikh City Secretary ❑ CIS Form is being providad ta the City Secretary BlDD�R; William J Schultz Inc dba Circle C Conskructian Comp PO Box 40328 Fort Worth, Texas 76140 By: Teresa S Signakure: Title: EIVD OF SECTION President CITY OF F�RT WQRTH Saniiary 5ewer RehabilitaEion Coniract 91, Part 2, CPN 01957 and STANDARD CONSTRUCTION SPECIFICATION DOCUM�NTS Westclif# Drainage Impro�ements, Phase 1, CPN Oi663 Revised February 24, 2020 00 A1 OD BI� FORM Fage 1 af 21 S�CTION 00 47 00 BID FORM TO: The Purchasing Manager clo: �he Purchasing Division 2�0 Texas Street City of Fort Warlh, Texas 78102 FOR: SANITARY SEWER REHABILITATION COI�TRACT 91, PART 2 WESTCLIFF DRAINAG� INIPROVEMEN�TS, PHASE 1 City Project I�o.: 01957 and 01669, respectively UnitslSections: Contract 91 Unil 1- Water lmpro�ements; Contract 91 llnit 2- 5an Sewer Improvemei Weslcliff Unit 1- Waker Improvements; Westcliif Unit 2- San Sewer Improvements; Westclif( �3nii 3- Drainage Improvements & Construdion Management; Westcliff Unit �3 - Paving Improvements; Westcliff Unit 5-- Landscaping lmprovemen! 1, E,nter Into Agreement Th� undersigned Bidder propos�s and agrees, if this Bid is accepted, to enter into an Agreement with City in lhe form includ�d in the Bidding �ocuments to perform and furnish all Work as specified or indicated in the Contract Documents for the BirJ Price and within the Contract Time indicated in this Bid and in accordance with the other ierms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this B�d, Bidder accepts all of the terms and conditions of the INVITA710N TO BIDDERS and INSTRUGTIONS TO BIDDERS, including without limitation thos� dealing with the disposition of Bid Bond. 2.2. Bidder is aware of aU costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance ce:rlificate meeting all requiremenls within 14 days of notification of award. 2.3. Bidder cerlifes khaE this Bid is genuine and not made in the interest of or on behalf of any undisclosed indi�idual or entity and is r�ot submitted in conformity wilh any callusi�e agreemenk or rules of any group, association, organization, or corporation. 2.4. Bidder has not directiy or indireclly induced or solicited any other Bidder ko submit a False or sham Bid. 2.5. Bidder has nok solicited or induced any individual or entity to refrain from bidding. 2.6, B+dder has not engaged in corrupt, fraudulent, collusi�e, or coerci�e practices in compefing for lhe Contract. For the purposes of lhis Paragraph: a. "corrupt practice" means lhe offering, gi�ing, receiving, or soliciting of any thing of value likely to infiu�nce the action of a public official in the bidding pracess. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) fo infl�ence the bidding process to the cEetriment of Gity (b) to eskablish Bid prices at artificial non-competiti�e levels, ar (c) ko deprive City of the benefits of free and open compeiition. c. "collusive practice" means a scheme or arrangement between two ar more Bidders, with or without the knowledge of City, a purpose of which is to estabfish Bid prices at artificial, non- competifive levels. CITY OF FORT WORTH Sanifary Sewer Rehabflitalion Conlrac191, Part 2, CPN 01957 and STAlJDARD COM1lSTRUCTIDN SPECIFICATION DOCUMENTS WeslcliH Drainage Improvemenls, Phase 1, CPN 01669 Revised 9130I2021 06 41 OD BI6 FORM Page 2 of 21 d. "coercive praclice" means harming or threatening to harm, direclly or indirectly, persons or their property to infEuence their participation in the bidding process or af�eck khe execution of the Contrack. 3, Prequalification The Bidder acknowledges that the following work types must be perFormed only by prequalifed contractors and subcantractors: a. Water Distribution, Urban and Renewal, 12-'tnch diamei�r and sinaller b. Sewer Collection System, UrbanlRenewal, 12-inches and smafler c. Auger Boring - 24-inch diameler casing and less d. Sewer Pipe Enlargemenk 12-inches and smaller e. Liners for Sanitary Sewer Manholes f. Sewer Cleaning, 12-inches and smaller g. As�halt Paving CanstructionlReconslruction (I.ESS THAN 15,000 square yards) h. - 4, Time of Completion 4.1. The Wark wi11 be complete for Final Acceptance within 730 days after the date when the the Contracl Time commences to rur� as provided in Paragraph 2.03 of lhe General Concfitions. 4.2. Bidder accepts the provisions of the Agreement as to liquidafed damages in the evenk of failure to complete the Work {andlar achievement of Milestones} within ihe times specified in the Agreem�nt. 5. Attached to this Bid The following documer�ls are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Rec}uired Bid Bond, Section DO 43 13 issued by a sure4y meeting the requirements af Paragraph 5.01 of the General Conditians. c. Propasal Form, Seckion Oa 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalificafion Stat�ment, Section 00 45 12 g. Conflick of Interesf Affidavit, Seclion 00 35 13 *ff necessary, CIQ or CIS forms are to be pro�ided directly #o City Secretary h. Any additional documenfs that may be required by Section 12 af the Instructions to Bidders CITY OF FORT WORTH Sanilary Sewer Rehabiiitation Contract 95, part 2, CPN 01957 and STANDARp CONSTRUCTION SPECIFICATION �OCUMENTS Westcliff Qrainage Improvemenfs, Phase 1, CPN 01669 Revlsed 9I30I2021 DO 41 00 BI� FORM Page 3 of 21 6. Total Bid Amount 6.1. Bidder will camplete lhe Work in accardance with fhe Cor�tract Documents for the following bid amaunt. In the space provided below, please enter the totai bid amount for lhis �roject. Only this figure will be read publicly by the Cily at the bicf apening. 6.2. It is understood and agreed by the Bidder in signing this proposai ihat the total bici amount entered below is subject to verifcaljon and/or modification by mu{[iplying lhe unit bid prices for each pay item by lhe respective estirnated quantities shown in this proposal ar�d lhen totaling all of the extended amounts. 6.3, Fvalua#ion of Alternale Bid Items �use this i# applica�te, otl�erwise cieiete> Total Bass Bid <use this if applicable, otherwise deletE $14,663,252.60 delete> IVIA delete> delelP� Tofal Bid 7, Bid Submittal This Bid is submitted on January 6, 2022 Res�ectfully sub 'tted, By: !� �c��i (Signature) Teresa S Skelly (Printed Name) Title: President Company: Wiiliam J 5chultz Inc dba Circle C Construcfion Comp� Address: PO Box 40328 Fort Worth, Texas 76140 State of Incorporation: 7exas Email: t.slcelly@circlecconstruclion.eom Phone: 817-293-1863 END OF SECTION NIA NIA $14,663,252.60 by the entity named below. Corporate Seal: GTY OF FORT W ORTH Sanifary Sewer Rehabilitaiion Conlract $i, Par12, CPN 01957 arsd STANDARD CONSTRUCTION SPECIFICATION �OCUMENTS Westcliff 6ralnage ImprovemeNs, Phase 1, CPN 01669 Re�ised 913012021 �cs�C//�a,4m %Uo �j %S S UO d2 43 13@ PEiOPOSAI. Page 6 of 21 SEC7IDN 00 42 43 RROPOSALFORM UNIT PRICE B1D E'roject ItcEn Infonnalion Bidder's Application E3idders 1'roposak l3idlisl itcnt Spccificatio�E Unil oC Q�� ����s Pricc Bid Valtic No. Descriplion SecEioci No. I4tcasure (2uantily COi�7RACT 91 UNI71:.WATER IMPR�VEMENTS (WAT�R) 3311 A441 12" Water Pipe 33 11 10, 1 331192 �'F 2751 $'f37.00 $376,887.00 2 3311.0464 12" PVG Water Pipe (Restrained Pipe) 33 1 i 10, LF 331112 194 $155.00 $3D,070.00 3 33't 1.0241 8" W ater Pipe 3311 'f 0, �� 33 1 i 12 5i 13 $SD.00 $409,040.D0 4 33i1.0'f416"WatarPipe 33'f11Q, �F 331112 137 $50.00 $8,220.00 5 3311.0254 8" D1P Waier Pipe wICLSM Backfiif 33 1 i 10 LF 167 $185.00 $30,895AC 6 3305.200412" Waler Carrier Pipe 33 05 24 LF 205 $185.D0 $37,925.00 7 3345.1103 26" Casing By Qther Than Open CuE 33 65 22 LF 205 $600.00 $i23,(iDD.00 8 3312.3D02 6" Gate Valve 3312 20 EA 't3 $1,500.00 $19,b0�.00 g 3312.3003 8" Gate Valve 3312 2� EA 22 $1,SSa.00 $40,700.00 10 3312.3005 12" Gafe Valve 3312 20 EA 15 $3,000.00 $45,0OO.�C ,�1 3311.060'f Ductile Iron Water FittingswlRestraint 5 i2" 3311 3'f 7� 15 $7,500.04 $112,500.00 12 p241.9302 Remove 6" Wafer Valve 02 41 14 EA 16 $300.OD $4,8�0.(3C 13 0241.1218 4" io i2" Pipe Abandonment Plug 02 41 1h �A 1& $1,500.0� $24,0OO.00 14 3312.0009 Fire Hyd�ani ' 02 41 14 �A 13 $4,200.06 $54,66Q.00 15 0241.1510 Salvage F'ire Hydrant 02 4't 14 EA 10 $1,000.00 $i0,0a0.00 �6 3332A117 Connection to Existing 4" to 12" Water Main 33 12 10 �A 28 $1,50a.D� $42,000.0C 17 3392.20031" Water Service 33 12 10 �A 155 $1,50d.00 $232,5DO.00 18 3332.2001 1" Water Service, Meter Reconnection 33 12 1 a EA 155 $500.00 $77,500.00 19 33D4.�101 Temporary Water Services 33 04 3D I�S 1 $110,000.00 $1'10,000.0C 20 3201.{l1'f2 5' Wide Asphalt Pavement Repair, 32 a1 �7 ��. Rasidential 200 $55.00 $91,0OO.OE 21 32�1.0614 Concrete Pavement Repair, Resideni€al 32 01 29 5Y 55 $125.00 $6,875.OL 0241.i300 Remove Existing Cancrete Curb and Gutter �2 41 1b 22 (5015D, 900°/a Waler, Refer to Pavement Layaut Sheet) LF ' 2437 $5.Q0 $12,155.0( 0241.1300 Remove Existing Concreie Curb ar�d Gutter 02 41 15 23 (2512515Q W ater ISewerlStorrr�, Refer to Paveme�t l.F ' Layou! SheeE) 180 $5.Oa $900.0( 24 3216.0102 Instal! New Concrete Curb and Gutter (match 3216 13 '� existing) {50/50, 'i00% Waterj �� 2437 $35.00 $85,295A( �, �� 3216.0102 Instal! New Concrete Curb and Gutter (ma#ch 3316 13 �� existinq) (25125l56 Waferl5ewedStorm) 180 $35,00 $6,300.0( 26 0241.0401 Remave Exisling 6-Inch Concrete Driveway 02 �1 13 (5015�, 100°10 Water} S� 2673 $7.50 $20,047.5( 27 Remove Exisiing 6-Inch Concrefe Driveway (2512515� 02 41 13 SF WaEerlSewerlStorm) 112 $7.50 $840.(i( 28 3213.040i InsialE New 6-lnch Concrete Driveway (5�l50, 32 13 20 100% Water] SF 2673 $22A0 $58,806.6( 29 32i3.04�i Inslall New 6-[nch Concrete Rriveway 32 93 20 SF (25125/50 WaterlSewerlStarm) i12 $22.00 $2,464.0( C[TY 01' E'ORT 4'QRTEd 51'A\f)r1RUCQ\S7RUCTip\ SPI�CiE�7C:\'[[()\ ESOC[I\[E:NTS Revised 973Uf20? 1 Sanitary� Sca�er Itchabilitatinn ConSrnct 9l, Pnrt 2, CY\ 01457 and 1['cstNiff Drainage Imprneeaients, Phase 1, CP\ Oi669 A�1dcnJum Nn. 6 0o az a3 I3E[7 PI{OS'OSAI. Page 7 0(21 UNIT PRICE B!D ist llc3tt No. 30 31 32 33 34 35 36 37 38 39 40 49 42 43 44 �4b 46 47 48 49 50 5i b2 53 5�4 SECT[ON OD 42 43 PROPOSAL F�RN3 f'rojcct lic�n I��I'onnatian i)escription �241.0�f00 Remove 4-Inch Concrete Sidewalk (50I50, 100% Water) 3213.0301 Insiall New �-Inch Concreie Sidewva[k (50l5�, 100°/a Water) 9999.0602 Install New 4-Inch ADA Whealchair Ramp (wl deiectable warning dome-tile surface} (50150, 100% Wafer) 32'I6.0302 Install New 7" Concrete Valley Gutter (50150, 7 d0% W ater) D241.1700 11-Inch Pavement Pul�erizatiort (5015d, 100% W ate�) 0241.1700 11-Inch Pavement Pulverization (25125150 Water ISewerlSiorrn} 3211.33 8-Inch Chem-Lime Sfabilization @ 32LbsISY (50160, 100% Waisr} 32'i 1.33 8-Inch CheEn-Lime Slabilization @ 32LbsISY (25125l50 WaterlSewerlStorm) 3123.0'i01 Unclassified Sfreet Excavaiion (25I25l50 W aler lSewerlSform) 3212A303 3-Inch 5urface Course Asphalt, iype" [7" (50I50, �00% Water) 3212.0303 3-Inch 5urface Caurse Asphalt, 7ype" D" (2512S/fi0 WaterlSEwerlStorm) 3217.�305 Stop Bars Pavement Markings (50150, 100°/o Wat�r) 3217,0345 Stop Bars Paveme�t Markings (25125I50 Water 15ewer/Storm) 3305.0111 Water Valve Box Adjustment wilh Conerete Collar {50150, '1Q0% Waier) 3305.0111 Water Valve Box Acijustme�f wilh Cancrete Callar (2512515fl WaterlSewerlSEorm) 3305.0107 Manhole Adjustment WitE� Conerete Col[ar {5a156, 106% Watar) 3305.0107 Manhote Adjustment W�lh Concrete Callar (25125I50 Water ISewerfS#orm] 3297.500'i Pair�ting Curb Addresses (50/5q 104% Water} 3297.500'i Painting Curb Addresses (25l25150 Water 15ewedStorm) 3291.0100 TopsDil (50150, 1�0°/a Waler} 3291.Oi 00 Topsoil (2512bI50 W ater /5ewerlStorm) 3292.0'i00 B1ock Sod Placement (SOl54, 100% Water) 3292€3106 Block Sod Placement (25125150 Water 15ewerlStorm) 0'f35.�101 Railrosd Coordirtalion Di35.�102 Ftailrnad Flagmen C171' OF POk"f 1VDR7H STANI)ARU CO\SFRLICTIO\ SPl'_('ll�l{'A710N I)OCIi\11:N�FS fierisefl 9130(2031 Bidder's Application E3idde�s Pro��osa! Specifcation l)nit ot' I3ict Section TIo. MeastEre Quantily 33 01 31 SF 600 32 13 20 SF 60d 321320 32 16 'f 3 02 41 'i 5 02 41 15 32 11 33 M, ses exhibit ', 32 11 33 M, ' see exhibit 31 2316 32 'f 2 16 32 �216 32 17 23 321723 330514 330514 33 05 1 � 33 05 14 32 17 23 32 17 23 32 91 19 32 99 99 32 92 '13 32 92 93 01 35 13 01 35 13 �A 5Y SY 5Y TN TN CY SY 5Y LF LF EA EA EA EA EA EA CY CY 5Y SY l.5 WD l)ni! I'rice 13ict Vahte $5.�0 $3,000.00' $22.00 $13,200.0a 4 $3,500.00 $'14,000.00 50 $85,00 $4,25d.00 15103 $91.50 $173,684.50 'i189 $1'f.50 $13,673.50 242 $325.Oa $78,650.06 15103 $21.1 1889 $21.1 45 $35.0 �} $35.0 6 $550.d0 1 $5b0.�0 4 $1,500.00 i $1,50D.00 28 $4D.�0 2 $4�.00 42 $35.00 5 $35.0� $9,750.0 $70.0 $318,673.3 $39,857.9 $1,575.0 $140.0 $3,300.Q $5�0.0 $6, 000.0 $1,500.0 $1,120.0 $B0.0 $1,47D.0 $175.0 212 $90.Ofl $2,120.00 19 $1�.00 $19�.00 1 $15,000.00 $15,000.00 7 $650.00 $4,550.00 Sanilaq' Se�tier Rehflbiiilalemi L'ontcac191, Part 2, CP\ 01957 and 11'es�¢lifrt)rainagc [mprocemeals, Phau I, CP\ O1669 Addendum T�. G oa a? .�i �sin eaoposn�. ��6� s �r z i SECTION 0� 42 43 PR�POSALFORM UNIT PRlCE BID Projcct lEein infon3�atiou C3icilisl f I�'o. 55 56 57 58 59 60 61 62 63 $�i 65 Bidder's Application [7cscriE�tioi� S��ccificntion ClE�it of k3id Scclian No. Measure Qua�tlily 32i3.Q351 4" Conc Sidewalk, �xposed Aggregate 32 13 2D Sf 50 3213.Q45i 6" Gancrete Driveway, Exposec! Aggregate 32 13 20 5F 50 3305.�1Q3 Exploratary Excavation of Existing Utilities 33 a5 30 EA 3 3305.0708 Uti[ity Adjustment 33 0514 LS 1 3209 A201 Asphalt Pvmt Repair Beyond Trench Width, 32 01 17 I3idder's E'roposal Unil E'rice $'{ ,500.Of $1 p,p�D.Of 13id Va1ue $2,750.00 $3,250.00 $4,500.OD $10,�00.00 $17,50Q.D0 $10,000.00 $7,500A0 �zzo,000.oa ��20,000.00 $�s,aoo.00 $5,500.00 $3,719,�428.70 SY 500 $35.00 Res'sdential 0171.0101 Canstruction Staking 01 71 23 LS 1 $1�,000.00 0171.0102 Red-Line As-Buill S�rvey 01 71 23 l.5 1 $7,50�.00 3201.0400 Temparary Asphalt pavement Repair 32 01 18 LF 1 D000 $22.00 9999.0001 Construction Allowance - L5 i $12�,D00.40 3471.0001 Traffic Gontrof (pasign-I�sstalf-Maintain- 34 7i 13 �� Remove) a $4,50D.00 3125.0101 SWPPP(Inslall-Mainlain-Remo�e} 3i 2500 LS 7 $5,500.�0 Subtofal Contract 81 Unit 1: Water (WATER� i'ITl' OF POS2T 14'ORTEI Sanilnry tictrer Itiha6ilitaliun Conlrcact Jl, Pai1 ?, ('P\ 01957 aod STA\UAR➢C(3\STRU('316\ SP1:C[[7C��T[t)N llE7t�ll\1EiN7S ��'csSdiffDrainagelrnpioce�neMs, Phase I, CP\ 01669 Revis�d 913 012 0 2 1 AddcnSum �1`a 6 06 �€2 d3 iSlb PROPOSAI. Page 4 of 2l SECTION 00 42 43 PROFOSALFORM UNiT PR10E BlD Projer,l [le�n lnfarn3alinn f1i��I5l �1C13i� �U Descriptio�� ' CO�iTRACT 91 UI�iIT 2, SANiT 333i.4115 8" F'VC Sanitary 5ewer Pipe 1 3331.41'�6 8" Sanitary 5ewer Pipe, C5S Backfi4l � 3 4 5 6 7 8 9 10 19 12 13 'i 4 15 16 97 18 19 20 21 22 23 2� 25 26 27 28 29 3a 3331.4119 8" DIP Sanitary Sewer Pipe 3331.11a2 8° Sanitary 5ewer By Pipe �nlargement Melhod . 3305.30�2 8" Sewer Carrier Fipe 333'[.42�1 16" PVC Sanitary Sewer Pipe S��ccification Scction No. : S�WER IMP! 33 i 1 10, 33 31 12, 33 31 2� 33 11 10, 33 3i 12, 33 31 2a 33 91 10 33 31 23 33 05 24 3311 10, 33 31 12, 33 31 20 3339.4205 10" D.1. Sanilary Sewer Pipe 3311 'i6 3305.i 102 1&" Steel Casing By bther'I'han Open Cut 33 05 22 3331.120'f Service Reinstatement for Pipe Enlargement 3331.3102 4" 2-Way Cfeanout 3331.3iQ1 4" Saniiary Sewer Service 3331.3105 4" Sanitary Sewer Service R�location on ,Pri�ate Property (Inc[ud.ing P{operty Restoration) 024'[.2103 8" Plug for Sanitary Sewer Abandonment ',024i.20�1 Grouting of Abandoned Sanitary 5ewer 3339.0003 Wastewa#e€ Access Chamber 3339.1004 5hallow Sanitary Sewer Manhole 3339.i001 4' piameter Sanitary Sewer Manhole 3339.1D02 4' niameler Sanitary Sewer Drop Manhoie 3339.i003 Extra Deplh for 4' �iameter Sanitary Sewer Manhole 333S.00Oi Epoxy Liner far Sanitary Sewer Manhole 3305.0'f 12 Concrete Collar 3305.0'f 13 Tranch Wa#er Sfops (Clay Dam} 3301 A109 Vacuum 7esting for Sanitary 8ewer Manhole 0241.5001 Abandon �xisting SSMH 0241,2201 Remove Sanitary Sewer Manhale 3'f 1p.0i02 6"-12" Tree Removal 3'[ 10.0 i 03 12"-18" Tree Removal 3i10.�104 18"-24" Tree Removal 3110.�105 24" and Larger Tree Ramo�al 3910.0110 Replace 6" Tree 33 31 23 33 31 50 33 31 50 33 31 50 02 �1 14 02 41 14 33 39 44 33 39 10, 33 38 20 33 39 10, 33 39 2D 33 39 10, 33 39 20 33 39 'i 0, 33 39 20 33 39 60 330517 330515 33 Oi 30 Q2 41 14 02 41 14 3'[ 10 OD 3'[ 10 00 3'f 10 fl0 31 10 00 3i 1 Q Od tJnit of A�fcasurc tOV�MEN LF I LF LF LF LF !.F LF LF EA �A EA L� �A CY EA EA EA EA VF VF EA EA �A EA EA EA �A EA EA �A Bidder's Application 13id Quantity iS (WA7Ef 5138 132 i29 ' 495 143 170$ 22 [3idde�s Praposal Unit i'ricc � i3id Valuc. $70.00 $359,660.00 $185.Oa $24,420.00 $185.00 $23,865.60 $65.00 $32,175.Oa $95.f10 $13,585A0 $995 83 $8fl0.00 14 $1,20Q.00 14 $250.00 1i8 $1,20DA0 1'f650 $52.Q0 19 $1,000.40 75 $250.00 1 $�€,500.E10 1 $5,500.�0 37 5 i07 iG3 44 6 �}�i 20 i6 25 zo $6,506.OD $7,�oa.00 $1 $1,000.0 $750.0 $1,25fl.a $ 9 ,850.0 $2,254.0 $750.0 $136,640.Ofl $4,294.00 $86,40fl.0 $16,800.0 $3, 500.0 $141, 600.0 $605,Sfi0.0 $19,000.0 $18,750.fl $4,500.0 $5,500.0 $240,50€�.G $37,50i1.0 $21,40 d.0 $46,47S.0 $i 9,800.0 $3,OOO.0 $6,600.0 $i 6,OOO.0 $16,OOO.0 $'18,750.0 $25,O�Q.0 $55,500.0 $4,500.0 $15,OOO.0 CITY OI' E'ORT 11'FIRTH Sanilap• Seire� Re1�tUililnFion ('ontmct 91, Part �, CPN 01957 ucid Si'A\i)AHI] CONSTRU('TIO\ SPECIi•TCATIi)\ bCkCU\1F1T5 N'estcli€1'Prlinagc lmpraccmenls, Phase l, CP\ O1GG9 Reviscd 9I3fl1202i AJdend�m� No. 6 06 -02 43 Fll� PItOPDSAI. Pabc 10 oF 2 € �i' � L : � i3idlist 1 No. 31 32 33 34 35 36 37 38 39 4p 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 SECTiON OU 42 43 PROP�SALFORM Projecl IEem EnforcnaEio3i [)escri��tiou 5p�cification ' Seclion No. 3301.0601 Preconslruction CCTV Insp�ction of Sanitary 33 01 31 Sewer Pipe 3301.OD02 i'astconstruction CCTV lnspection of 33 0� 31 Sanitary Sewer Pipe 3305.6'i09 Trench Safety for Excavations � 5' Depl� 33 05 10 32S1.OiE10 TapsQil {50150, 100% Waler) 32 91 '{9 329'f .�'i 00 Topsoil (25I25150 W ater ISewerlStorm) 32 91 '[ 9 3282.0100 81ock Sod Placemenf (50/50, 100% Water} 32 92 'i 3 3292.0100 Block Sod Placerr3ent (25125150 Waier 32 92 93 ISewerl5tarm) 3305.0108 iJtiiity AdjusErrtent 33 05 1�4 3305.0103 �xploratory �xca�ation af Exisling Utilities 33 05 30 3201.0112 5' W ide Asphalt Pvm# Repair, Res'sdential 32 Oi 17 _ 3201.020'f Asphalt Pvm! Repair Beyond Definetf Widih, 32 01 17 Residenlial 02q1.13f}0 Rernove �xisting Concrete Curb and Gutter a2 41 15 (5015D, 100°10 Waferj 0241.13a0 Remove Ex{sting Cancrete Curb and Gutter 02 41 15 (25/25150 WaterlSewedStorm) 3218,�102 Inslall New Concrete Curb and Gutler (maich 32 1613 exisiing} (5015(3, 100°10 Water) 3216.D102 Install Naw Concrete Curb and Gutter (maEch 33 i6 i3 exislinqJ (25125150 Water ISewedStorm) 0241.0401 Remove Exisl'€ng 6-Inch ConcreEe �riveway 02 �1 13 {5pl50, 900%Waier) 0241.0401 F2errEove Exisl'mg 6-Inch ConcreEe Drfvaway 02 41 13 {25125/50 W aier ISewerlStarm) 32i3.0401 It�stal! New 6-[nch Concrete Driveway (50/5D, 32 13 2� 100% Wafer} 32'f 3.0401 Instal! New 6-fnch Cancrete Driveway 32 13 20 {25125150 Waterl5ewerlSiormj 0241.0100 Remave 4-Inch Concrete Sidewa[k {54/50, 33 0'E 3'{ 100% Water) 32'€3.0301 Install New 4-Inch Concrete Sidewalk (54150, 32 13 20 'f 00% W aler) 9999.0062 Install New 4-Inch ADA Wheelchair Ramp 32 13 20 ;(wl detectabfe warning dorne-tile surFace) (50I50, 100% ;Water) '3296.0302 Install New 7" Concrele Valley Gutier (50I50, 32 16 13 ��Q% Wa�Bf� 0241.17�0 11-fnch Pavement Pulverization (50150, 02 41 15 100% Water) D24'f.1700 11-fnch Pavement Pulverization (25125150 D2 41 15 I Waier ISewerlSiorm) :321'f.33 8-lnch Chem-Lime 5tabilization @ 321.bslSY 32 11 33 M, ;(50i50, 100% Water) see exhibit Unit o!' n�feasurc LF LF LF CY CY SY 5Y LS �A L� 5Y LF LF L�' LF SF 5F SF SF SF 5F EA SY SY SY TN Bidder's Applica�ion I3iddcrs Proposal �j� Unit Price Quantity, 7432 $5 7492 212 i9 1 10 $1.D0 $25.00 $25.00 $ 7 �.00 $10.E}0 $�o,oao:oo $1,5fl0A0 188 2437 180 180 2fi73 112 2673 'i 12 f00 6E�0 4 50 15103 1189 242 $35.0 $5.0 $5.0 $25.0 $25.0 $5.� $25.� E3iti Vaiva $37, 9 60.00 $37,875.00 $7,492.00 $�,050.00 $125.00 $2,'f 2fl.0 $i30.� ��a,oao.o $i 5.Oa0A $356,400.0 $6,58Q.0 $12,185A $50�.0 $85,295.0 $6,300.0 $13, 365.0 $560.0 $66, 825.0 $2, 800.0 $3,000.0 $'f 5,000.0 $2,500.00 $1q000.Od $5,500.00 $2i5,000.00 $��.�� $173,6$4.5D $11.5� $13,673.50 $325.00 $7$,650.00 CiTS' C3F I�OR1' 14'OI{7� � Saniiat)' $c�rcr ltehabilitalion Contr3ct 9l, PaA 2, CPN 01957 ond STANP�RI)L'O\STRliC710\ SPI'('Ii�ICA71D\ DDCl��1TiNiS 1VesIcliR'Urainageln�prorecnents, Phase 1, CI'\ 016U9 Rcsised 913 012 02 1 lddendum Nn. 6 ac� az a3 �rn rEzoeos,��. i'agc il orzl UNIT PRICE B�D No. 57 58 59 60 61 62 63 S4 65 6S 67 68 69 70 7i 72 73 74 75 76 77 78 i9 so 81 $2 83 84 85 86 SECTIOIV fl0 42 43 PRO€�05AL FORM Projecl Hem Informatian Bidder's Application 13idder's i'roposal f)cscriptioti SpcciRcalion L)nit of E3ict Sec:fian Nn. A4eas�ire Qua3ttity , 321'[.33 8-Inch Ghem-Lime Slabilizaiion @ 32LbsISY 32 11 33 Ivl, ' (25125150 Water ISewerlStorm) see exh'sbit TN ' 30 3123.0101 Uncfassified Street Excavatio� (25125150 31 23 16 CY Water ISewerlStorm) 2 3212.0303 3-Inch SurFace Course Asphalt, Type" b" 32 12 16 SY (50150, 100% WateC) 15iO3 32i2.0303 3-Inch Sur(ace Course Asphall, Type" D" 32 12 16 5Y (25125/50 Water /5ewerlStorm} 1889 3217.03a5 Stap 8ars Pavement Markings (50/50, 10Q% 32 17 23 Lf W aler) 45 3217,03�5 Stop Bars Pavement Markings (25125154 32 17 23 �F W ater ISewerlStorm) 4 33Ei5.0111 W ater Valve Box Adj�sstment with Concrete 33 05 14 �A CofEar {5p150, i0D% Water) 6 33fl5.01'€1 W ater Valve Box Adjustment wilh Concrete 33 05 14 �A Collar (25l25I5� WaterlSewedSform) � 3305.0107 Manhols Adjustment With Conerete Coifar 33 05 14 �� (b015D, 100% Water) 4 3305.0107 Manf�ole Adj�stment W ith Cancrete Collar 33 05 14 �A (25125/50 Water ISawerlSlorm) � 32i7.50Q1 Painting Curb Addresses {5D/5�, 100°!0 32 17 23 �A Waler) 28 3217.5401 Painting Curb ABdresses (25125/50 Water 32 17 23 �A /SewerlStorm) 2 0241.0500 Remove Fence 02 41 13 LF 15�0 3231.0914 8' Chain Lin€c, Steel 32 31 13 LF 950 3231.0934 8' Wrought [ron Fence 32 31 13 LF 30 3239.0144 8' Steel Tube Fence 32 31 13 LF 3� 323� .04'[ 3 8' Fences, Wood 32 31 13 LF 3U 3231.0213 W ire Mesh Fence, Metal Posfs 32 31 13 LF 3fl 3213.0351 4" Conc 5idewalk, Expased Aggregate 32 13 20 5F 5fl 3213.0451 6" Concrete Driveway, Exposed Aggregafe 32 13 20 3201.0400 7errtporary Asphalt Pavement Repair 32 0'f 18 3231.0113 6' Ghain L.ink Fence 32 3'f 13 0171.0101 Canstruction Staking 01 71 23 4171.01D2 Red-Line As-Built Survey 01 71 23 9999.0003 Temporary �encing - 9999.OD0�4 Landscaping alfowance " - 9999.00D5 Irrigatio€� allowance ' - 9999.0006 Consirucfion Allowance - 3125.0'f09 SWPPP (Inslall-Maintain-Remove) 3'� 2500 3471.D009 Traffic Control (]nstail-Mainta'sn-Remove} 34 71 i3 Subtotal Car►tract 99 Unit 2: Sar SF LF LF' L5 �s L� LS LS t5 LS MO Sewer 13ni1 I'rice I3id \'ahie $325.00 $9,75� $25.fl0 $21.90 $21.10 $25.00 $1 $1 $40.00 $40.00 $5.00 $25.00 $65.00 $65.00 $25.�0 $30.OD $50.00 $318, 673.34 $39,857.9Q $1,125.00 $10D.00 $3,300.00 $550.04 $6, 000.00 $1,500.04 $1,120.OQ $80.00 $7,700.00 $23,75�.OQ $1,950.00 $'f ,950.00 $750.D0 $900.E10 $3,250.00 $70 $22 1 $15,006.0(7 � $�o,00a.oa 5a0 $'E6,00 1 $110,000.00 1 $25,000.00 1 $150,000.0� 1 $5,000.00 a �a.�oo.00 $3,500.0 $13,684.0 $12, 375.0 $15,000.0 ��o,000.a $5,000.0 $1 'f 0, OOO.fl $25,OOO.D $150,ODD.O $5.000.0 ��s,00a.o $4,Q23,655.2 CI71' C31'!`ORT 1V0117�11 SaniSaip Sesser ftehabiiilatson Contcacl 91, Patt ?, ('PN O1957 anJ STA\llAlt13 Ct3\STRlfC770\ SI'IiC1i�ICAilO\ PpCLf\1['Ni5 15'cstclifl�llsainagc ImprO��Ci11Frt15, Ph3SC I, (.'P\ OIG69 Re��ised 413 012 02 1 elddenduir� \a. 6 00 42 a3 €Si l) PKOPOSAL Pagc I? af 21 SECTION OU 42 43 PROPOSALFORM ..L .. . � ► . . E'roj��i lteEn 13ifonnation [3idiist iteuo llcscription No. `W�STCLlFF. 1 0241.i303 Remo�e 8" Wafer Valve 2 3311.Q252 8" DIP Water, CSS Backfill 3 3305.DDD3 8" Water Line Lowering 4 3312.3fl03 $" Gat� Val�e 5 331'f .6001 Ductife Iron Water Fittings wl 6 3312.2003 9" Wafer Service 7 3312.2001 1" Water 5errrice, Meter Re 8 3304.0101 �'emporary Water Service 9 3305.0109 7rench Safeiy �p 32D1.0400 TemporaryAsphalt Paving R HMAC on 6" Flex Base 'f 1 617'i.Q'i41 Cnnsfruciion Staking �2 0'l7i.0i02 As-BuiltSur�ey 13 3305.0202 Imported EmbedmenflBackfil 14 3305.0203 lmporled EmbedtnenflBackfi! 15 3345,0207 Imported Embedrr�enUBackfil 1B 3471.0601 Trafiic Control 9999.000'f Miscellaneous Ufilily Relocati �� af�owance) Field Order Allowance Bidder`s Application k3ic3dcr's I'ro]�osal S zecificnEicu� llnii of t3id Sectio�3 No. �leasure Quantity �niE Price Bict >>alue UNIi 1: WAT�R iMP1iOVEAA�NiS (TPW) ' 02 41 14 �A 1 $300.00 $34D.00 331110 L�' 6843 $i85.OD $125,80D.00 33 �5 12 EA 'f $5,540.0� $5,500.00 33 12 20 �A 2 $1,85D.00 $3,700.00 Restraint 33 1'i 'f 1 TON 1.5 $7,500•00 $1'E,250.00 331210 EA �I $'[,50�.00 $6,�OO.DO conneciion 33 'i2 '10 EA 4 $500.b0 $2,OD0.00 33 04 30 LS 1 $3,500.00 $3,5DO.OD 33 05 10 LF 5� $1.00 $50.00 epair {2" 32 �'� 18 LF Q1 71 23 LS �'! 71 23 LS I, CSS 33 0510 CY I, CLSM 33 05 10 CY f, Select Fi[I 33 05 10 CY 34 71 13 MO on (irrigation - �s 'W - �A Subtotal Westciiff Unit 1: WaEer 730 $25.00 1 $2,506.00 1 $1,500.00 25 $15(1.00 25 $25E3.00 25 $25.00 1 $4,500.Q0 1 $6aQ.00 000 $9.00 $18,250.00 $2,soo.ao $1,50d.�0 $3,7547.Q0 $6�250.[i0 $625 AO $4,5DOA0 $6�0.00 $2Q�OOO.QQ $216,075.00 Ct�i \' OI' }'UEtT 14'03tiE1 Saioilary' tietrer ltcha6ililaiioo Conliacl 91, Paft 2, Ci'\ 01957 aikd S7?�Tl)ARI) CP\S'TRUCTI6\ SPF:CIPtCATIQ\ PRC[1\fLNi�S 11'estcliff Urasnage lntprorcnkcnts, Fhase l, CP\ 016G9 RcS�iscd 4130f20? 1 Addendum Ta. 6 uo az a� f9iP I'3tQE'OSAL P1�'E � i Of 2 � SEC710N 00 42 43 PROP05ALFdRM UNIT PRICE BID f'rnjccl Ilc3t� 6tfnnnation i3id1€st Iten� i7cscription N o. `W�S7CLIFF UNI7 2: SANITAR 1 024't,2143 8" 5ewer Abandonment Plug 2 333i.4� 19 8" DiP Sewer Pipe (Acceptable bacicfll} 3 3337.�4116 8" bIP Sanitary 5ewer, CSS backfill 4 3305.0116 Concrete Encasement 4or Utifity Pipes 5 3339. 9€�01 4' Manl�ole 39 1�03 4' Ext D th M h i V rf' 4 f t>6-fl l3idder's ]'roposai Specificalirni Un'sl c�!' ��� �nit 1'rice 13ict Value Sec[ion No. t�leasure Quanli€p SEWER IMPROVEMENT3 ("CF'WJ 02 41 14 �A 1 3311 'f0 LF 64 $985.fld $11,i00.D01 33 � 9 10 LF 755 $205.00 $154,775.00. 33 05 i� CY 3b $200.04 $7,000.00 33 39 10, 33 39 20 �p` 9 $5,50d.00 $49,500.00 6 33 . ra ep an o e( e Eca ee 33 39 'ia, VF 17 7 8 9 70 1 '[ 12 13 14 15 16 �7 �8 19 20 21 22 33 39 20 3339.0004 Epoxy MH Liner - 4' Sewer MH 33 39 60 VF 33a5.0112 Concret� GoElar (MH} 33 !}5 17 EA 334ii.0101 Manhole Vacuum Testing 33 01 30 EA 3331.3901 4" Sewer Service (with 2-way cleanouts) 33 31 50 EA 33fl1 AO£�2 Posf-CCTV lnspection 33 01 31 LF 3303.0001 Bypass Pumping (�15" pipe} 33 0310 L5 33D5.0103 �'xploratory Excavalion of �xis#ing L�tilifies 33 05 30 EA 3305.0109 Trench Safety 33 05 10 L.F 3201 AAOQ Temparary Asphalt Paving Ftepair (2" 32 01 18 L� HMAC an 6" Flex Base Oi71.0101 Gonstruction Staking 01 71 23 LS 0'f71.0'f62 As-Built Sur�ey 01 71 23 k.S 3305.0202 Imporied EmbedmentJBackfill, CSS 33 05 10 CY 3305.0243 Imporied �mbedment/8ackfill, CLSM 33 05 10 CY 3305.Q207 Imported Emt�edment/8ackfilE, 5elect Fill 33 05 1 D CY 3471.(30Q3 Traffic Contrnl 34 79 13 MO Bidder's Application 1 8'{ 5 1 3 815 815 � � 25 25 25 1 9999.00O�i Miscellaneous lJtility Relocation {irrigaEion - L5 al lawa�ce) � 9999.D0C12 Field Order Aflowance b iPW - EA 2F}OOC Subtotal Westc[iff Unif 2: 5anitary Sewer (TPW; $200.00 $3,4��.00 $325.a0 $14,95Q.00 $450.E3D $4,054.00 $150.00 $1,35E3.00 $1,560AD $1,50f7.D0 $5.00 $4,075.00 $5,500.D0 $5,500.00 $1,500.00 $4,5D0.00 $1A� $815.E30 ��,�aa.00 $�,000.oa $15�.00 $225.00 $25.00 $4,500.00 $600.�0 $� .00 $20.375.OD $1,5QD.0a �i ,000.oa $3,75DA6 $5,625.00 $625.00 $4,500.0� $600.00 $2Q000.00 $320,490.�0 CIT]' OF 1'OEi'f R'ORTFI Sanitaq• Se�cer Rehabilitalion Coiflrac191, E'ar12, CP\ 01957 and STANt)ARl7 C:DNSTRUCT[O\ SPE'['l l'EC'+1710N []OCfI\1Fi\TS N'csiclilF Drainage litipro�'eanents, Phasc l, CP\ Oi569 Reviscd 9130l2D21 Addcndum Nu. 6 ao aa a3 13[U S'ROPOSAi, i'agc 14 nf 21 SECTIOM1f 00 42 43 PROPOSA�FORM UNIT PRICE BID Yroject [teu� luformatiun F3iciiist , No. 1 2 3 4 5 � 7 8 9 i0 11 92 93 14 15 16 1i 18 19 20 21 22 23 24 25 26 27 28 29 3€3 31 llcscriptioa� ' WESTCLIFF UNIi 3: 3125.�101 SWPPP z 1 acrE 3471.0041 Traffic Control 3471.OD02 Poriabie Message Sign 0171.�101 Construction Slaking 0171.0102 As-Built Sur�ey 0241.1013 RemQve $" Waterl.ine 0241.101 S Remave 12" Waler Line 02412013 Remove 8" 8ewer Line 0241.2209 Remo�e 4' Sewer Manhale 024'{.3013 Remove '[8" Slarm Line 424'[.3D15 Remove 24" 5torm Line 0241.3Q24 Remove 54" Stnrm Line 024�i.3025 Remove 60" Storm k�ine €124i.4001 Remove 10' Curb Inlat 02A1.31 i�4 BO" Storm Abandon►nent P[ug p241.3001 Slorm Line Grouling (60"j 0241.0800 Remove Rip Rap 3341.020i 2'!" RCP, Class !II 3341.0205 24" RCI�, Class fil 3341.0309 36" RCP, Class III 3341.6542 54" RCP, Class Ill 33A1 A602 60" RCP, Class Ill 3341.1405 7x7 Box Culvert 3341.15�2 8x5 Box Culvari 3341.2Q41� 10x7 Bax Culvert 3341.2p05 10x8 Box Culvert 3349,5001 ifi' Curb Inlet 3349.5002 1b' Curb inlet 33g9.5003 2Q' Curb Inlet 3349.8001 10' Type 21nIeE 3349.8003 20' Tvne 21nIeE 32 3349.0006 Siorm Junction Siructure 33 3349.Oa02 5' Siorm Junetion Sox 34 3349.0104 �' Stacked Manhole 35 3349.D108 Nlanhole Sleps 36 3305.0192 Concrete Collar 37 33fl5.0109 Trench Safely 38 3201.0400^YemporaryAsphalt Paving Repair (2" C€T5' OF f'ORi' 1YORi�IE STANPAR1lC(J\57Rl1CTi0\ SPF:CIFiCA'iI0\ 1)QCii�1€-\'TS ReS�ised 913(I12021 S��ccification UEtit of Seclion No, kleasiErc ;� �MpRpVEMENT3 31 25 00 LS 34 71 'i 3 MO 3471 i3 WK 03 71 23 L5 p1 71 23 LS 02 41 14 L� 02 41 14 LF 02 41 14 LF 02 4'� 14 EA 02 4� 14 LF 02 a1 14 LF 02 41 14 LF 02 4i 14 LF 02 41 '! �4 EA 02 49 14 �A 02 41 9 4 CY �2 41 13 SF 33 a1 10 LF 33 41 10 LF 33 41 10 LF 33 �1 10 LF 33 41 10 �� 33 41 10 LF 34 4'f 10 l.F 34 41 10 L�' 34 41 10 LF 33 49 20 �A 33 g9 20 EA 33 49 20 EA 33 49 20 �A 33 A9 20 EA 33 49^10, �A 33 49 i 0 �A 33 49 9 Q EA 33 4910 EA 33 05 17 �A 3306 90 LF 32 01 98 I LF Bidder"s Applicatiort I3idders I'ro��c�sal i3ici I Unit Pricc � t3id Value Quas�tity � ' •PW� _. : � 1 $15,0�0.00 $15,OOD.00 10 $5,5E10A0 $55,(�00,00 'f04 $550.00 $57,200.00 1 $15,000.00 $15,0OO.OD 1 $10,006.06 $10,OOD.E}0 590 $15.OD $7,954.00 600 $25.00 $'E5,000,00 755 $25.00 $18,875A0 3 $9,000.40 $3,OEf0.00 55 $45.00 $2,475.00 61 $50.00 $3,450.0� 630 $60.00 $37,800.OD �428 $70.00 $29,960.00 8 $1,50d.00 $12,000.00 4 $3,500.00 $14,000.00 435 $150.04 $65,25Q.Q0 120p $'f5.00 $18,000.60 225 $85.00 $19,i2S.D0 65 $90.00 $5,$50.00 28 $106.00 $2,800.00 '[0 $60Ct.00 $6,000.00 14 $70f3.D0 $7,000.00 1184 $944.40 $1,117,696.00 1094 $933.00 $1,020,702.00 595 $1,245.00 $740,775.00 672 $1,290.00 $866,880.00 4 $6,500.00 $26,000.40 1 7,50�.00 $7,500.00 96 i2,500.�0 $2D0,0{10.00 1 7,500.[#0 $7,5fl0.00 3 15,ODO.aO $45,OD0.00 `* 160,OOO.i30 $64D,000.00 �[ 65,0�0.00 $65,000.00 7 i5,000.00 $145,aoa.oa 289 15.00 $�3,335.00 E3 550.DD $4,900.00 4016 9.00 $4,Qi6.00 9016� 40.00I $i6fl,640.00 Sani�aq' Scu'er Rchabililaliun ConFracl9l, Part ?, CP\ O1957 and 1Vc51cliff €)rainage Intproti�ciueizls, Phase I, {'I'T 01 Gb9 Addeadwi� \o. 6 06 d2 d3 lll ll 1'ItONOSAi. Page 15 of 21 SECTION 00 42 43 PFtOP�SAL FOftM .. . � � , . Projcct Ilent [ul'orroatioE� i3idlist f N o. 4� a� 42 43 A4 45 46 47 48 49 50 52 53 54 55 56 57 58 59 Bidder's Application Ucsctiplim� Speci�catio� U3�i1 of [3id 5cction No. A[easi�re Qisantity 3110.0901 Site Clearin 31 10 00 LS 1 3910.0102 6"-�2" Tree Remaval 31 10 00 �A 7 3110.0103 12"-18" Tree Remaval 31 9Q a0 EA 3 31'i0.0104 18"-24" Tree Removal 31 10 00 EA 2 3123.010i llnclassified �xcavation by Pfan 31 23 16 CY 756 3123.0103 6orrow by Plan 3i 23 23 CY 266 3137.0104 Medium Stone Riprap, dry (placed, 18") 31 37 00 SY 640 3232.020i TxDOT Std Rel Wall - RW 1 L A 32 32 i3 SY 92 3292.0�00 Black Sod Placement 32 92 i3 SY 1900 9999.a001 90" RCP, Class III or 5fee{ Pipe 33 41 10, L� i5 33 'i 1 14 9999.0002 12" RCP, Class III 33 41 i 0 LF 20 9999.0008 Pro#ect �ranchise Utikities (including bracing _ �S 1 for ower oles 9899.0004 Concrele Ste s see detail CY 10 9999.0005 ADA coEnpliant Handrail see detail L.F 19 '�9999A006 TxDOT Headwall PW-2 (54') see detail EA 'i '9899Ai307 Clean culverts u�der walfcing path - LF 45 ,9999.O�D8 Remove temporary stormwater pumping see exhibit EA 1 '�assemt�l '9999.OD09 Remove tern ora oritice restrictors see exhi�it L�A 3 9999.0010 i2e air stormwater arch 's e see defail EA 9 9999.0011 Miscallaneous Utility RelocaEion (irr�galio� _ �5 � a Ilawance 9999.E1012 Fisld Order Allowance (by TPW ) - �A i 00000 Subtotal Westcliff Unlf 3: Drainage Improvements (TPWj E3idders Pn�pasat LfEiit 1'ricc l 0,00fl.00 500.00 1, Ob0.00 2,500.00 35.00 250 25a 10 0 15, 'f 5, 38, 500.00 '150.00 3,5ti0.00 3,500.00 10,OOQ.00 10,OOa.00 1.00 liid Vutuc $1 p,000.00 $3,500A0 $3,oao.oa $5,DOO.�Q $26,460.00 $9,3'[ 0.00 $164,DOO.OQ $23,000.00 $19,[300.00 $22,�D0.00 $1,700.00 �� �,oao.oa $150,OOOA� $40,450AD $38,54�0.00 $6,750.�d $3,506.00 $i 0,500.0� $10,OOa.O(l $ 9 0,000.00 $100,�00.00 $ 6,073,949.00 C€71' OF 1'OEt I- 15'ORTkE Sanilaq� Serrer Reh�bililntinn Contract 91, Part ?, CP\ 01957 aiul 57?�\Pe11SEl C'U\S'fRUCi[<)\ 53'F.CII'iCA"€[O\ ll(x'i7\SE�7S R'estelifl�llrninage tmprovemcnls, L'hase ], CP\ O1GG9 Rc�°is�d 91,L(�1?0� 1 ASdenJum No.6 ao az aa Et]ll PROPOSAI. Pabc IGof2l SEC710N 00 42 43 PROPOSAL.FORM r �r � , a Bidder's Application I'rojccl [lciat FnfonnatioE� iiidcler's Proposal E3id€isl [ten� Specifcaliou f]E�it c�f I3id , f llcscriplia�t EJnil I rice 13id � aEuc No. Section iVc�, [v[ensure Quanlily W�SiCL1FF UNlT a: PAVlNG IMPROVEMEfVTS (TPW) 9 0171 A101 Gonstruction Staking 01 71 23 LS 'f S,S00.0a $S,5{iO.OQ 2 0179.0102 As-Built Sur�ey 01 71 23 l.5 1 5,0�0.00 $5,oaa.oa 3 �241.0401 Remove GoncreEe Drive (100% Trail La[ce, a2 41 13� SF 2514 Manderl see exhibit 5,00 $12,570A0 4 0241.0401 Remave Concrete Drive {50% Anita, 02 41 13, SF 1263 5utfolk see exhi6it 5.D0 $6,315.0(l 5 02a1.Q402 Remove Asphalt L rive D2 �41 i3 SF 740 $5.Q0 $3,70�.00 6 0241.10D0 �temove Conc Pvmt 02 41 15 SY 361 $5.60 $1,805.00 0241.1300 Remave Conc Curb � Gulter (900% Trail 02 41 15, � �ake Manderl see exhibit LF 2652 $7,�0 $19,890.60 $ 0241.1300 Remove Conc Curh & Gutter (5fl% Anita, 02 4'[ 15, LF 1159 5uftolk ses exhibit $7.50 $8,592.50 9 0241.1400 Remove Conc Valley Gutier (5D% Aniia, 02 4i 15, SY 10 Suf(alk see �xh'sbit $7.50 $75.00 10 3217.4307 Ft�mo�e Raised Marker 3217 23 EA 255 $2.00 $510.00 ,�� p241.'f70D Pavement Pulverization (11" pulveriz�, 3" 02 43 'i5, SY 4944 cut i00°10 Trai! Lake ManderE see sxhibit $11.50 $56,8b6.00 �2 0241.�t7fl� Pavemenf P�Iverization {11" pulverize, 3" QZ 41 �5, SY 2878 cul 50% Anita 5uffolk see exhibit $'f 1.5� $33,097.00 93 32'f 1.080D Cement (26 Ibslsy) (100% Manderly} �2 '{3 93' TbN 29 seeexhibit $335.00 $9,7'f5.00 14 3211.OG00 Cement (26 Ibs/sy] {50°/a Anita) 32 �3 13, ��N 8 see exhibit $335.00 $2,680.00 3212.03D3 3" Asphalt Pavement 7ype D(9d0% Trai! 32 12 16, 15 Lake Mander[ see exhibit �Y 4944 $21.10 $104,318.4C �� 3212.4303 3" Asphalt Pavement Type D(5fl% Anita, 32 i2 16, SY 2878 Suffolk see exhibit $21.10 $60,725.8C 17 3213.4i�4 9" Conc Pvmt 32 1313 SY 369 125.00 $45,125.00 �$ 3216.d301 7" Canc Va11ey Gutter, Residential (50% 32 36 13, SY 10 Anita Suffolk see exhibit 125.00 $1,25(I.00 3216.Q1D1 6" Conc Curb and Gutter ('i00%7rail Lake, 32 16 13, 19 Manderl ses exhibit �'F ��52 35.00 $82,82Q.00 3216.p161 6" Conc Curb and Gufler (5a% Anita, 32 96 13, �� Suffolk see exhibit LF 1159 35.00 $40,565.00 3213.04�1 6" Concrete Driveway (140% 7rail Lake, 32 13 20, 2� Manderl s�e sxhibif SF ��5� $20,00 $65,08f?.�C 22 3213.�401 6" Cancrete Dri�eway (50% Anita, Suffolk) �2 13 20, SF 1193 see exhibit $2�•�0 $23,860.00 3213A451 6" Concrete Driveway, Exposed Aggregate 32 13 20, 23 E50% Anita. Suffolkl see exhibit SF 7� $25.E10 $1,750.�C CI11' OF FORT 1�'OIt 17{ S'I'AN�ARP CO\$IK11(`I-10\ SPt:CIFICATI(3N [)OCU\fl?\�€S Kcrsscd 9l30120?I tianila�y Seu�e� Kcha6ilitatioa {'antract 91, Part 2, CP\ 01957 flnd 11'cstdifl� Urainagc [mpro5�cnlenls, Phasc !, CP\ O1669 Adde:idiim \o. 6 0o az a � R[D P€tOPOSAI. Page 17 of 21 L ► ' : . '� �, . F3id€is[ I No. 24 25 2& 27 za 29 30 31 32 33 34 35 36 37 38 39 40 41 42 SECTIOIV pp 42 43 PROP05AL �OftM Projecl Item 1«Eorn3alion Bidder"s Application 13idder's E'ro��ns�l Descri��lion Specification l.Juitof 13id StctioEi No. i�deasurc Quantity 3291.�10D 6" Topsoi! (900% 7rail La[ce, Manderly) 32 91 19, CY �03 see exhibit 3291.0100 6" Topsoil {50% Anita, Suffofk) 32 91 19' GY 45 see exhibit 3292.010� Block Sod Piacement (100% Traif Lake, 32 92 13, 5� 613 Manderl see exhibit 3292.0100 �lock Sod Placement (50% Anita, Suffolk} 32 92 13, SY 267 see exh€bil 3217.50Di Curb Address Painting (100% irail Lalce, 32 17 25, �A 24 Manderi see exhi6it 3217.5001 Curb Address Painiing (5fl% Anita, Suffolk) 32 'f 7 25' EA 10 see exhibit 33E�5.03Q7 Manhole Adj�siment, Minar {100% Trail 33 �5 14, EA 16 Lake Manderl see exhibit 3305.0907 Manhole Adjustment, Minor (5fl% Anita, 33 05 14, EA 4 Suffolk see exhibit 3305.01'f 1 Vaive Box Adjustment (wlConcrete Collar) 33 05 14, �A 5 100% Trail Lake, Manderl see exhibit 3306.0111 Valve Box Adjustmant (wlGor�creEe Collsr) 33 05 14, EA 7 50%Anita Suffolk see exhibit 3441.1833 �telocate School Zone Flashing Assembly 3q 41 90 EA 1 (Solar) 3217.200'i Ra{sed Marker TY W 3217 23 EA 255 3217.2103 REFI. Raised Marker TY II-A-A 32 �7 23 �A 7 3217.0002 4" SE.D Pvmt Marking HA5 (Y) 32 97 23 L� 270 3471.000� 7raffic Cnntrol 34 71 13 MO A 9999.400� 8-lnch Chem-Lime Stabiiizafion @ 32 1'f 33 M, T�� �� 32LbsISY (100% 7rail Lake, Manderly) see exhibii 9999.0002 8-Inch Chern-�ime Siabilization @ 32 1'i 33 M, ��� �� 32LbsISY (56% Anita, Suffolk) see exhibit 9999.0003 Traffic Guard Fence - i.F '[2� 9999.(1004 Field Order Allowance (by TPW) - EA 5000C Subtotal Westcliff Unit 4: Pavinq {TPW; Un€t k'r€cc $1 $1 $40.00 $1,500.00 $1,50D.00 $550.00 $5541.00 $15,000.0 $10.� $9 13i[I Valt�e $2,575.00 $1,125.00 $6, i 30.00 $2,670.00' $950.00 $400.00 $24,000.00 �s,aao.00 $2,750.D0 $3,850.00 $15,00�.00 $2,550.�0 $145.Q0 $4, 05D.00 $22,OE}0.00 $28,925.�0 $16,900.00 $3,125.00 $50,000.00 $798,0't 4.70 CIiS' OI° FOIi�T SYOR"IH Sanitary�Sccerr Itchabililalion Conlracl9l, Part 2, Ck'\ 01957 and SrAhCIAitCI CO\S7 [tIICT 10\ SFIiC3FICAT[(7\ llOC€1 \fE�TS 1l'estcli ff �rainage Improcemenls, I'hase l, CP\ 01669 Etcc�iscr19130720? 1 AdJcndum No. b 00 42 33 Elib E'R6POSAL F'age 18 of21 s�crior� oo az as ��o�osA� �a��n UNIT PRICE BID Bidder's Applica�ion Projecl Ilc�n ]n!'armatinn 13idders ['ro��osal $idlist Ncrn Specificatipn Unit of F3id llescriplion SecEiwi No. il9easure Qaa3ttity �)13€[ PftCC I3id \�alue �6. WESTCL[�'F UNiT 5: I.ANDSCAPf.NG (iPWy 1 0171.Q'I01 Construciion Stakin 6�[ 71 23 LS 1 $250.�0 $250.00 2 3292.Q400 Seedin , Native Trail Mix 32 92 14 M SY 471 $10.00 $4,790.00 3 3293A100 Texas Redbud (3" cal} 32 93 13 EA 4 $9,000.€}0 $4,OOOA� 4 3293.0101 Ne11ie R. Stevens Holly (45 galj 32 93 13 EA 6 $1,000.00 $fi,00DA0 5 3293.0102 Chinkapin Oak (3" cal) 32 93 13 �A 2 $1,2DD.00 $2,4flp.pp 6 3293,0103 Red Cedar (3" ca6} 32 93 13 �A 2 $1,000.00 $2,000.00 7 3293.p104 Cast Iron P�ant (3 gal} 32 93 13 �A 26 $40.00 $1,Q40,00 8 3293.0105 Sideoats Grama (3 gal) 32 93 13 EA 'fA9 $40.00 $5,960.00 9 3293.0106 Artic Fire bagwaad {3 ga!) 32 9313 EA 64 $45A� $2,430.00 10 3293.0107 Oakleaf Hydrangea (3 gal) 32 9313 EA 20 $46.00 $800.�0 1 i 3293.0108 Garal Moneysuckle (3 gal} 32 9313 EA 27 $40.00 $1,OSO.DO 12 3293.Oi€}9 P�anE Sedding Mix ('i2") 32 9313 CY 115 $1p0.04 $1 i,500.00 13 3291.�100 Topsnil {6") 32 91 19 CY 79 $55.�0 $4,345.00 'I4 3290A'[00 Irrigafion 32 9010 K LS 1 $'f8,000.E�0 $18,OOQ.00 i5 323�.0133 6' Wraught Iron �ence 32 3i 13 LF 325 $1�45.00 $47,125.00 5ubtotal Westc[fff fJnit 5: Landscaping {TPWj $111,640.04 $218,320.0( ' Dfd Sun3n�ary Base l3id SubtaEal Confrac# 91 Unit 1: Water (WATER) 5ub#oEal Confraci 91 Unit 2: Sanitary Sewer (WAT�ft) Sublofal Wesicliff Unit 1: Water (TPW) Subtota! Westcliff ilnit 2: SaniEary Sew�r (TPW) Subtotal Westcfiff Unii 3: Drainage Improvements Subfotaf Westcliff Unit 4: Pa�ing (TPW) Subtotal Westcliff Unit 5: Landscaping (TPW) Alfcriintc Bld I)cd��cfive Allernate 1)it3 Addill��e Aitcrnntc l3id $3,119,428.70 $4,023,555.2fl $216,075.00 $32fl,49Q.00 $6,073,949.Od $798,014.70 $111, 640.00 TnE�I 11nsc '1'olnl A[Ecrnatc �_ _ 1 '1't�tal 13ccl�ictive Altcri�ntc � Totnl Addiliti•c rillc��nntc 7'ota113id $�4,663,252.50 k;\1) OI� SECTIO,\ Cfil' UP F�DIdT 4YOR7H 51'A\�AidE) C[)\SiRUCTI�\ SP1iCtE�7CAT[il\ D{)ClI\il?NT5 €2cviseJ 9130I3021 Sanila�p Sex�cr itrha6ili�a;inn Contract 91, I'a�t 2, CP\ 6i957 a�id 1\'eslrlitl�llratnage [m��roccmenls, I']iase I, L'P\ OI6G9 Addendum \0.6 � ,.MERCHA_1�TT� BQNDING CQMPANY„� ;ViEI�C:HANTS �3UNDlNG COMPAhlY (MUTUAL) 1'.O. I�OX 1449$, DES MOINES, I�WA 5030G-3498 PHONE: (8a01 678-8171 FnX: (S1S) 243-3854 BID BOND PUBLIC WORK Bond No. N/A K�fOW A�L PERSONS BY Tl-I�SE PRESENTS: That William J. Schultz Inc. dba Circle C Construction Com an �'. O. Box 40328 �'ort Worth TX 7b 140 (here�naffer called the f'rincipal) as Principal, and the \�erchai�ts I3onding Company (A�lutual} (hereinafter called Surety), as Surety, ara held and firmly bound ta City of �`ort Wortla, 1000 Throckmorton Street, Fort Worth. Texas 76102 (hereinaf#er called the Obligee) in the full and just sum of ( 5% of Greatest Ama�►nt Bid Five Per Cent of Greatest Amount Bid Dollars gaod and lawful money af the United States of America, to the payment af which sum of money well and truly to b�: made, the Principal and Surety bind themselvas, their heirs, executors, adrrtiinistrators, successars and assigns, jointly and se�eraliy, firm{y by these presents. Signed and ciated this 2nd day of Decemb�r 2021 �'H� COf�D[TIQ�I OF �HIS OBLIGATION IS 5UCFi, that, if the Obligee shall make any award to the Principal for Construction af Sanita�•y Sewer Rehabilitation Contract 9I, Part 2, City Project No. 0195'1 and WestcliffDtainage Improvements, Phase I, City ProjectNo. 01669 according to the terms of ih� proposal or bid made by the Principal therefore, and the Principal shall duly inake and enter inta a contra�t with the Obfigea in accordance wi#h the #erms of said proposal or bid and award, and shall give bond for the faithful performance ihereof with the Merchants Bondi��g Compaity (vititualZ, ,, as Surety, or with other Surety or Sureties appro�ed by the Qbligee; ar if the P�incipal shall, in case of failure Ea do so, pay to the Obliges the damagas which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bnnd, ihen this obligation shall be null and void; othennrise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety ha�e caused these presents to be duly signed and sealed. Witness: By Witness a �-�urety: `� l�t�e�te � � :��,� ' � �'-`--> - X � � ���J � � , $ Johu A.�ivliller Y William .T. Schultz, . dba Circle C Construction C Princi�a] U]eechants She��yl A Com�aiiy {Mut�ia9 � itt Attarney-in- 00�10333 (2l�5) ��c �s BC]NDING CQMPAi�IY,w Pow�� oF arroRNEY Knov� AI[ Persons By These Presents, that M�RCHANTS BON�ING COMPANY (N3U7UAL) and MERCHAI�TS NATIONAL BdNDING, IHC., both being corporatinns ot the Staie of Eowa (herein collec€ively called the "Campanias"� da hereby maka, canstiiute ar�d appaint, indi�iduaily, John A Milfer; Joi�n R 5facktan; Shary1 A Kluiis their true and lawfu[ Aitorney{s}-in-Fact, to sign its name as surety(ies) and to exeeute, seal ar�d acknowiedge any and all bonds, undertakings, contracls and other vlriiten inslruments iri ihe nalure i3�ereaf, nn behaff nf ihe Companies in iF�eia business of guaranleeing ihe fdelity of persans, guaranteeing ihe performance af contraets and executing or guaranteeing bands and undertakings required or germittad in any actions ar proceedings allowed by lav1. This Pnwer-o#-A1lorney is granfed and is s'sgned and sealed by Eacs4m91e under and by aulhority af 1he follav�ing By-Laws adopted by ihe Board of Direetors of Merchanis Bonding Campany (Mutual) on April 23, 261� and amended August 14, 2d15 and adopteat by ihe 8aard of Rirectors of Marchants Nat'sona[ Bonding, Inc., on {3ctober 16, 2015. "The Prasident, Secreiary, Treasurer, or any Assistant Treasurer or any Assistani Saeretary or any Vica F'resident shall have power and authority to appo'snt Attnrneys-in-Fac1, and to authorize lhem €o execuie on behal# of [he Cornpany, and attach ihe seal of the Company there;p, t�pnds and underEak�ngs, recognizances, caniracis af indemniiy and other writings obtigaiory in the nature Ehereof." 'The signature of any aufhorized oifcer and fhe seal of the Company may 6e a�xad by facsiR�ile or eiectronic transmission to any Pnwer of Atiorney or Certification ihereof authorizing the execution and delivery of any bo�id, �anderiaking, recognizance, or other suretyship obligations of the Company, and such signaiu€e and seai when so used shall have ihe same force and efiect as though menually fixed." In connection wiih obligacinns I�i favor of the Florida Depariment of Transportatiait anly, it is agreed that ihe power and aui hority hereby given to the Aiiorney-in-Fact inciudes any and all consents for the refease nf retained perceniages andlor fnai estimates on engineering and consiructian cnniracSs required by the State of Florida Departm�nt of Transportatian, li is fu11y understoad that consenting to the Staie otFlorida �epartmeni of Transparlation making payment af the fina9 estimaie to the Contracior andlor its assignee, sha41 not reEieve lhis surety company of any of ifs abligations under its bond, In connectian wiih ob€igations 'sn favornf the Keniucky Department of Highv�ays anly, it is agreed that the power and authority �ereby given to €he Atiorney-in-Faci cannot be modified or revoked ursiess priar written personal notice of such intent has baen gi�en to tha Commissioner- Departmani ot Highways of the Commarnvealth af Kentucky at least thirly (30} days prinr to the modificaiian or revocation. [a Wiiness Whereof, the Companies have caused i�is i�sirument to be signed and sealed this 111h day af February , 2p2p . �,,,��.u,... ..... ,... �,,•'��►QNq���.,�, .•��t��,Cp'�. �`��•pAppR,�'�O "� : Qy�;�� F��'�l�qp9��. ��RCHANTS NATEONA BONDING,( NG UAL} �a:�= -�o� rv'a� .�:�' -o- �: . ;v�� 2�03 ,:���� :��'� 1933 �c' sy � ':d' `� '•y`'d• `c:• � , 3�� , , �•a,•' • 3� .��°� • � '�,�9/ �•. ..•����. .�r�.. �y .• ���• Presrdent SY�1TE fl� �a111/il ��'"ri�ia���taa o �� �� ��� COU%i7Y O� DALLAS ss. Qn this 111h day af February 202D , before ma appeared Larry 7aylor, to me personal[y known, wha baing by �ne c€uly s�vorn did say that ha is President oi MERCWANFS 60NdlNG CO#ti/IPAtJY (MUTUAL} antl MERCMANTS NA7EONAL BONDING, INC., and that the seals aTTixed io the #oregang inslrumsnt are 1he Corporate Seals of ihe Companies; and fhat the said instrurtaent was signed and saaled in behalF of i�e Companies by auihority of fi�eir respective Baards of Directors. �PRiac s ppLLY MASON � . o q Gomr�ission Number 750576 ����p� � ° ° ° ° �` My C�mmissian Ex�ires � �o P+ Jar�u�ry 07, 2023 Notary Public (�xpiratian o# natary's commission does r�ot in�alidate this instrun�ent) I, William UVatner, Jr., 5acrefary of MERCHANTS BON�ING GOMPAt3Y (MUTUAL) and MERCHRNTS NATiOiVAL BONDING, iNC., dn hereby cerlify thai the above and ioregoing is a trua and correci copy ai tine PpWER-OF-ATTORNEY exec�ted by said Companies,wl�ic�i is still in fuil force and effecf and has not been amentled or revoked. In Wiiness Wl�ereof, I ha�e hereunto set my hand and affixed ti�e seal af the Gompanies on ihis 2nd day of Decemh�r, 2021. ���,�,���. ��� �......�� �.•'P�l�Np���.,, d�p�N�,�U °. ;' �.•��POR'•. �o: � a,4,.�p�PfJ�g�'°9'. :�y:Go q�: ,��; '�:� 0 9�;y-�: �' � �',�„'�� .8�� "or �:�' ��: �. � v�':� 2D03 ,:���' ► y'Y 1933 � c; 5ecretary " e . y • 17f;. .��• . ;��'•. ..��`'. e•o�!`'..,+s .••,�`,. ''.L1/ �",...• �y PC)A 0018 {1120) •,��"'������,• °• a••••• �ERc�Ts BpNDING COMPANYT� M�RCHANTS 130i�1Dlf�G CC�MI'Af�iY (MIJTUAi.) • M�RCHAN75 NATlO[�AL t30ND]NG, i[�C. P.O. f�OX i449& • L7 f S MO [ N ES, IOWA S£}30G-3498 •(800) b7$-8171 �{5 ] 51 243-3854 CAX Piease send aIl notices of claim on �his bond to: Me��ehants Banding Company (M�rt��al) / Merchants National Bonc�ing, inc. P.O. Box 1449& Des Moines, Io�va 50306-3498 (515) 243-8171 (800} G78-$171 Pk�ysical Address: 6700 Westo�vt� Paekway, West Des Moin�s, Iowa 5026G SUP 0073 TX (2115) DO a3 37 VEN�Oft CdMPLIANC� TO STATE LAW Page 19 of 21 SECTION OD 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Go�ernment Cade Chapter 2252 was adopted far khe award of contracts to nonresident bidders. This law pro�ides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporake offices or principal place of business are outside the 5tate of Texas) bid projecls for construclion, impravements, supplies or services in Texas at an amount lower than the lowesk Texas resident bidder by the same amouni that a T�xas resident bidder would be required to underbid a nonresicient bidder in or�er to obtain a comparable contract in the State which the nor�res9dent's principal place af business is located. 7he appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifieations. The fail�re of nonresident bidders to do so will aulamalically dis�ualify that bidder, Ftesident bidders must check lhe box in Section B. A. Nonresidenl bidders in f�e Stat� of State Here or Blank , our principal place of business, are r�quired to be ;°10 Here percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresidenk bidders in the Stale of State Here or Blank , our principal place of business, are not required to underbid resident bidders. B. The principa! place of business af our company or aur parent company or majority owner is in the State of Texas. n BIDI]ER, William J Schultz Inc dba Circle C Construction Company PO Box �0328 Fort Worth, Texas 76140 By: Teresa S Skeily � (Signaiure) Tille: Presidenf Date: %-G' ZDzz ENU OI' SECTION CITY OF FORT WORTN STANDARD CdNSTRUCTION SPECIFICATION DOCUM�NTS Revised 9l30l2021 Saaitary Sewer Rehab'slitation Contract 91, Par1 2, CPN 01957 and Westcliff Drafnage Improvemenls, Phase 1, CPN 01fi69 004511-] QIDDERS PEZ�(�UALIFICAT[O�S Pagc 1 of 3 l S�CTION 0� 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Sttrnmary. All cantractors are required to be preq��ali�Ed by tlie City priar to subtnitiing S bids. To be etigible to bid tlie contractar me►st subinit Seclion Op 4S 12, Prequslification G Stateineiti for tt�e wox'k ty��e(s) iisted witlt tl�eir Bid. At�y contractor or subcontractar wlto is 7 not p�•ec�t�alified for the work type{s) fisted inust s«bmit Section 00 45 13, Bidder 8 F��eq«ati%cation Application in accnrdance ���ith the rec�t�ire�nents below. 9 l0 Tl�� prec�t�alificat�on process will establish a bid iimit based an a technical evai�iatifln and 11 financial analysis of the cnnt�'actot'. T�te informatian r►�ust be submitted seven (7) days pi'ior 12 ta t1�e date af the opening of bids. For exam�le, a co«hactor Gvishi��g to submit bic�s an 13 p�•ojects to be opened on the 7th of April tn��st file the infar�nation by the 31st day of March I� in order tn bid on these p�•ojects. In arder to expedite and facilitate the approval of a Bidde�•'s i5 Pt•ec�ualification Application, the folto�ving �nust acco�npany tfie submission. 16 a. A complete set of audited or revie�ved financial statements. 17 (1) Ciassified Balance Sheet 18 (2) Ii�co�ne Statenient 19 (3) Staten�e�at of Casl� Flolvs 20 (4) Statement of Retained Eainings 21 (5) Notes ta the Financial Statements, if any 22 b. A ce:rti�ed copy af the fir�n's organizatianal docui�ients (Co�porate Charter, A�•ticles 23 of Incorpo��ation, Articles af Organization, Cez-ti�cate of Fo�•mation, LLC 24 Regulatio��s, Certificate of Lit��ited Partnership Agree�net�t). 25 c. A coi��pleted Biddei� Prequaliiicatioi� Applicatio�l. 26 (i) Ti�e firm's Texas Taxpayer Ic�entification Number� as issued by the Texas 27 Cozn��iroller of Public Accounts. Ta obtain a Tcxas Taxpayer ldentificatiox� 28 nui��bet- visit the Texas Cotnptt'ollet' of Publ�c Acco�tnts ontine at tl�e 29 foliowing web address www.windo�v.state.tx.us/tax er�nit/ and fil out tt�e 30 application to apply fo�� yat�r Texas tax ID. 31 (2} Tfie iirin's e-n�ail add�'ess and fax ntunber. 32 (3} The fir�n's IIUNS number as iss��ed by Dun & Bradst�•eet. Tlais number 33 is t�sed by the City for rec�uired �'epo�'tit�g an Fedc�•al Aid projects. The DIINS 34 tui�i�bet' tt�ay be obtained at www.clnb.co�n. 35 d. Restnnes ceflecting the construction �xpar[ence of the principles of tl�� �rm for f�rms 36 sub�nittiu� their initial pz'equalificatio��. These resunies should inclt�de tl�e size a��d 37 scope of the ��ark performed. 38 e. Othet� inforination as requested by tlfe City. 39 40 2. Prequ�lificatio�� Requirements 41 a. Fi�trr�rcicrl Statertrellt.r. Pi�iaz�cial stateilie��t submissioii m��st be pravided i�� 42 accordance with the follawi�ig: 43 (t) The City �•eqtrires that the originai Financial Statement or a certil"�ed copy �4 be sub�iiitted for co��sideratioii. CiTI' OF FORT ItrORT1I Sanilary Sewer RehubititaEioii Con(raci 9i, Part 2, CPN 01957 and STANDAEZf] CONS"iRUCr[ON SPIiCIFICAT101� D£lC1IMENTS �Vestclil'f Draietagc lmprovemeEtts, I�hase 1, Cl'I+I01G6) Reviscd Jiily l, 20[ 1 ao�s i� -z B[DDL�RS F'REQUAl.[1�ICAT[ORS Page 2 oF3 1 (2) Ta be satisfaetory, tl�e �nanci�l state�nents rnust be auditecl oi• reviewed 2 f�y an i��de�endent, certified piiblic aecottnti��g �rtn registered anc� in 3 �oad standing in atty state. Cur�'ent Texas stahies alsa require t1�at 4 accaunting firms perfor►�iin�; attdits or• t•evae��s on bttsiness ent�ties within 5 the State of Texas be �roperiy licensed o�� registered with tlte Texas State fi Board of P�iblic Accountancy. 7 (3} Tlte accotu�ting iirm sl�ould state in ti�e audit repo�•t at• t'eview whckher 8 the cont�•actar is an inciividu�l, corporaiion, or limited liability catnp�ny. 9 (4} Fin�ncia( Statements �m�st be p�•esenked 'u� U.S. ciolla�•s at thc cu�-re�it rate i0 of excha�3ge of tlte Bafance Si�cct date. i 1 (5} The City will not recognize any certi�ed p�►bl[c accountant as 12 [��depe��dent who is «c�t, in Fact, inde�endent. 13 (6) The accountant's opinion on tlte ftt�ancial statements c�f the contraetin�; l4 cc����paily sho��ld state that the audit or review has bee�� conducted i« LS accordaucc with at�ditzt�� stat�dards gej�erally accepted i�� tfie Uiiitcd l6 St�tes of Arnerica. This in�ist be stated in the accn��ntit�g �rtn's opinio��. 17 It shottld: (1) expt'ess ai1 i�nqttalified opit�ion, ot• (2} express a c�ualifiecf 18 apinian on the statements taken as a��vhole. I� {7) The City �'eserves tl�e right io reqt�i��e a new state�;le��t at any ti���e. 2Q (8) The fi��ancial state�nent mt�st be pt•epa�'ed as of the f�si d�y of any tt�onti�, 2i not moa'e t11an one year olc� and niust be on �le with the City 1G t�aonti�s 22 theresfte�•, i�s accordance witla P�t'agraph 1. 23 (9) Tl�e City will detercnine a contractor's bic�ding ca�acity for tk�e pt�iposes 24 of a�varding ca��t�•acts. Bidditig capacity is determined by uiultip�ying the 25 positive net wo��king capital {workin� ca�ital= c�tr�•ent asseis — cun�ent 26 liabilities} by a factor o# 10. �nly those statements ref[ecting a positive 27 �1et working capital positio�� wilf be conside�'ec� satisfacto�'y foi- 28 �rec���alification p�u•poses. 29 (10) Ti� the case that a bidding date falls withii� khe ti�ne a i7ew fi��a��cial 30 state�nent is being p�•epared, the p��evious statement shall be ttpdaked witla 31 proper ve��ification. 32 h. Birlder Pj•eclualrficrriio�i Ap�licaliv�r. A Bidder Preqt�aiification Application t�n�sk be 33 sub�nitted aiong with atidited or t•eviewed financial state�a�ents by ��-�ns wishing to be 34 eligibic to bid on �II classes of construction and tt�aintenance projects. Incoil�plete 35 Applications Fviil be rejected. 36 (i) In thase scltedules whcre t�iere is nothing to ��e�ort, tl�e �iotatiat� of 37 "Nane" o►• "N/A" slzo�ild E�e i��serted. 38 (2) A n�inirnum af �ve (5} reFerences af related work mt�st be pi•avided. 39 (3) Subn�ission of an ec�uipme��t schedule �vltich indicatcs eqtiipmet�t tutder 40 the cottkt•ol of tlte Cont��acto�� and wi3icl� is related to the type o#'�vot•k for 41 whicl� ti�e Co�itactor is seekit�� p�'eq�►alificatio��. The schedule musE �32 iitcltzcie t��e �nat�ufach�rer, n�odel anei general caiti►nan desc�•i�tiata of 43 each piece of equipinent. Abb�•evidtinns or tneans of descE-ibing 44 ec�«ipn�e�zt otkic�- thau provided above ��vill uot be accepted. 45 46 3. Eligibility t� Bid 47 a. The City slfall be tlie solc jtidge as ta � cot�tractor's preqt�alification. 48 b. The City ���ay reject, sttspend, or ►nodify any prec�t�alificatian fo�• failu�'e by tl�e 49 contractor to dei�ionstrate acceptable �nancial ability or performa��ce. 50 c. The City will issue a fetter as to the status of tile prec���a[i#icatian appro�al. CI'i'Y OF i��k�T EVORT[[ ScEnilary Sewcr Reliabilil�Etion Contract 91, Part 2, CPN 01957 and STANDARD CON5TI�EJCTION S['fCIPiCATiON �OCUMEN7'S Westcliff Drainagc Improvements, Ph;Ese 1, CPN 01b69 Revised ]i�ty 1, 201 l aaas �► -a CiIDDEEtS PACQUALI�'ICATIOi�'S P1gc 3 of 3 1 d. If a contractor has a valid prequali%cation lette��, the coniractor �vill be eligible to bid 2 the p��equaliiied �vark types u��til t1�e expi��atioa� date statec� ira tl�e letter. 3 g rNn or s�cT�oN CITY OF FORT 1VdRTI� Sf�i�itary 5e�ver Rehatbililaiion Contract 91, Part 2, CPN 01957 anci STAi�fDA12[� CONSTfti1CTION SPEC[PICATIOI�' [30ClI�i�NTS 1Vestcliff dr�ii�age Impravcments, ['hase l, CPN Oi669 [ievised July 1, 2011 00 45 12 PREQUALIFICA710N STATEMENT Page 20 of 21 SECTIOlV 00 45 12 PREQUALIFICATION STATEMEN7 Each Bidder for a City procuremenk is required to camplete the information below by idenkifying fhe prequali�ied contractors andlor subcontractors whom lhey intend to utilize for the major wark type(s) listed. Major Work Type Contractorl5ubcontractar Company Name Prequalifcation Expiration Date Water Distribution, Ur�an and Renewal, 12-inch diarnat�r and Circle C Construction 4/30/2022 smaller Sewer Collection System, UrbanlRenewal, 12-inches and Circle C Construction 4/30/2022 smaller Auger Boring - 24-inch Circle C Construction 4/30/2022 diameter casing and less Sewer Pipe Enlargemenf 12- Circle C Constructian 413 012 0 2 2 inches and smaller Liners for Sanitary Sewer Ci���� C Construction �413�12022 Manholes Sewer Clsaning, 12-inches and Circle C Construction 4/30/2022 smaller � sp a aving ConstructionlReconstruction Texas Bit 4/30/2022 (LESS THAN 15,000 square - C,ai��pa��y Name tiere or space date Here or space The undersigned hereby certifres that the conf�actars andlor subcontractors described in the table aba�e are currenliy prequaiified far the work types list�d, BIDDER: William J Schultz Inc dba Circle C Construclion Campany PO Box 40328 Fort Worth, Texas 76144 By: 7e�S Skelly � � (Signature) TiEle: President Date: I—� - lDL 2 ENR �F SECTION CITY OF FORT WORTH Sanitary Sewer Rehabililation Conlracl 9z, F'aft 2, CPN 01957 and STAN�ARD CONSTRUCT�ON SPECI�ICA710iJ DOCU3UIENTS WeslcliN prainage Improvements, Phase 1, CPN U1669 Revised 09l3012021 00 45 26 - 1 COIVTRAG"COR C.OMPLIANCE 1VITH 1VORKER'S COMPGNSATfON LA1V Page 1 of 1 I SECTION 00 45 26 2 CONTRACTOR COMPT,IANCE WITH WOFZICER'S COMP�NSATION LAW 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies tliat it 5 provides worker's compensakion inst�rance coverage for all of its employees e�nployed on City G Pro �ect No. 01957: Sanitar• � Setiver Rellabrlitutio» Co�rtract 91 Paf•t 2 und 7 Pj•pject No. 01669: Weslcli,�fDrari�ar�e In�p1•oven►ent P�•�jecl,. Placrs�e 1 8 Contractor further certifies that, pt�rsuant to Texas Labor Code, Sectian 406.09b(b), as amended, 9 it will pravide to City its subcontractor's certificates of compliance with �vorker's compensation 10 caverage. il i2 c'oN1T�cTox: 13 /G✓.//ia� T Se./�../�r �irc e%4. 14 C..�� /� ,� Cor�r�rkefa� �awr �oi. By: 15 Company iG �� 18 19 20 21 22 23 24 25 2b 27 �O ,�DX �03Z B' Address ���Lt/a���i _. A�S _7L�y4 CitylStatelZip THE STATE OF TEXAS COUNTY OF TARRANT �' /�i"r.sa �S'�S'��// (Please Print) Signatur�: � c.�� Title: / /'Ot5'l c�n T (Please Print) �.. �•,�•�P'�"pf�.,,,.,,,MICH�LE S LANKF03t(+`:F ,-,* . -. o,,, �. ; o,• � _ Notary Pu6EiC `*`- STAT�OF'TEXAS _r, , _*� � _ �^;sr � _ +}�y= Noteuy 10 # 1175346-F _ �.. �rF oF ��-°' My Comm. Exp. Oclober �. 2P: ', �. 28 BEFORE ME, the undersigned authoriiy, on this day personally appeared 29 �i� sA �S'��9���f , kno«n to me to be the persoii «hose name is 30 subscribed to the foregoi�f�g instrument, and ac3cnawledged to me that he/she executed t�le same as 3l the act and deed of ��,ri'�%„ f for the �urposes and 32 coi�sideration therein expressed and in the capacity therein statec�. 33 3�4 �s 3f 37 38 39 ��� 4l 42 GIVEN UNDER MY HAND AND SEAL OF OFFICE this Z8 day of �6,�,A� , Zozz m ,,ca,»..�-�,�� . 1�.�, Notary Publ�c in anci for tiie Sta of Texas � � END Or SECTION C[TY QF FORT 1VORTII S.u�iL,in 5ctiscr Rc�rabilitaticm Cu�Hr.�c� 91. C'arl �. CE�N 01 �)5� ;ii�;� STANDARD CONSTRUC�'ION SPF:CIFICATIO%i DOCUR9ENT5 11'e;iclil'f lhairiaFe imprmemenl.. Nh��e 1, C�'N lllG(9 Rc�iscdluly 1,2011 0� 45 40 - 1 Susiness Equiiy Gaal Page 1 of 2 1 SECTION 00 45 40 2 Business Bquity Goal 4 APPLICATION OF POLICY 5 If the tatal dollar value of the contract is $100,000 or more, then a Busittess Equity goal is applicable, 6 A Business Equity Firm refers to certified Minority-, andJor Women-, owned Business Enterprises 7 (MIWBEs). 9 POLICY STATEMENT 10 It is the policy of the City of �'ort Worth ta ensure the full and equitable participation of Business Equiry 11 Firms when applicable, in khe procurement of all goods and serviees. All requirements and reguiatians 12 stated in the Ciry's Business Equity Ordinance No.251b5-10-2021, {replacing Ordinance Na. 24534-1 I- 13 2020 (codified at: h s://codelibra .amle al.comlcades/ftwoz-th/latestlftworth tx10-0-0-22593 apply to 14 this bid. 15 16 BUSINESS E UITY PROJECT GOAL 17 The City's Business Equity goal on this project is 20% of the total bid �aiue af the contract (Base bid 18 applies to Parlrs afad Co�rrr�iulrity Services). 19 2a METHODS TO COMPLY WITH THE GOAL 21 On Ciry coni�racts wl�ere a Business Equity Gaal is applied, offerors are required to comply with the City's 22 Business Equity Ordinance by rneeting or exceeding the above stated goal or otherwise comply with the 23 ordinance through orte of the following methods: 1. Caminercially useful services performed by a 24 Business Equity prime co�ttractor, 2. Business Equity su�contracting participation, 3. Combination 25 of Business Equity prime services and Business Equity subcontracting participation, 4. Business 26 Ec�uiEy Joint VenturelMentor-Pro�ege participation, 5. Gnod Faith �ffort documentation, or 6. 27 Prime contractor Waiver documentation. 28 24 SUBNIITTAL OF RE UIRED DOCUMENTATION 30 Applicabla documents (listed belnw) must be received by the Purchasing Division, OR the offerar shall 31 EMAIL khe Business �quity documentat�on to the assig�ed City of Fort Worth Project Manager ar 32 Department Designee. Dac�ments ai•e to be received no later than 2:00 p.m., an the third City 33 business day after the bid opening date, exclusive of the bid o�en�ng date. 34 35 The Offeror must submit one or more of the fallawing docurnents: 36 1. Utilization Form and Letter(s) af Inte�ii, if the goal is met o�• exceeded; 37 2. Good Faith Efforf Form and Utilization Form, inclUding supporting documenkation, if 38 particigation is less khan stated gaal, or no Business Equity pa��ticipation is accomplished; 39 3. Prime Contractor Waiver Form, including supporting docurnentakion, if the Offei•or will perform �0 ali subcontractinglsupplier opportunities; or 41 4. .�oi��t VenturelMentur-Protege Form, if goal is met or exceeded with a �oint Venture or Mentor- 42 Protege participation. 43 44 These forms can be found at: 45 Business Equity Utiiization Form and Letter of Intent 46 https:/la ps.fortworthtexas.�ov/P��ojectResources/ResaurcesP/60°/a20- 47 %20MWBE/NEW%20Business%20E�uitv%2QOrdinanceBusiness%20Equit�%20Utilization%20Form, 48 �d£ 49 CI'I'Y OP �'ORT �VORTH Sanil�iry Sawc.r Rrh.jhilitalitm Cunlr:a�•� 91. P;irl 2, CPN U1957 ,snJ STANI7ARD CONSTRUCTION 5PGCIFICASION DOCUM�.N'I'8 lNe�iclil'f T]rainag� Ln�sro�etneE�i�. Phace I. CP\ UlG(r9 Revised Ociober 27, 2021 004540-2 Business Equity Gaal Page 2 af 2 1 Le�ter of Intent 2 h s:lla s.fortwarthtexas. ov/Pro'ectResources/ResourcesP/60 - MWBEINEW Business E ui 3 Ordinance/Letier af Intent-2021.pdf 4 5 Business Equity Good Faith Effort Fonn 6 https:l/a�ps.fartworthtexas.�ov/ProjectResources/ResourcesP/60%20- 7 %20MWBEINEW%20Business%20E ui %200rdinanceBusiness%20E ui %20Good%20�'aith%20Ei 8 fort%20Far�n.pdf 9 10 Business Equity Prirne Cont�actar Waiver Form i 1 !�tt s://a s.fortworthtexas. ov/Pro'ectResources/ResourcesP/60%20- l2 %20MWBEINEW%20Business%20Ec�uitv%200�•dinatzceBusiness%20Equity%20Prime°/a20Contractor l3 %20Waiver.�df 14 15 !6 I7 18 19 20 21 22 23 24 2s 26 27 28 29 30 31 32 33 Business Equity Joint Venture �orm htt s:lla s.fo�t�vorthtexas. ovlFro'ectResourceslResourcesP/60%20- '%20MWBE/NEW%20Business%20Equity%200rdinanceBusiness%20EqUit,y%20.Toint%20Venture pdf FAILURE TO ACHIEVE TH� GOAL OR OTH�RWIS� COMPLY VYITH THE ORDINANCE WILL RESULT IN THE BIDD�R/OF�'EROR BEING DECLARED NON-RESPONSIVE AND TH� BID R�J�CTED. FAILURE TO SUBAZIT THE REQUIRED BUSINESS EQUTY DOCUA��NTATION OR OTHERWISE COMPLY WITH THE ORDINANCE WILL RESULT IN THE BID B�ING D�CLARED NON- RESPONSIVE, THE BID REJECTED AND MAY SUSJECT THE BIDDER/OFFEROR TO SANCT�ONS A5 DE�CRIBED IN SEC. 20-373 OF THE ORD�NANC�. For QuesNous, Please Contact 'The Buseness Equity Divisinn of the Department oi Diversity and rnclusion at (8.17) 392-2674. END OF SECTION CITY OF PORT LVORTH Saioi4iry Stwrr Rch.ihililuaivre Cunlrvcl 9i , Pasi 2, CPN U 1457 ,incl STANDARD GOI�iSTftUCTION SPECIF'ICATION DQCUMENTS VlWetiiclii'f Urainage lmpro5 en�eni+, F'hase I, CPN 111Ghy ftevised October 27, 2021 UO 52 43 - 1 Agree3nessl Pnge 1 of5 SECTI�N 00 52 43 AGREEMENT THIS AGR��MCNT, aut�io�ized on Tuesday, February 22, 2022, is m�de by a��d betwee�i tl�e City of Fo►-t Worth, a Texas hozne rule municipslity, acting by and ti�rough its du4y authorized City M�nager,� ("City"), and Wrllia�n J. Schrsltz hac. dba Ci�•cle C Co��st��uctiai� Cam an autlioi�ized to da business in Texas, aeting by and througfi iis duly authorized representaEive, ("CantrRctar"), City and Contractor mAy jointly be refei�red ta as Partics, City and Can�ractor, in cnnsider€�tion af the mutual oa�enants l�ereinafter sek foctll, agree as fpllawst Article 1, WORK Contractor shall complet� alt Work as specified or indicated in the Canbract Documents for t3�e Project identi�ed herein, Article 2, PRO.TECT The project for �vhich t�e Wa�'k unciar the Go�itract Docuin��its may be the wl�ole ar only s► part is generally described as follozvs; Sar�itc�� Sewer� ]2ehabilitatian Co►�lract 91, Pcrrt 2, Ciiv I'ro�ect No. 01957 a�sd WestcTi Drai�ta e Irnprovemer�t,s, Plrase 1� Cih� Pvoiect No, 01669 Article 3, CONTRACT PR10E City a�;rees to pay Contractor for perfonnance of the Work in accordance �vith the Contract Doaumants an arnount, in au�rent fi�nds, o£ Fo2srteer� Millioti, Srx Hur�dred Si.�tY-Three 7'hausartd,:. 71vo Hurtdred Fi�t�-7iva anr� GO/100 Dollars �14, 663�252.G0). Contract pr�ce may be adjusted by c�ange orders duly authorized by the Parkies. Article 4. CONTRACT TIME 4.1 Final Acceptance. Tk�e Work shall be complcte %r Final Aeccpta.nce �vitl�in 730 days a#ter tlie datc when the Contraot Time co�nmencas to run, as pro�+ided in I'a�•agraph 2.02 of tlse Generat Conditions, plus any extension thereof allotued in acnordance with Article 12 of the Geaeral Canditions, �.2 Liquidated Da�nages Conlractor recogr►izes t1��st tlme is of the essef�ce for compl�tion of Milestanes, if any, and fo �.chieve Finat Acceptance of the Work and City and thc public tvi11 suf%r from �ass of use if the Wark is not com�leted within the tune(s) specified in Pa�a�raph 4,1 ai�ove, The Contractar also recognizes tl�e delAys, expet�se and difFiculties invoived in provin�; in a legal �raceedi�ig, tlie actual loss suffered by the City if ti�e Woi•k is not complcted a�i tintie, Acoordingly, instead of requu-in�; any sucii p�'oof, ContraCtor agrees tk�at as lit�uidateci dati�ages fpa' delay (but not as a penalty}, Co��tractor slial! �ay City 4rte Thousa�id ar:d 00/100, Doliars ($1,000�00) for eaoh day tl�at expires aflcr tl�e time specifted in Paragraph �},1 for Final Aoceptance until thc City isst�es the Finaf Letter of Acceptance, CITY OF FORT WORTH Supiliiry Sowur ltchtth'sliWIIUA C��nlru�:l 5�1, Pt�[I 2. CPN i119!i7 und STANDARD CONST[tl3Ci[flA3 SPEC[FICATION DflCU�JiCNT5 Wes�cliff Urnli�age Inzpraveme�fi.s; i'hn�c i. C;f'N l�IGfi'1 Revised iiYL3/2021 Q05243-2 Agreomen! Pagc 2 or6 Article S. COH`i'RACT dOCUMGHTS 5.1 CQN�'ENTS: A. Tl�e Contract Doeume»ts �vl�ich com���ise the e��tire ag�•eeinei�t betrveen City and Cont��actor concerning the Work consist of the folfowing: 1, This Agreen3e�il. 2. At#achments to ihis Agreen�ent: a. Bid For»� 1) Propasal Fonn 2} Vendo�� Compliance to Stata Law Non-Residet3t Bidder 3) Preq�ialifieation Stateine►�! 4) 5tate and Federaf documents (project specific) b. Current Pj�evailis�g Wage Rale Table o, IEisurance ACORD Fos'nz(s) c!, Payme�yt Bot�d e, PerFar�r,�nce Bond f. Maintena�ice �arsd �;. PoweG� of Aitor��ey for t�ie Bo��cls h. Workec•'s Compensation Affidavit i, MBE ai�dlo�• SBE Utilization Fo��m 3. Geueral Conditious, 4, Suppfe��ienta�•y Condit'sons. S. Speci�'ications specifically made a��art of tf�e Co�ltracl Docun�ents by attacl�naent or, if not �;tacl�ed, as incorporated hy t�efe�•ence and c�escribed in the Table of Contants of tUe Pz•ojcct's Cat�h'UC� D4CU1T10Eli5. 6. Drawings. 7, Addenc��, 8. Dacui��e��tation submitted (�y Co��tractor �rio�� to Natiee af Award, T}�e Po�lo«�ing wl�ich may be deli�ered or issued after !he Effective �afe of tlte Agreemet�t a��d, iF issued, Ueco��e an incorporated pairt of the Cantraet DocumeT�ts; a. Notice to Proceed. b, Field Orders. c. Cliange Ordet's, d. Letter of Final Acce}�tance. Ai•t�cle 6. INDEMNT�TCAT'iON 6,1 Co��tractar cor�enf�nts ntzd agrees to indemnify, hald I�a��miess und cie#'end, at its o►v�� expense, the city, its oft�ce►•s, set•v�nts ancl einployees, f�•on� an� �gii�liSt S11iy &I1i) AIl CiAliriS i�i�ising out of; or alleged to arise a��t of, tl�e rv€�rlc ni�ti serc�ices to F�e performed iay tl�e canfrnetor, its csf'ficers, ageiits, en�playees, su�acnz�trnekors, 1'rce�ises or fnvitees uncte►� tl�is ep��tracf. '1'ilis ii�demr�iticatioi� nrovislor� is s��eciticailv_infenc�ecf to oner�te and be eFfecti�e eve�i if it is alle ed nr ro�e�t thnt all or some of' tiie daina res bei� sou ht were c�used fn wfiole or in art b a�i act oi��issipn o�• ne fi �e�1Ce of thC Cff . 'This i�iden��iity p��ovision is intencled to include, �vitho�t lir�titaEinn, inden�nify For cnsfs, ex��n�cs ftnd legfti fees i��curred lyy tt�e eity in defending �g�i��st s�ich cl�in�y nz�d cn��ses of nctipns, G1TY OF FO[t'I' W�RT}{ 5anitnry Sewer RehaUilitadan Contr�c191, Pnrt Z, CAN 01957 nnd S7'AtJDAlt1.3 CONSTl2C3CTION 5PEC1[�1CATInN DfIGL�tE1JTS Westciiff Drnina�a Improvemcn�s, Phase t, CFN 016b4 Rcvised 9/0 V2021 ooszas-3 Agreai€iant Pngc 5 of 6 6,2 Cantr�ctor covertants and s�grees to indemi�ify nn[I ltattl hai•inless, r�t its orvn expense, the city, iis ofiiceE•s, serv�a�ts n��cl emplo��ecs, i'ro��� n��d agat��st any �nd f�ii loss, �dmage €►r destE�uctio�i of property of tlie city, arisin� out of, �r aileged to a�•ise out ot; tlie Fvorlc filiCl se��vices io he performed by the contraeto��, its of�'icers, agents, ernployees, subcontractot•s, liceiisees o�� invitees ttnder this ct►a�tract, T��is i�i�iem��ific�ti[�n i•ovisio�t is s ect�c€�ll i�itcndcd to o erate s�i�d bc esfectivic even if it is t�1ic ed or »��ve�t tilAt all t�Y Some ai tl�e d�1�tfE� es bein sou xht were cnuse�i in whole or ��� aaz•t b��� act omission or ne ii e�ice af the cit , Articie 7. MISCEi,LANF;OCIS 7,1 Ter�ns. Tenns tisec� in t�iis A�;reement wl�ich are de�ned in Articie i of the Ge�ieral Conditions �vill [tia�e the naeanings indicated in ihe Generai Conc�itions, 7.2 Assignn�ec�t of Co3}tract, Ti�is Agree�uent, ixacludifig all of the Co��tE'act Doeumer�ts ►txuy i�ok be assigned by the Cont��actor r,�ikl�out tl�e advanced exp��ess w��ifte�� coi�se�it of tl�e City, 7.3 Successo�•s and Assigms. City and Contractar eacli binc�s itself, its partners, successors, assigns nnd legal representatives to the ot4ier party Itereta, in respect to all cove��a��ts, agree�nents and obligations contained in t[�e C�nt��act Docu�»e��ts, 7,4 Severai�iliry/�Iot�-W�i�er of Clain�s. Any provisioi� nr part of the ContR�act Documents hald to be u�icanstituti��ial, void or unenforceable by a COlEI$ of co�npetent j�t�''ssdictipn shali be deemed sh•icken, and afl retnAining pravisions sitall aontinue ko be valid a��d �inding upan City and Contractoe, The fa'€It�re of City a►• Cor�tractor to insist �zpon the perforinance of any ter►n or prnvisin�i of this Agree�nent or to exercise any right g�°anted herein shall not cor�stitute a wai�er of City's or Cont�•actar's respective ��igfit to i►isist upo�t appropriate pes•fo��na�ice or to assert aciy suc�� right on a�iy ti�tu►•e Qccasion. 7.S Governin� L��v and Veci��e, This A�ree►t�ent, iuc]ucling �11 of ll�e Gontract Doci�n�cnts is perforn�able in thc St�te of Texas. Ventae shall be �'arc•ant County, Texas, or the Llnited �tates Disfrict Court for the Northecn District of Texas, Fori Worth Division, 7,6 Autharity to Si�;►i. Cc�nt��acla�' sf�ail altach evide�ice oi a��thority to sign Agree�rient if signed by su�neaue �tl�er ll�a�� ihe ctuly autl�or'szed signatory of the Contractor, 7.7 Non-appropriation of Fu�ids. I�� tl�e event ��o fu�ids or insuffioie��t fiu3c3s are appropriated by Ciiy in any �scal per'sad for any payi�ients due l�areunder, City wili natify Ve��dor of st�eh oacurrence �nd tEiis A�reeinent sl�all tei7��i€�ale on the last day of the �scal periocl for which appropriatio�is were reaeivac� withoEtt p�itally pE' �X��E1St; ta Cify af any kind wl��tsoever, �xcepf as to tfte pa�•tions of the payrnents herein agreed upon for ��I�ich fiinds �ave been appropriatecl, CITY OF �'ORT �VORTH SAoitary Sewer Aeh�tbiliEMion Conlraci 4l, Parl 2, CPN p19S7 �snd STANl7Ai2D CONST1iUCTION SP&C[f[CATION DOCl1MCi�iTS 4Veslcliff Drninage Improvements, Plaase I, CPN �I569 Ranised 9/0 [l2021 UO 52 43 • 9 Agrecment i'ngc 4 of b 7,6 Y�'ottibition On Co�tts•acts Will� Cp�n�an'ses Boycatti3�g Israel. Conirackor, u�lless a sole ��roprietor, acknowledges that in accordance with Cilapter 2271 of lhe Texas Govern�ne�it Code, if Contractor has 1� c�z� �nore fzill time-em�loyees anc3 tk�e contract value is $ IOQ,[300 or mc�re, the City is pro}�ibiteci from entering inta a cont�•act with a co�npa�iy for goods or services u�iless the co�itract eo�itains a�vritten ve�•EiEcatio�i from tl�e cn�npn�zy tl�at it: {1} $oes not hoycc�tt israel; and (2) �vill not �oycott Israek duria�g tE�e term nf tl�e crnti►�act. The terms "hoycott ts�•aeI" ar�ri "en�t��any" shal! have the ���eauings ascrihed tn thase terms in Sectinc� 8(}8.Q01 of ti�e Texas Gove�•ninent Code. Ry sig�fing this co��fract, Cot�tractor ce:•tiiies ti�at Cnntractor's sign�tt�re provic�es �vr•itEe�� �ez•llication tq tlie City th�t if C�3a�}ter 2271, Texas Gnverr�ment Code applies, Conh•aetor; (1) cloes noY boycott Isrr�ei; and {2) w�ill �iat bo,ycntt T�racl du��in�; tlie te��m of t1�e ¢ant���ct. 7,9 Prohihitio�3 on Boycoiting Ene��gy Cam�ai3ies, Canlractor aeknowledges tliat i� acaardance witi� Chapter 2274 of the Texas Gove►�f�nlenl Cade-(as added hy Acts 2021, 87t1� Leg., R.S„ S,B. 13, § 2), the Ciry is ��oEiibited fram enlering into a contract for goods or services ll�ai lias a value of $100,Q00 nr 3nore, which �fill be �aid wt�alty or �a►�fly fi•o� p�ibfic funds of the City, �vith a co»�pany (witk� ] 0 or inore full-tune e►i�ployees) ��z7less the coi�tract co�ztai�is a�vritte� Verificatia�a fra�31 the eo�n��a�zy tliat it: (E) does not boycatt ener�;y compa�3ies; a�xi (2) wilt not boycott e��ergy co�t��a�iies ciurii�g tlie te�'tti of t(ie co�3trAct, 'Cl�e te�•���s "Uoycott e�tergY cam�aity" a��d "co���pany" I�a�e the �ueani��g ascrit�cd to those te��ms 6y Ciiapter 2274 of tiie Texas Go�erntuent Code {as added by Acts 2021, 87t1i Leg,, R,S., S.B. 13, § 2). To Ytie exte[tt tliat Cl�apter 2274 of tl�e Goveri�n�er�t Code 3s applicabte to this Agree�t�e��t, by sig3�ing t1�is Agree�ne�it, Co��tractor cei�ti�es tl�at Co��t�•actor's signature gi�ovides writfe�� verifEcatian to tiie Clt�� tfiut C:ont���cto�•; {I) cioes not boyeoFt eitergy cnmpanies; and (2} rvitl not Uoycott energy companies du►•ing the te�•m af tt�is Agreement, 7,10 Prahibitioiy a�t Discri►nination Against Firearm and Ammttr►it�pn Industries. Contcactor acknowledges that exce}�t as'otherwise provided by Chapter 2274 of 1Ele '�`exas Goveciunei�t Code (as �ddeci by Acts 2Q21, $7t1� Leg., R.S., S.B. I9, § i), the City is proilil�ited from entering intn a contracE fos� goads or serviees ti�at lias a vaiue of $ I OQ,Q00 or ►no��e wfiich will be paid wliolly or partly iro��� public fuiids of tl�e City, with a caaa��auy (witll 1Q ar inore full-kiEi�e employees) �i��less khe co�itract coEitai�is a writte�� ve►•ificafion from tf�e co���pany ti�at ik: {I) daes nat have a practice, policy, guiclance, or ciirective that discri���inates a�aii�st a�reatm en(ity or f�reann tr�d� associa#iQ�i; and (2) wi][ no! disca•iminate du�•ii�g tlie eei�sn af the cantract a�ai�ist a fi�•earm entity or f�rearm trade RSSOClc�il011, The i81'TqS "diSCl'IIT11[1�iB��y `�firear�i� eutity" �[ld "f1FC1[7l3 [C1C�e �SSOCIafi011" I�ave tl�e rne���ing �sc3•'sbed ta tfiose terE�is by Cl�apter 2274 of the Texas Go�arnment Code {as added l�y Acts 2421, &7t1� Le�., R,S,, S.B, 19, § 1). '�'0 tI10 CXfCIl� �IIAt C}lA�1t£I� 2274 of the Covernment Code is applicable to this Ag��eeme��t, by si�;i�ing tl�is Agreement, Contractpr cei•ti�es thnt Cont�•nctor's sig�iatii��e pt•ovides �r�ritten verifcaiian to #lie City t]►at Conf►•aefor: {i) does not I�ave a pract9ce, �oliry, guids��tce, o�� directive t1�af dise��irninHtes A�r�lI15� 11 �i�•ea�•in eiitity or firearni trade assacistion; flnd (2) ivi[l not discri�ninnte s�gt�inst � tirenrn� entity or firenrm t�•�de s�ssocinfian c�i�ring #I�e term oi' tlsis Agrce�nent. G3TY Di7 FOIt'E' WORTH SnniEury Sewcr liaht�6ililalloa Conlrac{ 9[, Ynr1 2, CPAf D1957 u:id STANT)Al2D C�NSTRUCTION SPECIPICATION 170CL1iv3GNTS Wesleliff Drainnge lmpmvernents, Ph�.se I, CPT' 01669 izeviscd 9lOi12021 40 52 43 • 5 Agreemenl k'ngc 5 of b 7. I l [mmigration Natia��ality Act. Cant�•actor sl�all verify the identity and e»�plpyn�ent eligibility af its employees vvl�o perforn� wark undcr this Agree��ient, iucluc�ing coinpleting tiie ��nployme��t Eligi�iiiity Veriitcation Parm (I-9}, Upon requesi by Cily, Contracfor shall provicEe City with copies of alI I-4 fo��ns �nd supporfin� eligibility documentatio�i for eacl� employee who perfo�'n�s work unde�• tl>;s Ag►�eenaent, Cpnt��actor sl�all adhere ta �ll rederal a�td State laFvs as �vell as establisk� apprn�riate p�•ocedures aud co��G•ols sa t3�at no services will be p�rfai�ned by any Contractor einployee wi�o is �iot legally eligible to perform sucl� sefvices. CON'I'R.AC'I'OR SHALL lND�MNIFY CITY AND IIOLD CITY I�ARML�SS FROM ANY PCNALTI�S, LIA�IL1TIiS, OR LOSSCS DU� TO VIOLATIONS OI' THIS �'ARt1GRAPH BY CONTRACTOR, CONTRACTQR'S CMPLOY���, SU$CONTRACTORS, AG�NTS, OR LICENS�ES. City, u}�on written i:otice ta Contractar, shalk l�ave the rigtst to im►�iediately tej�7�`snate this Agreci��e��t for violations of this provision by Co►il�•actor. 7.i2 No Tl�i��d-Pa�•ty Be«efioiaries. This Agreement gives no rights or �enefits ta anyone ot�ier tha�i the City and the Cn�itracta►• and there are vo tl�ird-pac[y be��eficiaries. 7.13 No Cause af Action Ag&ittsi Ea3gineef'. Conh•aetc�r, i1s subcontractars and eqt�ipnlent �ncl n�aterials st�ppl�ers on the FROJECI' or thei�• suc•eties, sl�alf ►naintain i3o c�irect actio►.� a�ai��st ff�e �'E1�E31881', its ofEieers, ern�(ayees, ai�d subcoz�h•actors, far any elain� arising nut of, in coi�nection with, or �•esulting fro�l t�ie engineering services perfor�neci. Oiily the City 1vi11 be the ba»eficiary �f any unde��taking hy tl�a �ngineer. 'The presence or duties of the �.t�gineer`s l�arso��nel at a constnsction site, whether as on-site represantatives or otltierwise, do ��ot make the Engsnect� n�• its peE•snnne! in any way responsi6le fa►• those dutias Ehat belong Ea the City and/or the City's en►�st��Ectian cant�'actors or atl�e�� eniities, and do not relieve the constructian contractors or auy other entity of tlieir �l�ligatians, duties, a�id respo��sibilities, iuclisding, �ui ��ot �imited to, all coustruction �nethods, means, techniques, sequences, and procedures necessary for coordinati�ig and ca���pleti�g all portions of tlze constniction work in accordance with the CoE�tract Docui�ents and any health or safety precai�tio�ls �•equired by sucll cor�stjlactias� wprk. Tl7e Fngii�ee�� and �ts personr��l iia�e no autl�ot�ity to exercise aaiy cont�•oI ave�� any consiructioft contractor or ptUe�• er�kity or thei�' employees in co��iectio�t witli tl�cir work oi' a�ty ltealtl� or safety precai►tions. CITY Qf% �O�tT 1VDRTH 5niiitary Sctiver Reh;tbilitation Contract 91, Pnrt 2, CP�f R1957 nnd STANi)Al2D CQ3�STRlJCT[ON SPi:C[FICATIOIJ I]OCUMET�iS �S'estclifF ilrainage [mprovemcnts, Phnse I, (;PK OIb69 Rcviscd 9lO1l2U21 oosaa3•b A�,rtcnnsanl Pago G of G !N W17'N�SS WHEREOT�, City and Conh•Actoa hn�e eacl� execuked thia Agreamenk #o l�e effeati�e as of t1�e dnta sttbscriUed by the City's design�tecl Assistant City Manag�r ("Effectivc Dt�ta"}, Conh'�ctor; 1Yilliam ,�. Sc l�ulir, Inc. �llui Circic C Cnuslructian CninE�,���,y. By; � Sv�'.� Signature . . . . . � - .. � . . T�����:, s. sit�ii (Y►�iz�ted Narrie) . . . . . Pj�csiden� Title � S(1[11V.'PrEjiz�iucll, P. O, Box dD328 Adci�ess � ....._ . r«��r �v�>�����, �r,� ��zau city/statelzip � ^ . �� �-Z�- ZoZz Dace . 7s1.;� 8uuutt 1Yfike l�ertneu, PL' Prajec! Mtuiager, 7YP13',Slorrr�waler Ap�j�oved �s to l�ann nnd Leg�li'ty; 9�5 �, :::.�. . ... ����„ Duu�las W, Blaalc Sr, Assfstunt City Attorney aP�r�ov�� x�coMMENn��: �:: ��.�..,,,�.,�::,. Willism Joiu�svi�, Director Trnitisporlation & P��bllc Wnrks Dap��•tnScrit CITY OE FORT IYDRTH Snnll�ip` 53w�ritah:+hililvilu� Cumtuu{ 4�,�Part 2, Cf'N UI957 u�ul STAhlDARDCOT�ST1tUCTION 5P�3CIC[CATION pQCUML�NTS W��siclll'fDrah�ngo In���ravcinc�ii.s, Nlld�t 1, CPHUIGfi9 ��Yrs�a i ��z�noxi City oF Fort Warth �y: , . '�' Danu Burgiidoff . r;�,. �p t�) �> `'} � Assistflnt City M agei• r:'' �`'�`,�� �,. `����� ! �� �_ ; � ��'' �=�� . �:� Date { �� Attest: t����'S� . ��� . �+� 5 � • �� •.��. ..���. � �: '* .�t�.,��"��1�`�t•�,��7 r,�'::. � JannetteGoodail,CitySecret�uy "`����:��`::�,}'F. (Se�l) M&c�pZa—�U��o -� D�c�: � 2/22/2622 Form 1295 No,; 2022-8402U1 Canh�kot Complinitioe M�nager� By sig�ting, I pokr�o�vlcdge tllat i nm ihe persan responsible far l�ie mo►titoeing and ndminisEration af tf�is aantraot, inoludin� ensuring nll perfnrmance nnd rapoi�#ing reyuirements. � -- �-y---t�-�----� - - - . ...- � oa6t �3-t PL�ItFORItMNCE BOND Pug� i uf 3 I 2 3 4 5 6 7 $ 9 ia 11 12 l3 14 soNn No. Txcr��3z�r SECTION 00 G1 13 PERFORMANCE BOND TH� STAT� OF T�XAS COUNTY OF TARRANT § § ICNOW ALL �3Y TH�S� PR�S�NTS; § ihat we, ^�Villi,���� J. Sc��ultz, lnc. cil►.� Circic C Const�^ucfiuit ComF�:�i�y , k11oWn a5 "�z'incip�l" hCreiTt �Y1d A'Ict'cl�ai�fs.Buttclin� Ccrtn���in}� (��tuEu��l).- - , a cotporate surety{sureiies, if mare than anc) duly suthorized to do husiness in the State of Texas, known as "Surety" herein (whether one or more), are held and �rmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, kno�vn es "City" hereitt, in tlze penal sum Of, rnurtecn 11�Iillion, Six Hu�tcl�•ecl Si�t}�-Tliree Th��usa�ici, T��°o Hunclred I�ift��-Ttivo anti l/{������� Lflilill•4v:ac�kic�kxat�Ykati:�ket:e9:rt�t��eYr�Yk5c�R>Yr:sYY:Yr�YikH:Y��kx:xicxi�xxYexxdr3r�xiriczirxi�i[�Yxxx j 5 ($ X1�J (C3 2S2.C11� , lawful money of tlfe United States, to be paici ir� Fort V1ror[fi, �6 Tarrsnt County, Texas for the payment of which sum weli and truiy ta be �nsde, we bind 17 aurselves, our lieirs, exeautars, administzatnrs, SUCC�SSOTS $]la �55l�iiS, jointly and sever�lly, IS 19 2Q 21 22 23 24 25 26 27 28 29 30 fir�nly by tliese presents, WH�RCAS, tlie Principal has entered inko a certain wril#en cor�kract with the City awarded the 2�nd day of February, 2422, which Contract is hereby rcferred ta and made a part hereof for ali purposes as if fitliy set forth herein, to furnisEt all m�tterials, equipment labor �nd o#lier aceessories defined by law, in tl�e prosecution of the Work, including �ny Change Orders, as provided for in ssid Contraet design�ted as Sartitary Sewer Rel�abiNtation Contract 91, Part Z City Project No. Q1957 arad Westcl�Drainage Im�rovement Projecl, Pliase 1, City Project No. 01669, NOW, THEIt�i+�RE, the coi�dition nf this obligation is such that if the said Principal shall faithfully perfornn it obiigetions under the Contract and s�all in ai] respects duly at�d faithfi�lly perform tha Wnrk, including Change Oz'ders, tmder the Contract, accarding to ti�e plans, specifications, and contract doc�t�nants the;•ein raferred to, a��d as well durin� any pe�-iod of exEension of tlte Con�rsct that may be granted nn tl�e part of the City, then tlfis obligatian shall be and becomc null and void, otherwise to remain in fulf farce and effect. C;1'TY pF F€)EiT 1Y�ltTH Sasdlary Sewer Rehsbili3nHnn CantraG 9l, Pnrt 2, CAN 01957 nnd STANDARD C4lAi5TRUCTION SPECIPICA'iEON DOCtIME�+iTS 1Vestell(f Druinage Imprave���enls, Phnse 1, CP1�i � f 669 Revlsed July 1, 201 l oosf �3-z PSR['bRMANCE BOND Page 2 of 3 1 PROVYD�D FURTH�R, that iiany legal action be filed an this Bond, venue shall lie in 2 Tarrant County, Taxas ar the United States Disirict Coi�rt for the No�thern District af Texas, Fort 3 Warth Division. 4 This bond is made and executed itz compliance with the provisions of Cnagter 2253 of the 5 Texas Gove�nrnent Code, as amended, and all liabilities on this hond shall bc determined in 6 accoR�dance with the provisions of said statue. '7 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 8 tt►is instn�ment by duly authorized agents and officers on this the 22nd ciay of 9 �'ebt�uary , 2022 1Q ll E2 l3 14 15 ib �7 l$ l9 aa 2I 22 23 24 25 26 27 zs 29 30 31 32 33 34 35 36 �� 38 39 40 41 42 43 ATTEST: � 1 (Principal) Secretary Micliele S. Lanitforr� Witness as to Principa� - �� ,� � � � �'. �, , -, �.� � ' ' . ., , � � , ���� % X �� ��� � , � . Witness as to Surety, Jolia A. Millez• C[TY OF FORT WORTH STANDARD CONSTREICT[ON �P�CTFICAi'iON BOCUivtENTS ftevised July 1, 20l I PRINCIPAI.: Williani J. Schultz, Inc. �iba Circle C Construction Coin RIIX BY: w fc�-�► Signatura Teresa S. Skellv President Name and Title Addrass; 500 W. Trainntieil P. O. Rox 40328 Fort Wa►rth, TX 7G140 3URETY: Me�•cl►ants io Com an t al BY; S ignature Sheryi A. Klutis Attoa•ne -in-Fact _ Name a�td Title Address: 67a0 Wesfo�vu Pa��krvay VYest Des Maines, IA 5026G-7754 1'elephone Ntamber: I-Sfl0-678-8171 Saniiary 5ewer Rehahililalion Conlracl 91, Part 2, CPN 41957 aad 1Veslc![Ff Drainage [mproveincnis, Phase 1, CPN 0i659 OObi 13-3 PBRfORMA�lCL' BOND Poge 3 of 3 '�Nate: if signed by an nfficer of ihe Surety Co�np��y, khere inust be on file a certifi�d extract irorr► the by-laws showirig that this person has authori�y to sigit such obligatiQn. Ef Surety's physical address is diFferent frorn its �naiiing add�-ess, botk� must be prov'tded. The date ofthe bnnd shail r�ot be prior to the date the Contract is awarded. CiTY 03� r�RT WQRTH Sanitary Sewer Rehabiliiation Conlract 91, Pert 2, CPN D1957 and STRI�€DARD CaNSTitUCTION SPECIFICA7iON D�CCTM�NTS �Yesiciiff Drninage Improvomenis, Phase 1, CPN Oib69 ttavistd July 3. 2dl I . �R�II�A.�T`S QONDING CONIPANYr�� POWER OF ATTORNEY Knovr All Persons 8y These Presents, ihai MERCHAN�'S 80NDiNG COMPANY (1t/iIJTUAL) and MERCHRNTS NATIONAL BdND1NG, INC., boih beir�g corparations of the State of lawa (herein collect'svely cailed the "Companies") do liereby ittake, conslitule and appoini, individuaily, John A Miller; Jah�� R Stocktoi�; Sheryl A Kfulls their irue ai�d 4awtul AtEorney(sf-in-Fact, to sign its name as surety(ies) and to execute, sea! ancl acknowledge any and all bonds, undertakings, coniracts and niher written instrumer€ls in the nafure ihereof, on behal( of the Cae3�parsies in their 6usiness of guaranteeing the fidelify af persons, guara��teeing the perfor�t�ance nf conitacEs antl executing or guaranteeing bonds and underlak"sngs reyuired or parmiEted in any actions or �roceedirogs allovred by law, Tiiis Pavrer-of-Atlorney is granied and is signed and sea[ed by €acsimile u�ider and by authority of the foilo�ving By-Lavfs adopted by the 8a2rd of direciors of Merchants Bonding Company (Nfutual) an April 23, 2011 and anier3ded August 14, 2p16 and adoptetl 6y the Board nf Directors of Merchantsi�ietional Bo�idiiig, Inc., on OctoDer 16, 2615. "The President, 5ecretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice F'resideni shalf ha�e power and aulhority to appnir�t Attorneys-in-�act, and to aufhorize them to execute on hehalf oi Ihe Company, and aitach the seal oi ihe Company thereto, bnnds and u�iderlakings, recognizances, contracts of indemnity and oiherwritings obiigatory in the siatura iliereof." "The signature of any autharized officer and lhe seal of the Campany niay be affixed by facsimile or ei�clronic transmission io any Po�ver ot Aitorney pr Certifical�an thereof aulhoriz€ng the exect�tion aitd delivery of any bond, undertaking, recognizar�ce, or other surefyship nbligations of tfee Conipany, and such signaiura and seal wi�en so used shall have i��e san�e farce and efFect as though manually flxed." In connection wit� obligatiaris i�i fa�or af the Florida Department oF Transporiation only, it is agreed that the power and aut hority hereby given to 1he Attorney-ir�-Fact includes any and all consenis Tor fhe release of relained percentages a�dlor final esliniates on engineering and construction contracis required 6y the Skate af Flarida Depart���ent af 7ranspariation. It is fulfy imderstaad fhat consenting to ihe 5€ace of Florida Department oE 7ransportation making payment of ihe final estimate to ihe Contractor andlor iis assignee, shalf nol re[ieve this sureiy campany of any ot its obligations under its bond. In conneciian with o6ligatians in favor of ihe Kentucky D�parlment af Highways oniy, it is agreed thai the power and authorily hereby gi�en to tt�e Altorney-in-Fact caniiat 6e rnadified or ra�okecf wlless prior writte:� persanal notice of such intanl �nas bae�i given to 1he Commissiones- Deparirt�ent of H"sghways of the Can�monvrealth of Kei�tucky ai least ihirly (30) days priorto the modificakion ar revaca3ion. In Witness Wl�ereof, ihe Companies have caused lhis inslrumeni to bs signed and sealed this 11th day of February , 202(1 . s..n, ``�.•. ��,a '��.�.��+ 4�� A'(�Q�q f ���.. �� ,��? �+Q ��s � y�'4�ppRq.�O ;, � �Q�O�pp99�Ayy�� NEERCHANTS BONDING COMPANY (MUTUAi,} ; � .• V ��..2 + � �: �, � . ,{, : MERCHAN7 NATIONAL BQNDING, ENC. .a�= �O� G:� •k-:� -o- b;.—.. : v�~ 2��3 �� »: y•N 1933 ,� c; ay / ,d' � � :' : �'� •'�;• � � � • ��' .... '�t� o •. ��i' •'1d . �� '•.�/ �����'9��: .�EY���;.�'�� \��• Presiderrt Srfir�oF�OWA ��r'�.,.�.s.�* •�.��' CpUNTY OF DALLAS ss. On ihis 111h day of February 2020 , beiore rT�e appaared Larry Taylor, to rn� persanally knovm, who beiRg by me duly stivorn did say that he is Presidani of MERCHANTS gONDING CQMPANY (MUil1AL} and MERCHANTS NA7I�NAL BONRING, INC.; and that the seats affixed 10 the foregaing instrument are the Corparale Seals of the Cornpanies; and lhat the said inslrument was sig�ied and seaEed in behalf oi the Cornpanies by autiiority oi tEieir respeciive Boards of Directors. �PFtIAL s POLLY MAS�N o q Cpmmission Number 750576 � �A..�o�-� � ° ° ° ° '' My CoEnmissiQn Expires �' * /OWP ' .}a€1LI�ry a7, ���3 Nofary Public (Expi€atioi� o! notary's commission does not invalidate this'snstrurnent) I, William Warner, Jr., Secretary of MERCHANTS BC3NI�ING COMPANY (MUTUAL) and MERC}#ANTS NATIONAL BOtJDING, IiJC., da hereby certi(y that the abo�e and foregoing is a true ar�d correct copy of lhe PpWER-OF-A7iORNEY execuled by said Companies, tJt�ich is siill in full force and eifect and has not been amended or revoked. In iAlitness Whereof �oA �a�s ��i2o� I I�ave herew�to sei my hand and afTixed the seal af the Co�npanies on this 22ndday o1 ••-_• G C '���� ra� � • • � � � 4,.�•A�Iq.Nq���.., .�o�N o,�A, r���,����R�.�o , •��,0����9'9•r ���'��'l./ ; � G �' , � • : y ' Cs .�' y.,c : ��:2 _p.. p;�= F-.;�� -o- �'; : :x' 20�3 ;���. ��'w �833 ,:� � Secretary �v��. , .��. , . . d�y•. ,.•�� . '.�ti�;• , , � :���' •; � � � �y' ' ' t ,..� •"'�'• `.• i's ,. •,����llt�Ih����� •� � � � { � � i February, 2022. ���%y� S�j � aa�� �a-i PAYMENT BOND Page 1 of 2 I 2 3 4 s 6 0 7 8 9 10 �l 12 i3 14 15 f5 17 18 l9 20 THE STATE OT� TEXA,S COUNTY Oi� TARRANT BQND NO. TXCG13327 S�CTION �� 51 14 PAYMENT BOND g § KNOW ALL BY THESE PRESENTS: § That we, -� '� J. Schuitc Inc. d�a Ci�•cle C Constraction Ca►r� �n , kr�own as "�rinCi�al" herein, and _Merchants Bonciing Con�pr�ny (14iutual) � p corporate sur�ty (sureties), duly a�thorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and frmly bound unto the City of �art Worth, a rnunicipal corporation created pur�,uant to t���ws � tf� St�ie �f '�'ex kno�as "Ci�r" herein au�•teen ion, �a: un re S�xt}�'hree ausan , T�vo ' li1 the penal BLIii! 0� F#unll�'Pt� ���`j`.-Twn s�nd (�tlllf)(1r•'�x'•'�'�'�x*,v*�'*'�*�'** DO1tA�'S {$ _. .. _�14�G63,2S2.6U� ), lawful money aF the �linited States, to be paid En Fort Warth, Tarrant Caunty, Texas, far the payment of which sum well and truly be made, we bind oursel�es, our heirs, executors, administrators, successors and assi�;ns, joittEly and severally, �nnly by fhese presents: WHER�AS, P�incipal has entered it�to a certain wr�tten Contract with City, awarded the 22nd �a�, 4� February � 2Q 22 , which Conn•act is hereby referred to and made a part hereof for all purposes as if fully set forth herein, Ea furnish all materials, equipmenl, [a�or and other accessories as defined by law, in the prosecution of the Work as provided for in 21 said Contract and desigp,ated as 22 ,Sanitary Sewer Rehabiitiatiort Corttract 91, Part 2 City Project Nv, 01957 and 23 �f''e,stcl �Drairtage 1'n�provement �'1'aject, Phase 1, City Projec# No, 416G9. 24 NOW, THEREFORE, THB CtiNDITION O� THIS O$LIGATION is such that if 25 Principa[ shall pay all �nonies owing tv any (and ail) payment bond beneiiciary (as de�ned kn 26 Chapter 2253 af the Texas Gavernment Cade, as amended} in the prosecution of the Work under 27 the Contraet, then this obligation shall he �nd become null and void; otherw�se to remain in fi�ll 28 %rce and �ffect. 29 30 31 �z This bond is rnade and exacuted in comp3isnce with the provisions of Chapter 2253 of the Texas Government Code, as amen�ed, and all liahilities on� Chis bond shali be dete�9ned in accordanee with the prov3sions af said statute. C[TY QF FO[t�' WOR'fH Spn[IAry Sewer i2et�aUiliiniion ConlracE 91, Part 2, CPN U19S7 and STAN�ARp CO?�STRLtCTId3V SPECiF1CAT10N pOCUM�N�CS Westeliff Areinaga lmprovosnents, phase 1, CPNE D1659 Ravised .iuly 1, 241 I 00 6l l4 • 2 k'AYMENT BOND Pege 2 oP2 1 2 ' 3 4 5 6 7 8 9 10 1� 12 IN WYTNESS WHER�OF, the Principal and Surety have each SIGNED and SEALED this instzument by duiy aut�orized agents and of�'icers on this tlae 22nd day of �`ebruary , 2022 ATTEST; � m � (Principal) Secretary Michele S. Lanki'ord W ifiess as fo Principal PRINCIPAL: Wiliiam J. Scl�ultz Inc, d}�a SURETY; Merch�nts o'n Com an tu � ATT�ST. BY: Signature (Surety) 5e ,�tary -=�7 � r /�a ���� � .aii=°5.`�'r..� -• • �. Witness as to Sureky, John A. �iille�• Sl�e�•yl A. �Uutis, Attorne -y in-Fdcf Name and Title Address: G700 Westozvn Parkrva West Des Moi�es IA 502G6-77S4 Telephone Nu�nber: 1-80Q-578-$I71 Note: If signed by an officer of the Surety, there must be on file a certified exh'act from the bylaws showing that this person has authoriry ia sign such ob�igation. If Surety's physical address is di£ferent from its mailing address, both must be pco�ided, Tl�e date of the bond shall not be prior to the date the Cor►tract is awarded, �ND QF S�CTION CITY OF FORT WOF�TI� ganilary 5ewer ELehabitita�ian Contrsct 91, Pntl 2, CPN Q1957 and S'�ANDAftD CONST1tUCTldN SPECIFlCATION �OCUM�NTS Westcliff Drainage lmprovements, Phase 1, CPN D1669 Revised luly 1, 20l l Name and Title Address: 500 �V. Tranituell P. �. Box 40328 Fort VVortlt TX 76140 E �ZC H.�1 �I' S BON D1 NG CC71v�PANY��a POWER UF ATTORNEY Knovf All Persons By ihese Presents, that MERCHAN7S 8ON01NG CDMPANY (MUTUAL} and MERCHANTS NATIONA� BOND]NG, INC., boih being corporations oi the State of lotiva (herein colleetively calEed the "Caanpani�s°) da hereby make, cansiitute and appoint, ir�dividuaily, John A%r3i11er; .lohn ft Stackian; Sheryl A Klults thesr lrue a�id law(ul Attorney(s)-in-Fact, io sign ils i}ame as sureiy(ies) and to execule, seal and acknowledgs ai�y and al] bonds, undertakings, contracis and other tvritten instrunients in the nature thereot, on behal! oi Ihe Companies in their bussness of guaranteeing the fidelify of persons, guara�7leeing ihe periormance of co�itracts and execul€ng or guaranteeing bonds ar�d undertakings requirad or permitted in any aclioais ar proceetlings allovred by law. This Povr�r-af-A(iorney is grar�ted and is signed and sealed by facsimile under and by authorily af the folln�ving By-Laws adopted by the 8oard of Directors of Merchants Bonding Gampany (Mulual) o�i Aprif 23, 2Q11 and amended Augusk i4, 2015 and adopted by the Board of f�irectors of MerchanlsNational Ba�ding, Inc., on Octaber 16, 2015. "The President, 5ecreiary, ireasurer, or any Assis[ant Treasurer or any Ass'sstant 5ecretary or any Vice President shall have power and auihority to appaint Al[oraieys-in-�act, and ta auihorize them to execule an behalf uf ihe Company, and attach the seal 04 the Company therato, bnnds and undertakings, recagnizances, cor�lracts oi indemnity and otlier writings abligafory in Ihe nature thereof." "The signature af any authorized officer and the seal of the Company may be affixed by facsin3ile or e[ectronic transmission so any Power oi Atiorney or Certificaiion thereof authorizing the execuiion and de6ivery o€ any bond, u��dertaking, recognizance, or olher suretyship abligatinns of 1he Conipany, and such signalure and seal when so used shall ha�e the sam� force and effact as thaugh manually fixed." tn coainection with obtigalions i3i favor of the FEorida Depariment o! 7ranspnrtation only, ii is agreed that tha pov�er and aut horily hereby giva3i to the Attorney-in-Fact includes any and all consents far the re[ease af retained percencages andlar firtal estimates o�i engineering and canstruclion cantracts required by tl�e State of Flarida Department of iransportatian. Ii is fully understood that consenting to the S1ate ofFiorida Departra�ent oi Transportation maki��g paymei�i of ttie fir�al estimaie ta the Contraclor andlor iis assignee, shall not relieve lhis surety company oi any of its obligations under its band. In connection with abligations in favor of ihe Keniucky l�eparfinent of Highvlays only, ii is agreed that the power and authority hereby gi�en to ihe Aitomey-in-�act ca3iE�ot be modified or re�oked uniess prior wriiten parso€ial i�aiice o! such intent has 6een gi�en ta ihe Comm€ssioner- l]epartment of Highways of ihe Cnmmonvrealth af Kentueky at least thirty (3fl) days prior to !he motliflcalian or revocation. ln Witness Whereaf, it�e Con�panies have caused ihis'snstrumeni to be signed and sealed this 111h day of February , 2t320 . ''�,,.��,...,��� +�.••--••.. ; y� �'�PoR�,��. o�•'�P��'''°9'. :� � � t '. ; p1N ��� �� MERCHANTS BONOING COMPANY (MU7UAL) ;,rr�;'G� 'qj�'•. 2; ;�; 4,4 �q�.r±•�; MERCHANTS AtATIONAL BpNDING, INC. �Z:2 -O- G�:d= ��-�-:� -o- �� i : �.: 2UQ3 ,� �: y.� 1933 ���c; ay �� s � •Cy• � '�:,d�Y�., ;���.:� �.�d',yi�.... �``1'a�� Presrdent �, ...�..• .. �, �. STATE Q� IOWA ,��r•�n��n.+s�y' ������'� COUNTY �F �ALLAS ss. On this �1ih day nf February 2D20 , befare me appeared L.arry iaylor, Eo me parsonally knotvn, who heing by ra�e duly stivorn did say ti�at he is President af M�RC4-iANTS HONDING COMPAI�fY (MU7UAL) and MERCHANTS NATIONAL BONDI�iG, INC.; and that the seals a([ixed to the foregoing instrument are the Corporate Seals of the Con�panies; and thaf �he said instrument evas signed ar3d sealed in behalf of 13ie Compai}ies by ai3thority of Ueeir respeciive Baards of Dir�clors. �p.R�A� s POLLY MASON • � o o a Q� Co���missio�i Number 75Q576 ��A-.��--� . My Commissian Expires i�awp. Jan�ary 07, 2��3 Nofary Public {Expiratioi� of natary's comrnissioi� does nat invafidaie ihis instrumeni} 1, Wflliam Warner, .7r., Secretary of MERCHANTS BQNDING COMPANY (MUTUAL) and NiERCHANTS NATIdNAL BONDING, INC., do herehy certify tMat tlie above and foragoir�g is a tr�e and correct copy of tha POWER-OF-AT3QRNEY executed by said Companies, which is still in fuli force and eFfect and has nof been amended ar revoked. In Witness lMiereof, t have 17ereui�to set tt�y I�and and affixed tl�e seal of the Companies on this 22ndday of <<,�....,�.<< • � � G C �' . ,��'p,�!��A�'•�. •'O�N • aM' . : ��•pRPO,q'''•�O : � ��?O�PpA �'4qy' �'% , : i. •c� q>'�•.Z' : h: Z 9�,:.'`'�. �+r✓ ��:'Z _o_ ti;�' .�. -o- �� . = Q ' � Z ; • ��r.'�r 1 3 ' �' Sscretary '��•. 2U43 :��: : ti` 93 .� ti: ; • �6;. .;,�t�• �.,d�i�. , , •/'�'a�.� '.�d��,••�;•�''�1 . •`•I��i1����k��J,+1 ••���1�i��• POA 0018 (1120) February, 2022. �� � 0 t 2 3 4 5 6 7 8 9 10 11 12 13 l4 15 15 17 18 19 20 iI 22 23 24 25 �,6 27 28 29 3U 31 32 0061 E9-1 MAII�'li?i+IANCB 803�1D Page 1 of 3 Borrn No. Txc����z7 �ECTION QO 51 19 MAINTENANGE BOND TH� STAT� O� T�XAS COUNTY 4F TARRANT � § KI�iOW ALL BY THES� �R�SENTS: § Th�t We Willian� J. S�hiElt Inc. dba Circle C Consiruction Co�n any , Itriqw�t as "Prineiga!" herein and Merchants Bor�di��� Cnn�pany (Nlutu�l) , a corporate surety (sureties, if more Ehan one) duly authorized to do business in the State of Texas, �Cno�vn as "Surety" herein (whather one or mare), are held and firmEy bound unko the City of Fort Worth, a munioi�al cot �ora{ion created puxsuant to the laws of the State of Texsa, lmown as "Ci�y" herein, Fourtesn Millinn, Six Hundrec� Sisty-Three Thousand, Two Hundred Fifty-Twa in the sum of Rn� r,n��nn�*,���������,��,���,�rt��,�K�*����,�*�x�,� {$ *1�,653,252.60x ;,lawful money o£the Uniked States, to be paid in Fort Worth, Tarrant Caunty, Texas, for p�yment of which surn weil and ir►�[y be made unta tl�e City and its successors, we bind auirsel�es, ouc heirs, exeoutors, ad►ninistratoxs, successors and assigns, jointly at�d aeverally, firmly by th�se presents. WHEIiEAS, the Frincipai has entered Snta a eertain �vritten contract with Ehe City awarded the 22nd day of �e��&;'Y , 2022 , which Contract i� hereby referred ta and a made part hezeaf for all purpases as if fi�11y set forth herein, to furnish ait materials, equipment labor and other accessories as definecf by law, in the prvse.cution of the Work, inoluding any Work resulting from a duly authorized Change Order {collect�vely herein, che "Work") as prpvided for in said contiract and designated as Santtary Sewer Rehabilitation Caniract 91, Part 2 Ctty Projeci Na, 01957 and Westclifj'Drairtage Improven�ent Project, Phase 1, City ProjectNa, 01669; and WHEREAS, Prineipal binds itself to use such materials and io so construet the Work in accordance with the plans, speeificstipns and Conlract Daou�r►enfs that the Work is and will rem$in free fram defects in materials or waricmanship for and during the perind of two (2) years after the date of Final Acceptance of the Warlc by the Csty ("Msintenance Persati"); and GITX OF FART WORTIi 5anliE►ty Servcr Rahabiiit�Eian Contr�ct 91, P�trt 2, CPN Oi457 asid STANi3AItD CONSTRUCITON SPHC�ICATIQN DOCUNIBN'E'S �Veatcliff Drainaga Lnpmvemenls, Phase t, CPN 01669 Aevlstd'July l, 20 i i a ao6� �9-a MiA[iJTBNADiCE BOND Pagc 2 a!' y 1 WHEREAS, Arincipaf bi��ds itself to repair or reconstruct the Wark in whoie or in part 2 upon receiving not[ce fro�» the City of the r�eed tlierefor at any time witliin the Maintenance 3 Period, 4 5 5 7 8 9 iQ 11 n I2 13 14 lS IG f'1 18 l9 20 2l 22 23 N�W THER�FORE, the condrtio�l of this obligation is such that i£Princi�al shall remedy any defective Work, far which timely ��atice was provided by City, to a completion satisfactory to t�e Ci�y, then this obligation shall 6ecome ni�l! and vo'sd; oti�erwise to re�nain i�� fu�l force and effect, PROViDED, AOWE'VER, if Prinaipai shall fail so ta repair or �•econstruct any timely noticed defective Wnrk, it is agreed that the City may cuuse any �n�f nil such de£ective Work ko be repa�rad and/ar recansiructed wiEh al1 associated costs thereof being borne by the Principaf snd tl�e Surety ui�der tf►is Maintenance bond; and PROVIDED �URTHER, that if any legal action be filed on tt�is Sond, ve�ue shail lie in Tarrant County, Tex�es or the United States District Cou��t for the Narthern Diskrict of Texas, Fort Worih Division, And 1'RaVIDED �'UR'I'H�R, that this o�ligation shatl be cantinuous in nature a�d successi�e reco�eries may be had hereon for suecessive breaches, Cli'Y OR FORT W�R'iH sQ�{p�i-y Sevrer Rehabititalion Contrnet 41. P�rt 2, CPN D1957 nnd STANDARD COt�STRE3CTfON 5PECtF[CAT10N pOCUM&NTS Westallff �reinage kmprovements, Phflse I. CPN 01559 Revised July [, ZO] 1 D061 i9-3 MAINTENANCII BOND Angc 3 of � 1 IN WTTN�SS WHEREO�, the Principal and the Surety i�ave eac�t SIGN�D and SEALED this 2 i�istru�neitit by duly authorized sgents and officers on this the 22nd day of Februar 3 , �p 22 S 6 7 $ 9 1p ll 12 �a 14 15 lb l7 18 19 20 21 22 23 24 25 2fi 27 28 29 30 31 32 33 34 35 36 AT'C�ST: tr� � � � (Pr�ncipal} Seci•ctaty A�Tichele S. Lanki'ord Wimess as to Principal ATT�ST: -- - -- _ � �,,� (Sur ty) Se�re#a � ����, ,�;+,�� � �} ��. ���;���.��, i�L:- ��:- . .�, ���. � Witness as to Surety, John A. Nliller PRINCIPAL; William J. Schuitz inc. dl�a Co . t m BY: � :s� Signaturc Tet�esa S. Skelly, Presi�le�t Name and TiEie Address; S0� W. T:•a�nmell P. O. Box 46328 Fort Worth, TX 76I4U SLlR81'Y; I�Icrcl�auts a n Com an Mutual B Y: ignature SLeryl A. I{lutts, Attorney-in-Fact Nn�ne and Title Adciress: 670Q Westorvn Park�vay West Des Moines,,IA 50266-7754 'Fefepl�ane t�umber; 1-840-G78-8171 37 *Note: If signed by an af�cer of the Surety Ca�upany, there ►nust be on �le a certified exF��ack 38 from the by-laws s�owing khat this person has authority to si$n such ob�igatio�t, If 39 5urety's physical addr�ss is different from i�s mailing address, bath m�st be provided, 40 The date of the band shall no# Ue prior to the date the Cqntract is awarded, 41 C]TY OP FORT WORTH Snnilory Sewer RehabllimGon Conuacl 41, Pari Z, CPN D1957 and STANbARD COtJSTRUCT(ON SPECI�ECAT[OiV �OCUHfENT3 Westcliff Drainage fmprovemenls, Fhasa I, CPN 016b9 Revised ,fuly l, 201 I � �.� �.t`ll ol .l � aC�ND1NG CCJMP�NYs„ POWER OF ATTORNEY Knot+Al! i'ersons By These PresenSs, that MERCHAN7S BONDING GQt+APANY (MIJTUALf and MERCHANTS i+#ATIpNAL 80N�ING, INC., botte being corporations of lhe State of ioeva (hereiri collectively ca{led the "Companies") do hereby rnake, constitute and appQint, individ�ally, Jahn A M'sller, Jo31n R StoCkton; 5heryl A Klutts their lrue aild la+vfu4 Attnrney(s)-in-Fact, to sign ils nartte as surety(ies) and to executa, seal and acknowlectge any ar�d a41 bonds, uriderlakings, contracls and qiher wrillen insirumenis irt 1he nature 3hereof, on 6ehalf of ihe Cornpa�iies i€� lheir busiieess of guaranieeing the ficielity of psrsans, guaranleeing the perforrT�ance oi conlracts and executing or guaranteeing 6onds and undertakings required or �IEiR}IIIBCI i�z any aclions or proceedings ailawed by law. This Po��rer-of-Aliorney is granietf and is signed and sealed t�y facsimile under and by auihority of tiie fo{la�ving By-Lavrs adopted by 1he Board of D'srectors of Merchanis Bonding Company (Mutual) on ApriS 23, 2011 and amended August 14, 2Q15 and adapted by the Soard af Directors of Merchai�isNational Ba�ding, Inc., on dctober 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer ar any Assistant Secretary or any Vice President shall have pnvfer and authority ta appoint Atlarneys-in-Fact, and to auihorize them to execuie o�i behalf oi Ehe Company, arid attach the seal of the Company thereto, bonds and undertakings, recog�iizanees, contracts of indemnity and flther writings obligatory in the nature thereof." "The s€gnature oi any auihorized aificer antl the seai ai 1he Company niay be affixed by facsimile or eleetronic lransni€ssion ta any Pov�er oi Ailamey or Cerlificatio�� lhereof authorizi�ig the execuEion and delivery of ar3y bond, underlaking, recognizance, or oti�er suselysh€p abligations of ihe Company, and such signature and seal when so used shaii have €he sanie force and etiect as though nianually fixed." in connection wilh abligaiions in favor oi ihe Flarida f3epartmenl of Transporlalion only, it is agreed that ihe power and aut hori[y hereby gi�en to 1he Ailomey-in-Faet includes any and a!I consents for the release af retained perceniages andlor finaE estimates on engineering and canstruc3ion contracis required by ihe 5tate of Florida t]epart+nent of Trai�sporlation. 6t is fully undersiood iha� cor�senting ta the 5tate oiFforida Department of Trar�sporiaiion n�aking paynienf of the fina€ estiniate !o ihe Canlractnr andlor its assignee, shall noi relieve this surety campany of any oi its obligations under its bond. In cannediors with obligations in favar oi the Kentucky �ePartnienf of Ftighways only, it is agreed lhak the power and aulhority hereby giv�n ta the Attoraiey-in-Fact caranot b2 modilied or ravaked unless prior written persona] �io€ica af such inien€ has been given to the Coonr��issioner- Departnienf of liighways of the Conin�onweailh of Kentttcky at least thirly (30) days prior io iha niodification or revocalian. [r� Witriess UVhereoi, the Gompanies have caused this instrun7ent to 6e signed and seafed ihis 11 th day o� Fehrua€y , 202D . �yl/l�E��f�! +� � � � � • ,,.�i_.���iiv,��'..,, .' � ��,c��„co ��•• � ���F�Q�R � �Ca : : ��aO �P�/�TMA9�. IVI�RCHAN7S 84NDtNG COMPANY (NlU7UAL] ?hy;•�4 'qj;•.,.y' � �, �O q�,��� [VIERCHANTS hATIONAL BONDING, INC. w�:2 _p- p`;�: �►-�-:�' -o- "'� : ^ ��':~ 2003 ,:��.' : yj 1933 ��e: �Y �� . •�ti. � �.ay?�, :��1��` `• d�i�,. ��L•� President ••. ..• . •'��1 . .• •. {,� , • 57ATEOFIOWA ••••�"'�'�'�`��N`'� '`��s��• COl1N7Y dF dALLAS ss. Qn this 11th day oi February 2020 , before me appeared Larry Taylor, ta me personally known, v�ha being by me duiy sworn did say lhai he is President ot MERCHANTS BqNDiNG COMPANY (MUTUAL) and MERCHA3JTS NATlDNAL 8ON�ING, 1NG.; and lhat ihe seals affixed to the foregoing instrument are the Corporate Seals of 1he Companies; and ihat the said instrunient �vas signed and sealed ii3 behalf of ihe Compa�iies by autliority af their res�ecii�e Baards of Direciors. �PFtIA� � pOLLY MA50N � o � Commission Numbe�-750576 � �0..�0�-� � ° ° ° ° `` My Commission Expires �" ��oW�. � January 07, 2023 Notary Pu61rc (Expiralion of raoiary's commission does not in�alidate this inslrument) I, Wilfiam Warner, Jr., Secretary of MERCHANTS BONOING COMFANY (MUTUALj and MERCHANTS NA7[ONA� BONDING, INC., do hereby certify tliat 1he above ar�d foregoing is a true and correct copy of the PDW�R-QF-A770RiVEY executed €�y said Companies, �1hic13 is stil! in full fvrce and ef(eci and has not been arnended or revoked. In Witness Wliereof POA (3Q18 (�120} I ha�e hereunto sst my ha�id and affixed the seal of tlee Companies on this 22ndday ol •s•'•�r �,�'P�1�Np�'�.,: �.•p�N�,�O,� �. ;� �.'�QoR��'•�ao :c���o���q'•Aq' h/ .,��.•Go q�..yw :�'`' q�,'y�S �ll ' =�:2 -o- �:.v- .r�t�' -o- �'; . •�' 2UO3 ;,�; �`t�� �933 ,�c' Secretary . t��: : : �J. •��r: �:�3� •., ,..,, �c11.`� �•.d,�7�v" �� ' • `,�`b•.• ♦ ♦ � �� ,���I�1�1�{���� ������ February, 2022. � � �VI�ERC�.AN�'S� BONDING COMPANY,M MERC:I-if\N�S liClN�71�]G COMI'A�l1'(NtU�1�UAl.t � Mf:l:{'[-Ir1NTS NATIOVAL itC)�Jf)I%IC�. 1f�IC:. P.O. iSox ]�i�198 � L�I:� A�iOIVFS. l01NA 5fl306-3�98 •{g�0) G78-8i71 •{si5� 2�+3-3��a 1AX Please send all notices of claim on this bonc� to: Mercllai�ts f3ot�dir�g Cantpany (Mcitual) / Merchants Nationtil I3c�ncEing, ]nc. P.O. �3ox 1 ��k98 Des Moines, Io���a 503UG-3498 (S 15) 743-8171 (S00) G7g-Y l71 Pizysical Address: 6700 ��estow�i Park«�ay, VVest Des Moi�ies, lotva 50266 SU1' 0073 TX (2115) Palicy #CPP1Q0451064 C�MMERCIAL G�NCGL 084 (�0 13) 7HiS �NDORSEMENT CHANG�S THE POLICY. Pi.EAS� READ IT CAREFUL.LY. ADDITIONAL �NSURED -- �WNERS, LESSEES OR CONTRACTORS �- AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH Y(3U -� ONGOING �PERATI�NS AND PR�DUCTS-COMPLETED OPERAT�ONS 7his endorsement modifies insurance provided under the fo{iowing: COMMERCIAL GENERAL �.IABILITY COVERAG� �'ORM SCH�DUI.E O�'710NAL Name of Additlonal Insured F'ersons or O (As required by written contract or agreement per Paragraph A. l�elow.) Locaiions of Co�ered Operations (As per the written cantract or agreemeni, protided the locafion is within the "co�erage territory".) _._.. (Information r�q�ired ta complete this Schedule, if noi shown above, will be shown in the Declarakians.) A. Section II — Who Is An Insured is amer�ded to include as an additional insured: 'f . Any person or organization for whom you are periorming operaiions when you and such person or arganizatian hava agreed in writing in a contract or agreement in effect during Ehe term of Ehis palicy thai such persan or organixakion be added as an additional insured on your policy; and 2. Any other person or organization you are required to add as an additional insured under the cantract ar agreement described in Paragraph 1. above; and 3. The par�icular person or organization, if any, scheduled above. Such person(s) or organization(s) is an additional insured only with cesp�ct ta liability far "bodiiy injury", "properly damage" or "personal an� ad�ertising injury" acc�rring after the executior� of the contract or agreement described in Paragraph 1, abo�e and caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of thase acting on your behalf in #he perfarmance of your ongoing operations far the additional insured; or 3. Your work° performed for the additional insured and includad in #he "products-campieted a�eraiions hazard" if such coverage is specificalEy required in the writken cankract ar agreernenf. CGL 084 (10 13) Includes copyrighted materiaf of the Insurance Services O#ficas, Inc. with iis permission. Page 1 ot 3 Copyright 2013 FCCI Insurance Graup. COMM�RClAL G�NERAL LIA81LfTY CGL 084 (10 13) However, the insurance afforded to such addiEionaf insured(s) described abo�e: 1. Only applies to the extent permitted by law; 2. Will not be broader fhan thak which you are required by the contract or agreemenf to provide for such additional insured, 3. Will not be broader than that which is afforded to you under fhls policy; and 4. Nolhing herein shall extend the t�rm of Ehis policy. B. The insurance provided to the additional insured does not apply to "bodily injury", "praperty darnage" or "personal and advertising injury" arising ouk of the rendering of, or the fail�are to render, any professional archit�ctural, engineering or surv�ying serriices, including: 1. The preparing, appro�ing, ar failing to prepare or approve, maps, shop drawings, apinions, reports, surv�ys, field arders, change orders or drawings and specifications; or 2. 5up�rvisory, inspeckion, archit�ctural or engineering activities. C. This insurance is excess o�er any other valid and collectibl� ins�rance available to lh� addiiional insured whether on a primary, excess, conting�nt or sny other basis; unless tha written contract or agreement requires ihat this insurance be primary and non-contributory, in which case this insurance will be primary and non-contributory relative to insurance on which lhe additional insured is a Named Insured. D. With raspect to the insurance afforded lo these additional insureds, the following is added to Section III — Limits of Insurance: The most we will pay on behalf of Ehe additional insured is th� amnunt of insurance: 1. Requirad by the contracl ar agr�emeni described in Paragraph A.1.; ar 2. Available under fhe applicable �.imits of Insurance shown in the beclarations; whichever is less. This endorserrient shall not increase the applicable Limits o# lnsurance shown in the Declarations. �. 5ectian IV — Commercial General Lfabiliky Conditians is arrtended as (ollows: The �uties In The �vent of Occurrence, 4fFense, Claim or Suif conditian is amended to add lhe following additionaf conditions applicable to the additianal insured: An additional insured under this endorserr�enl must as sflan as pracficable: 1. Give us wriften noiice of an "occurrence" ar an offense which may result in a claim or "suit" under ihis insurance, and nf any claim or "suit" that does result; 2. Send us copies af all legai papers recei�ed in connection wikh the claim or "s�ii", cooperale with us in the investigation Qr settiemenE of the cEaim or tlefense against the "suiY', and otherwise comply with all policy conditions; and 3. Tender the tfefense and indemnity of any claim or "st�it" lo any provider of other insurance which would cover kha additEonal insured for a lass we cover under this endarsement and agree to make available a11 such other insurance. However, this conc�ition does no# affeci Paragraph C. abave. CGL 084 (10 13} Includes copyrighted material o# the Insurance Services Offices, Inc. wilh its permission. Page 2 of 3 Copyrighl 2413 FCCi ir�suranee Group. COMMERCIAI. GENERAL LIABILITY CGL �84 (10 13} We have no duty to defer�d or indemnify an additional insured under this �ndorsement until we receive from the additional insured wriEten notice of a claim or "suit". F. This endorsement does not apply Eo any additional insured or project ihat is specifically identified in any other additional insured endorsement attached fa fhe Commercial Generai L.iability Coverage Form. CGL OS� (10 13} Includes copyrighted material of the [nsurance Services Offices, Inc. with its permission. Page 3 of 3 Gopyright 2013 FCCI tnsura�ce Group. Policy #CPP100�5�064 FIRST CHOiCE CONTRACTORS LlABILITY ENDORSEMENT �aa�E o� coNr�r��s ��SCRIPTiON PAGE AdditionalInsured Co�erage ...................................................................................................................................... 9 BailBonds ................................................................................................................................................................... 8 BlanketWaiver of 8ubroga#inn ................................................................................................................................. 1� Bodilylnjury and Property Damage ........................................................................................................................... 1 Care, Custady or Confrol ............................................................................................................................................ 3 ContractorsErrors and Omissions ............................................................................................................................. 6 Contractual Liability (Personal & Acfvertising Injury) .................................................................................................. 2 Elscfronicbata Liability .............................................................................................................................................. 1 GeneralLiability Conditions ...................................................................................................................................... 13 lncidentaiMalpracfice ................................................................................................................................................. 8 Insur�d ........................................................................................................................................................................ 9 l..imited Product Wifhdrawal Expense ........................................................................................................................ 3 Limitsof Insurance ................................................................................................................................................... 11 L.oss of Earnings ......................................................................................................................................................... 9 LostKey Coverage ..................................................................................................................................................... 8 Newiy �or�ned or Acquir�d Organizations ............................................................................................................... 11 Non-Owned Watercraft ............................................................................................................................................... � Properiy Damage Liability — Borrawed Equipment .................................................................................................... 'f Tenant's Property and Premises Rented To You ...................................................................................................... 8 VoluntaryProp�rly dart�age ....................................................................................................................................... 2 POIiCy #CPP100051fl64 COMM�RCIAI. G�NERAL LIABILITY CGL 088 (01 'I5) THIS �NC70RSEMENT CHANGES THE POL.ICY. FLEASE READ IT CAR�FIJLLY, FIRSi CHOICE CONTRACTORS LIABILITY ENDORSEMENT fihis endorsement modifies insurance provided under ihe following: COMM�RCIAi. GENERAL LIABI�.ITY COVERAGE FORM N�TE: The fo!lowing are additians, r�placements ant� amendmenis to the Commercial General Liability Co�erage Form, and will apply uNess excluded by separate endorsement{s} fo the Cammercial General Lisbility Cov�rage �orm. The COMMERCIAL G��IERAL LIABILITY COVERAGE FORM is amended as fallows: S�CTI4N I- COVERAGES, COVERAGE A. BODIL.Y INJUFtY AND PROPERTY �AMAGE is amended as follows: 1. Extended "Property Damage" Exclusion 2.a., �xpecteci or Intenci�d Injury, is replaced wilh the following: a. "Bndily injury" or "property darrtage" expecked or intended from t�e standpoint of the insured. This exclusion does not app(y to "bodily injury" or "property damage" resuiling fram the use of reasonable force lo pratect persons or property. 2. N�n-owned Watercraft Exclusian 2.g. (2) (a) is replaced witi� fhe following: (a} Less than 51 feet long; and 3. Prflperty Da�age Liability -� Barrowed Equipment The following is added io Exclusion 2.j. (4}: Paragraph (4) of this exclusior� does not apply to "proper�y damage" to borrow�d equipment while at a jobsite and nat being used to pe�form operations. The mast we will pay for "property damage" fo any an� borrowed equipment item uncier this caverage is $25,000 per "occurrence". The insurance afforded under this pravisian is excess o�er any oiher �alid and co!lecti�le property insurance (incEuding deductible) available to the insured, w�efher primary, excess, contingent ar on any oiher basis. 4. Limited Electronic Data Liability Exclusion 2.p. is repfaced with the following: p. Electronic bafa Darnages arising out of the loss of, loss of use of, damage to, corrup#ion of, inability to access, or inability fo manipulaie "e[ectronic ciata" that does not resu[i from physical injury to tangible praperty. "Fhe most we will pay under Coverage A far "property damage° becauss of all lass of °eE�ctronic daia" arising out of any one "occurrence" is $10,000. We have no duty to investigate or defend claims or "suits" cavered by this Limited Electronfc �ata Liability coyerag�:. 7he following definitian is adcled to S�C710N V— DEFINITIONS af lhe Coverage Farrn: "Electranic da#a" means information, facts or pragrams stored as ar on, created or used on, or kransmikted to or from computer saftware {including systems and applications software), hard ar fEappy disks, CD- ROMS, tapes, dri�es, cells, data prac�ssing devices ar any other media which ar� used wifh eEectronically contralled equipment. CGL 088 (01 15) Includes copyrighted maferial a# ihe Insurance Services Office, Inc., with its permiss9on. Page 1 oi 14 Copyright 2095 FCCI ins�rance Group COMMERCIAL G�N�i�AL LIABILITY CC3L 08$ {01 15) For pt�rposes of this �imited Electronic Data l.iability coverage, the definition af "Properly Damage" in SECTIO[� V— I��FINITIONS of the Coverage Form is replaced by ihe follawing: 17. "Property damage" means: a. Physical injury to iangible property, including ail resulting loss of use of that property. All such loss af use shall be deemed io occur at the time of the physical injury that caused it; b. Loss of use of tangible property that is nof physically injured. All such loss of use shall be d�emed to occur at the tirne nf the "accurrence" that caused it; c, Loss of, loss of use of, damage to, corruption of, inability to access, or inabiiity to properEy manipulaie "electronic data", resulting from physical injury tn tangible properly. A!I such Iflss af "elecfronic data" shall be deemed to necur at khe time of the "occurrence" that caused it. Far purposes af this ins�rance, "electronic data" is not tar�gibfe praperty. S�CT[ON I— COVERAGES, COVERAGE B. PERSONAL AND ADVERTISING INJURY L.IABILIiY is amended as foflows: Paragraph 2.e. Exclusions — the Contractual Liability �xclusion is defeted. SECTION I— COVERAGES, the foliowing coverages are added: COVERAG� D. VOLIJNTARY PROPERTY UAMAG� 1. Insuring Agreement We wil[ pay, at your r�quest, for "property damage" caused by an 'bc�urrence", fo properEy of others caused by you, ar while in yaur possession, arising out of your business aperations. The amount we will pay for damages is described in SEC7iON 111 LIMITS OF Ii�SURANC�. 2. Exclusians This insurance does noi apply to: "Property Damage" to: a. Properiy at premises owned, re�ted, leased or accupied by you; b. Proper#y while in lransit; c. Property owned by, rented to, leas�d to, loaned ko, barrowed by, or used by you; d. Premises yo�a sell, give away, or abandon, if the "property damage" arises ouf of any part of those premises; e. Property ca�ased by or arisir�g out of fhe "producEs-completed aperations hazard°; f. Motor vehicles; g. "Your producY' arising out of it or any part of it; or �. °Your work" arising aut of ik or any part af if. 3. Deductible We will nat pay for loss in any ane "occurrence" until the amaunf of lass exceeds $250. We will ther� pay the amount of loss in excess of $250 up to the applicable limit of insurance. 4. Cost Faciar In the evenf of a covered loss, yau shall, if requested by us, replace the damaged property or furnish the labor and materials necessary for repairs thereto at your aclual cast, excluding profit or overhead c�arges. CGL 0$8 (Q1 '15) Includes copyrighted material of the [nsurance Services Office, Inc., wifh iis permission. Page 2 of 14 Gopyright 2015 FCCI lnsurance Croup COMMERCIAL GENERAL LIABIE.ITY CGL O88 (01 15} The insurance afforded und�r COV�RAGE D is excess over any other valid and collscEib[e property or in(and marine insurance (including the deduclible applicable ta the property or inland marine coverage) a�ailable to you whether primary, excess, contingent or any other basis. Coverage D covers unintentional darnage or d�struciian, but does not co�er disappearance, fheft, or foss of use. The insurance under COVERAGE D does nat apply if a loss is paid under COVERAGE E, COVERAGE E. CAR�, CUSiODY OR CONTROL 1, Insuring Agreement We will pay fhose sums fhat ihe insured becomes legally obfigated to pay as darnages �eca►�se oF "property damage" caused by an "accurrence", to property of others while in yaur care, custody, or control ar properly of others as to which you are exercising physicai control if ihe "property damage" arises ouf of your business aperations. l"he amount we will pay for damages is described in SECTION III LIMITS O� INSURANC�. 2. ExcEusions This insurance does not ap�iy to: "Prop�rty Damage" fo: a. �'raperty at premis�s awned, rented, leased or occupied by you; b. Praperty while in transit; c, Premises you sell, give away, or abandan, if the "property damage" arises aut of any pari of those premises; d. Properiy caused by or arising out of the "praduc#s-compl�ted operations hazarci"; e. Motor �ehicles; f. "Your product" arising out of it or any part of it; or g. "Your wark" arising out of ft ar any part of it. 3. Deductible We will not pay for loss in any one "accurrence" until the amaunt of loss exceads $25�. We will then pay ihe amount of loss in excess oi $250 up to the applicable limit of insurance. 4. Cost Factor In the event of a covered loss, you shall, if requested by us, replace the damaged prap�rty ar furnish the labor and materials necessary for repairs thereto at your actual cost, excluding profit or overhead charges. ihe insurance afforded under COVERAGE E is excess aver any other valid and collectible prop�rly or iNand mari�e insurance (including ihe deductible applicable to the property or inland marine ca�erage} available ta you whether primary, excess, contingent ar any other basis. The insurance under C�V�RAGE � does not appiy if a lass is paid under COV�RAGE D. COVERAGE F. LIMI7ED PROQi1CT WiTHDRAWAL EXPENSE 1. Insuring Agreement a. If you are a"seller', we will reimburse you for "product withdrawal expenses" assaciateti with "your product" incurred because of a"product withdrawal" to which this insurance applies. The amaunt of such reimbursement is limited as described in S�CTIOiV ill - LlM1TS OF INSURANCE. No other obligation ar Iiability to pay sums nr perfarm acts ar servEces is covered. CGL OSS (01 95) Includes copyrighted mater€al of the Insurance 5ervices Office, Inc., with its permission, Page 3 of 14 Co�yright 2015 FCCI Insurance Group COMMERCfAL GEN�RAL LIABILITY CCL 088 {01 15j a. This insurance applies to a"product withdrawal" only if the "product withdrawal" is iniiiated in the "co�erage lerritary" during the policy period beca[�se: (1) You determine thaf the "product withdrawai" is nec�ssary; or (2) An authorized go�ernment entity has orcfered you to conduct a"product withdrawal". c. We will reimburse oniy those "product withdrawal expenses" which are incurred and raported ta us within one year af the date the "product wi#hdrawai" was initiated. d. The initiaiion of a"product withdrawal" wii! be d�emett fo have been made only at the earliest o# the following tirnes: (1) When you have announced, in any manner, to the general public, your venctors or to yaur employees (olher fhan those empfoyees direcfiy invalved in making the determination) your decision to conduct a"product withdrawal" 7his applies regardless of whefher the determination to conduct a"product wiihdrawal" is made hy ytiu or is requested by a third party; {2) When you received, either orally or in wriiing, notifcation of an order fram an authorized government entity to conduct a"product withdrawai; ar (3) When a third party has initiated a"product wiihdrawal" and you communica#e agreemer�t with the "product withdrawal", or yau announce to the general public, your v�ndars or to yaur employees (oiher than those employees directly involved in making the determinatian} your decision #o participate in the "protiuct withcfrawaP`, whiche�er cames firsi. e, "Prad�ct wilhdrawal expenses" incurred to withdraw "your products" which cvntain: (9) The same "defecY' wilf be deemed to have arisen out of fhe same "product withdrawal"; or {2} A different "defeci" wi(I be deemed to have arisen out of a separate "product withdrawal" if newly determined or ardered in accardance with paragraph 1.b of this coverage. 2. Exclusions This insurance does r�ot apply to "praduct withdrawal" expenses" arising out of: a. Any "product withdrawal" initiated due #a: (1) The failure of "your products" to accomplish their intended purpose, including any breach oi warranfy of fitness, whether written ar implied, This exclusion does not apply if such failure has caused or is reasanably expecfed to cause "bodily inj�ry" ar physical damage to tangible �raperty. (2) Copyright, patent, #rade secret or trademark iniringements; (3) Transformatian of a chemical nature, deterioration ar decompasition of "your praduct", excepk if it is caus�d by: (a) An error in manufacturing, design, proc�ssing or transportation of "yo�r praduci"; or (b) "Praduct tampering". {4) Expiration of the designafed sheif lif� of "yaur product". b. A"produci withdrawal", initia#ed because of a"defectFi in "your product" known to exist by the i�amed Insured or the Named Insured`s "executive officers", prior to th� ir�ceplian dake of this Co�erage Part ar prior lo the lime "your pro[iuc#" leaves your controk or possession. c. Recafl of any specific products for which "bodily injury" or "property damage" is excluded under Coverage A- Bodily lnjury And Property pamage Liability by endarsement. d. RecaEl of "your products" which have been banned from tt�e market by an authorized governmeni antity prior to the policy periad. e, i'he defense of a claim or "suit" against you for "product withdrawal expens�s". CGL 088 (01 15) lncludes copyrighted material of the Insurance Services Office, Inc„ with its permission. Page 4 of 14 Copyright 2015 FCCI lnsurance Group COMMERCIAL GEt�lERAL LIAB1l.ITY CGL 088 (01 15} 3. For fhe purposes of the insurance afForded under COVERAG� F, the fallowing is added l0 2. Duties In The Event Of Occ�rrence, Offense, Claim Or Suit Condition under SECTION IV — COMMERCIAL GEN�RAL LIABILIiY GONDITIONS: e. Duties 1� Th� Ev�nt �f A"De#ect" Or A"Product Withdrawal" (1) You must see io it that we are notified as saon as practica�fe of any actual, suspected or threatened "defeci" in "your prod�cts", or any govemmental investigation, that rnay result in a "product withdrawal". To the extent possible, notice shouid include: (a} How, when and where the "defect" was discovered; (b) The names and addresses of any injured persons and wifnesses; and (c) 7he nature, lacation and circumsfances of any injury or damage arising out af �se or cansumpfion af "yaur product". (2} If a"product wi#hdrawal" is initiated, you must: (a) Immediateiy record the specifics of ihe "product withdrawa!" and the date it was initiafed; (b) Send us wriften nafice af khe "}�roduct withdrawaP' as soon as practicable; and (c} Not release, consign, ship or distribute by ar�y ather m�thod, any praduck, or like or sirr�ilar products, with an ackual, suspected or threatened ciefect. (3) You and any other invalved insured must: {a} Immediat�ly send us copies of pertinent correspondence recei�ed in connection wiEh the °product withdrawal"; (b} Authorize us to ab#ain recards and ofher information; and (c) Cooperate with us in aur investigation of the "praduct withdrawal". 4. For the purpos�s of ihis Coverage �, fhe following definitions are added ta the Definitions Sectian: a. "DefecC' means a defect, deficiency or inadequacy that creates a dangerous condition. b, "Producf #ampering" is an aci o# infentional alferation of "ya�r praduct" which may cause or has caused "bodily injury" or physical injury to fangible property. When "producl tampering" is known, suspected ar t�reakened, a"product wiihdrawal" will nol be limited io ihose baEches of °yaur product" which are known or susp�ct�d to have been tampered with. c. "Praducl wifhdrawa!" mear�s the recall or withdrawal of "your praducts", or products which contain "your products", from the markei or from use, by any other person or organizafian, because of a known or suspected "defect" in "your product", or a known or suspected "product tampering", which has caus�d or is reasonably expected to cause "bodily injury" or physicai injury to tangi6le properiy. d, "Product withdrawal expenses" means those reasonable and necessary extra expenses, listed below paid and directly related ta a"product withdrawal": (1 } Cosis of notification, (2) Gasis of stationery, envelopes, producfion of announcements and postage or facsimil�s; (3j Cosls of o�ertime paid la your reg€�lar non-salariad employees and costs incurred by your employees, including costs of transpartalion and accammodations; (�4) Costs of compuier time, (5) Costs of hiring ind�pendent contraciors and other tern�orary empioy�es; (6) Costs of transportation, shipping or packaging; (7) Costs of warehouse or storage space; or CGL O88 (D1 15) Includes copyrighted rrtaterial af the Insurance Services Otfice, tnc., with ifs permission. Page 5 of 14 Copyright 2015 FCG! Insurance Group COMMERCIAL G�N�RAL LiABILITY CGL O88 (09 15} {$) Costs of proper disposal of "your praducts", or producls that contain "your producks", thai cannot be reused, nat exceeding yaur purchase price or your cosk to produce lhe products; but "product withdrawal expenses" does not include costs af ihe replacement, repair ar redesign af "your producY', or khe costs af regaining yaur rnarket share, gQOL�WIII, revenue or profit. e. "Seiler" rneans a person or organization thaf manufactures, sells or distribui�s gaods ar producis. "Seller" does not inciude a"contractor" as defined elsewhere in this endorsement. The ir�s�rance under COVERAG� F does r�ot apply if a loss is paid under COVERAGE G. COVERAGE G. CONTRACTORS ERRORS AND OMISSIONS 1, Insuring Agreement If you are a"contractar", we will pay ihose sums khat you become legally obligaled to pay as damages because af "praperty damage° ka "your product", "your work" or "impaired properiy", due to faulty workmanship, material or design, or products including consequential loss, to which khis insurance applies. The da�'tages must have resulted frorn yflur negligent act, errar or omission while acting in your business capacity as a contractor or subcontractor or from a defect in material ar a product sa[d ar installed by you while acting in this capacity. The amo►�nt we will pay for damages is descri�ed in S�CTION 111 LIMITS OF [NSURANC�. We have na duty to investigate or defend claims or "suits" co�ered by this Contractars Errors ar Omissions coverage. This coverage applies only if the "property damage" occurs in the "coverage kerritory" during the poficy period. This ca�erage does not app{y to additional insureds, if any. Supplemenfary Payments -- Coverage A and B cEo nof apply to Coverage G. Contractors �rrors and Omissions. 2. Exciusions This insurance daes not apply to: a. "Bodlly injury" or "persona! and advertising injury". b, Liability or penallies arising from a deEay ar failure to complete a contract or project, or to complete a contract ar project an time. c. Liability because of an error or arnission: ('f ) In fhe preparation of estimates or job costs; (2) Where cost estirrrafes are exceeded; (3) In the preparation of �stirnakes of profit or return on capital; (4) In ad�ising or failure to advise on financing af lhe work ar project; or (5) In advis'sng or failing #o ati�ise on any legal work, litle checks, form af ins�rance or suretyship. d. Any liability which arises out of any acfual ar alleged infringement of copyright ar trademark or trade dress or patent, unfair competition or piracy, or fheft or wrongful taking of concepts or intellecEual property. e. Any liability for damages: (1) From the intentional dishonesi, fra�dul�nt, malicious or crimina[ acts of lhe Named Insured, or by any partner, member of a limited liabiliiy company, or executive officer, ar at ihe direction af ar�y of them; or (2} Which is in fact expeeted or intended by the insured, even if the injury or damage is of a different cEegree or type khan actually expected or intended. CGL Q88 (01 15) Incfudes capyrighted material of lhe Insurance Ser�ices Office, inc., wilh iEs permission. Page 6 oE 14 Capyright 2�15 FCCI Insurance Group COMMERCIAL GENERAL LIABILITY CGL OS$ (01 15) f. Any 6iabiliEy arising out of manufacturer's warraniies or guarantees whe#her express or implied. g, Any liabiiity arising from "property darnage" to properfy owned by, rented �r leased io the insured. h. Any liabifity incurred or "property damage" which occurs, in whale or in part, before you have campleted "yaur work." °Your work" will be deemed completed at the eariiest of the foflowing times: (� ) When al! of the work ca6ied for in your contract or work order has been completed; (2) When all the work to be done at the jab s9te has been compleied if your coniract calls for work at more than one jQb site; or (3) When ihai part af fhe work dor�e af a job site has been put ta its intended use by any persan ar organizafion ather than another contractor or subcontractor working on the sam� projeci. Wark that may need ser�ice or mainfenance, correction, repair or replacement, but which is otherwis� complefe, will be treatec! as camplete. i. Any lia�ifity arising from "proper#y damage" to producis that are still in your physical possession. j. Any liabiiity arising out of the r�ndering of or failure to render any professional services by you ar on your behalf, hut only with respect to either or both af khe fallowing aperations: (1) Pro�iding engineering, archiieclural ar surveying ser�ices to athers; and (2) Providing or Y�iring independent praf�ssionals ta pro�ide engineering, arcl�iiectural or surveying services in connection with construction waric you perform. Professional serviees include the preparing, approving or failing to prepar� ar approve, tnaps, shop drawings, opinions, reports, surveys, field orders, change arders, or drawings and specifications. Professional services also include supervisory or inspection activities perforr�ted as part of any related architectural or engineering acti�ities. But, professional s�rvices do not include services wiihin construction means, methods, techniques, set{uences and praceciures employed by you in connection with constructian work you perfarm. k. Your loss of profit or expected profit and any liability arising therefrom. 1. "Property damage" to property other lha� "your praduct," "your woric" or "impaired property." m. Any liability arising fram c[aims or "suits" where th� right of actian against the 9nsured has been relinquished or waived. n. Any liabilify for "property damage" fo "your work" if the damaged work ar the work out of which khe damage arises was perfarmed on your behalf by a subcantractor. a. Any liability arising from the subslitution af a material or product for one specifisd on bl�eprints, work orders, contracts or engineering specifications unless th�re has been written authorizatian, or �nless ihe blueprints, work orders, contracts or engineering specificatians were writien by you, and you ha�e auihorized the changes. p, �iability of others assumed by the insured under any contraci or agreemenf, whether aral or in writing. This exclusion daes not apply to liabilily for damages that the insured would ha�e ir� the absence of the contract or agreement. 3. For the purposes of Coverag� G, the following definition is added to the Definitions section. a. "Contractor' means a person or organizalion engaged in ac#ivities of building, clearing, filing, excavating or improvemer�t in lhe size, use or appearance of any sfructure ar land. "Con#ractor" daes not inc[ude a"seller" as defined elsewhere in this endorsemenf. 4, Deductible We will not pay for loss in any one "occurrence" until the amount of lass �xceeds $250. The limits of insurance will not be reduced by t€�e applicaiior� of t�e deduciible amount. CGL 088 (01 15) Includes capyrighted material of the Insurance Services 0(#ice, Inc., wiih its permission. Page 7 of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL GENERAL L.tABILIiY CGI. 088 (01 15} We may pay any part or all of the deducfible arr�ount !o effect setklement of any ciaim or "suit", and upon notification of the action taken, you shall promptly reimburse us for such par# af the deduc#ible amaunt as has been paid by us. 5. Cost �actor In ihe event of a covered loss, you shall, if requested by us, replace the damaged property or furnish the labor and rr�a#erials necessary for repairs therelo ai your actual cost, excluding profit or o�erhead charges. The insurance under COV�RAGE G does not apply if a loss is paid under C4VERAG� �'. COVERAG� Ft. L.OST KEY COVERAG� 1. Insuring Agreement W� will pay thase sums, subject to fhe {imits af liabili#y described in SECTIDN III LIMITS O� INSUF2ANCE it� this entforsement and the deductible shawn belaw, that you become legaily obligated to pay as damages caused by an "occurrence° anci due to fhe loss or r�ysterious disappearance of keys entrusted to or in fhe care, cusiody or contral of you or your "emplayees" or anyone acting ort your behalf. The damages covered by this endorsement are limited to fhe: a. Actuai cost of the keys; b, Cost to adjust iocks to accepl n�w keys; ar c. Cast of new locks, if required, including the cost of installalian. 2. Exclusions This insurance does nof apply ta: a. Keys owned by any insured, �mployees of any insured, or anyone acting on behalf af any insured; b. Any resuiting lass of use; ar c. Any of the follawing acts by any insured, employees of any insured, or anyone acting on behalf of any insured: 1 } Misappropriafion; 2) Cancealment; 3) Conv�rsion; 4} �'raud; or 5) Dishonesty. 3. Deductible We will not pay for loss in any one 'bccurrence" unii! th� amount of loss exceeds $1,D00. The limiis of insurance will nol b� reduced by the application of ihe deductible amount. We may pay any part or all of the deductible amount to effect settEement of any claim or "suit" and, upan nofificatian af f�e ackion taken, you shall promptly reimburse us for s€ach part of fhe deductibie amounf as has been paid by us. EXPANDEA COVERAG� �OR TENANT`5 PROPERTY AND PR�MIS�S R�Ni�[] 70 YOU The first paragraph after subparagraph (6) in �xclusion j., bamage to Prope�ty is amendec! to r�ad as fol[ows: Paragraphs �1 j, (3) and (4) of this exclusion do not appiy to "properEy damage" {other than damage by fir�;) to premises, including the can#ents of such premises, rented io you. A separate limit of insurance applies to �amage To Premises Rented '�o You as described in Section III — Limits �f Insurance. CGL. 088 (Q1 15) Includes copyrighted material af #he Insurance Services Office, Inc., with its perrr�ission. Page 8 of 14 Copyright20�5 FCC! Insurance Group COMM�F2CIAL GEi�ERAL LlABILITY CGL 088 (01 95) SECTION I- COVERAG�S, SUPPL�MEN7ARY PAYMENTS — COVERAG� A and B is amended as follows: All references to SUPPLEMENTARY PAYMENTS —COV�RAGES A and B are amended to SUPPLEME.NTARY PAYMENTS — COVERAGES A, B, D, E, G, and H. 1. Cvst of Eiail Bonds Paragraph 1.b. is re}�laced with ihe following: b. Up ta $2,500 for cost af bail bonds required because of accidents or traffic law violations arising aut of the use of any ve�icle io which the Bodiiy Injury Liabilily Coverage applies. We do not have to furnish these �onds. 2. Loss of Earnings Paragraph 1.d. is replaced with fhe following; d. Al! eeaso�abl� �xpenses incurred by the insured at our request to assisf us in the i�vestigation or defense of the claim or "suit", including actual loss af earnings up to $500 a day because of time off from work. SECTION 11— WHO IS AN 1NSUR�D is arr�ended as fallows: 1. Incidental Malpractice Paragraph 2.a.(1)(d) is replaced with ihe following: (d} Arising out of his or her praviding or failing to provide professional health care services. However, this �xclusian does not apply to a n�rse, emergency medical technician or paramedic employed by you to pro�ide rr�edical ser�ices, unless: {i) You are engaged in #he occupation or business of providing or offering medical, surgical, dental, x-ray ar nursing services, treatment, ad�ice or insfruction; or (ii) The "ernployee" has another insurance that would also cover claims arising under this provision, whether khe other insurance is primary, excess, contingent or on any other basis. 2. Broadened Who Is An Insured The following are added to Paragraph 2.: Subsidiaries e. Your subsidiaries if: (1 } They are legaily incarporated entities; and (2) You own more than 50°/fl of the voting stock in such subsidiaries as of the effective daie of this policy. if such subsidiaries are nat shawn in the Declarations, you must report them to us within 180 days of the incepiion of your original policy. Additional lnsureds f. Any person or arganization d�scribed in paragraphs g. through k. below whom yau are required to adr� as an additinnal insured on this policy under a written contracf or agreer�ent in effect during lhe t�rm �f this policy, provided the writken cantract ar agreement was executed priar to the "bodiiy injury", "property damage" or "personal and ad��r�ising injury" for which the additional insured seeks coverage. However, the insurance afforded to suc� additianal insured{s): (1 } On1y applies ta ihe exkeni permitted by law, {2} Will not be braader than that which you are required by the contract or agreement to pro�ide for such addiiional insured; {3) Wili nof be broader than that which is afforded to yau under this policy; {4} fs subject to ti�e conditions described in paragraphs g. through k, below; and {5) Nathing herein shall extend t�e tarm of this palicy. CGL 088 (01 45) tncludes copyrighted materia! of the (nsurance Services O#fice, Inc., with its permission. page 9 of 14 Copyright 2095 FCCI Insurance Group COMMERCiA�. G�NERAL LIABILITY CCL 088 {01 15) g. Owner, Lessor ar Manager af Premises If the additional insured is an awner, lessor or manager of premises, such person or organization shall be covered only wiih respect ta liabiiity arising out of lhe ownership, maintenance nr use of lhat part of any premises leased #a you and subject to the following additional exclusior�s: {1 } Any "occurrence" thaf takes place after you cease to occupy khose premis�s; ar {2} Siructural alterations, new canstruction or demolition operations perfarmed by or on behaif of such person or organization. h. State or Gavernmenkal Agency or Subdivision or Political Subdivisian -- F'ermits ar Authorizations !f the addifional insured is tha state or any politica! subdivision, lhe siate nr politicaf subdivision shall be covered only with respect ta operations performed by yau or on your behaff for which the stake or political subdivision has issu�d a permii or authorization. This insurance does nof apply to: {1} "Sodily injury", "praperly damage", or "personal ancl ad�ertising injury" arising out of aperations performed for ih� federal government, state or rnunicipality; or {2} "Badily injury" or "praperty damage" included within lhe "producfs-completed operations hazard". i. Lessor of Leased Equipment If the additional insured is a lessar of leased equipmeni, such lessor shall be covered only witi� res�eci to liability for "bodily injury", "praperty damag�" or "personai and advertising injury" caused, in whole or in part, by yaur maint�:nance, operativn or use of equipment Eeased to you by such person(s} or argar�izatian(s). With respect to #he insurance afforded to these additional insureds, this insurance does r�ot apply to any "accurrence" which takes �Eace aiter the equipment lease expires. j. Mortgagee, Assignee, or Recei�er If the additional Insured is a mortgagee, assignee, or receiver of premises, such mortgages, assignee ar receiver of pre�nises is an additional i�sured only with respect fo their liabifity as mortgagee, assignee, or rece9ver and arising out of the ownership, maintenance, or use of the premises by you. This insurance d�es not apply to structural alterations, new construction and demolition operations performed by or for that person or arganizafion. k. Vendor If the additionai insured is a �entior, such vendar is an additional insured oniy wilh respect to "6odily injury" or "property ciamage" caused by "your products" which are distributed ar safd in the regular course of fhe vendor's business, subj�ct ta the following additional exclusions: (1) The insurance afforded io lhe vendor does not apply ia: (a) "Bodily injury" or "property damage" far wi�ich fhe ver�dor is obligated to pay damages by reason of #he assumption of liability in a contract or agreement. This exc[usion do�s not apply fo [iabiiity far damag�s that the �er�dor wou�d ha�e in absence of the cantract or agreement. (b} Any express warranty unauthorized by you; {c) Any physical or chemical change in "your praduct" made inientionally by the �endar; (d} Repackaging, unless t�npacked safely for the purpnse of ins�ection, demonsfration, tesiing, or the substitution of parts �nder instr�ctEans from the rnanufacturer, and then repackaged in khe origina) container; {e} Any failure to make such inspections, adjustrrzents, tests or servicing as the vendor has agreed ta make or normaliy underfakes ta make in the usual course of business, in connectian with the disiribufion or sale of the products; {f) Dernanstration, installation, servicing ar repair operations, except such operations perforined at the vendor's premises in connection with the sale af the product; CG� 088 (fl1 'f5) tnc�udes capyrighted material of the Insurance Services Office, Inc., with its permission, Page 10 of 14 Copyright 2fl15 FCCI Insurance Graup COMMERCIAL GEN�RAL LIABILITY CG�. 088 {01 15) (g) Products which, after distributian or sale by you, have been labeled or relabeled or used as a confainer, part or ingredier�t of any other thing or substance by or for the �endor, or (h} "Bodily injury" or "praperty da►nage" arising out af lhe sole negligenee af khe vendor far ifs own acis or att�issions or those of iEs own acts ar otnissions or those of its employees or anyone else aeting on its behalf. Hawever, this exclusion daes not apply to: The exceptions cor�tained in Subparagraphs d. or f.; or ii. Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally underkakes to make in the usual course of �usiness, in conneclion with the distrib�tion or sale of khe products. (2) 7his insurance does nol apply ta any insured person or organization, from whom you have acquired suc� praducts, ar any ingredient, part or cantainar, entering into, accompanying or containing such products. 3. Newly Formed or Acquired Organizations Paragraph 3. is amended as follows: a. Coverage under this provision is afforded uniil the end of the poliey period. d. Coverage A does not apply ta prod�ct recall expense arising out of any withdrawai or recall that occurred before you acquired or formed tE�e organizatian. S�CT[ON Il) — LIMITS O� [NSURA{VC� is amended as foflows: 1, Paragraph �. is replaced with the following: 2, The Generai Aggregate Lirnit is fhe most we wiil pay for the sum of: a. M�dical expenses under Coverage C, b. Damages under Coverage A, except damages because of "bodily injury" or "prope�ty dart�age" included in fhe "products-compieked operations hazard"; c. C�amages under Coverage B; d. Valuntary "property damage" payments under Coverage D, e, Care, Custoc�y or Confrol damages under Coverage E.; anci i.ost Key Coverage under Coverage H. 2. Paragraph 5. is replaced with the following: 5. Subject to Paragrapf� 2. or 3. above, wi�ichever applies, the Each Occurrence Limit is the mosk we wAl pay for the sum af: a. Damages und�r Coverage A; b. Medical expenses under Coverage C, c. Voluntary "property darnage" payrnenks under Coverage D, d. Care, Custody or Control damages under Coverage E; e. Limit�d Product Wiihdrawai Expense under Co�erage F; f. Coniractors Errors and 4missions under Coverage G.; and, g. Last Key Coverage �ander Coverage H. because of all "bodily injury" and "property damage" arising aut af any one "occurrertce". 3. Paragraph 6. is replaced with the following: 6. Subject to Paragraph 5. above the Damage Ta Premises Rented To You Limit is the most we wil! pay under Coverage A for damages because of "property darriage" fo any one premises, whiie rented to you, CGL 088 (01 15) Incl�des copyrighfed �naterial of the Insurance Services Office, Inc., with its perrniss�on. Page 1'i of 14 Copyright 2015 FCCI Insurance Group COMMERCIAL CENERAL LIABILITY CGL O88 (01 15} or in khe case of damage by fire or explos9on, while renfed ta you or temporarily bccupied by you with permission af the owner. Th� Ramage to Premises Rented to You �.imii is the higher of the Each Occurrence Lirnit shown in the Declarations or ihe arnaunt shown in the Declarations as Damage 7o Premises Rented To You Litx�it. 4. Paragraph 7. is replaced with the following; 7. Subject to Paragraph 5. above, the higher of $1fl,000 or the Medical Expense Limit shown in the Declarations is the most we will pay under Coverage C for all medicai expenses because of "bodily injur�' susiained by any ane person. 5, Paragraph 8, is added as fo[lows: 8. Subjecf to Paragraph 5, above, the most we will pay under Coverage �. Volunkary Proper#y Damage far loss arising out of any one "occurrence" is $1,500. Th� most we wilf pay in any one-policy period, regardless of the number of claims made ar suits brought, is $3,000. fi. Paragraph 9. is added as folEows: 9. Sub}ect to Paragraph 5. abnve, the most we will pay under Coverage E, Care, Custody or Control for "property damage" arising out of any one "occurrence" is $1,OD0. The most we wiil pay in any ane-policy period, regard[ess of ih� number of claims made or suiks brought, is $5,000. 7. Paragraph 10. is added as follows: 1 p. Subject to Paragraph 5. above, fhe most we will pay ur�der Coverage F. Limited Product Wiihdrawa! Expense for "product withdrawal expenses" in any one-policy period, r�gardless of fhe number of insureds, "product wifhdrawals" initiated or number of "your products° withdrawn is $10,4Q0. 8. Paragraph 11. is added as foilaws: 11. 5ubject to Paragraph 5. abo�e, the most we will pay under Coverage G. Contractors Errors and �missians for damage in any one-policy perifld, regardless of kh� number of insureds, claims or "suits" brought, or persons or arganizations making claim or bringing "suits" is $10,00t}. For errors in coniract or jab specifications or in recommendations of products or rrtaterials to be used, fhis policy will not pay for additianal cosls of products and materials to be used that would not have been incurrecf had ih� correct recammendations or specifications besn made, 9, Paragraph 12. is added as folEows: 12. Subject to Paragraph 5. abo�e, the most we will pay under Coverage H., Losi Key Coverage for damages arising out of any one occurrence is $50,000. 10. Paragraph 13. is added as follows: 13. The General Aggregate Limif appfies separately #o: a. Each of your projects away from premises owned by or rented to yau; or b. �ach "locafian" owned by or rented to you. "Locaiion" as used in this paragraph means premises involving the same or connecting lots, or premises whose conn�ction is interrupted only by a street, roadway, waterway or righi-af-way of a railraad. 11. Paragraph 14. is added as follows: 14. With respect to the insurance afford�d ta any additiona� insured provided coverage untier this endorsement: If coverage provided io ihe additional insured is required by a contract or agreement, the most we will pay on behalf of th� additional insured is #he amount af insurance: a. Required by the cantract or agreement; or CGL 088 (0� 15) lncludes copyrighted material of the Insurance Ser�ices Office, [nc., wiih its permissian. Page 12 of 14 Copyrighk 2015 F'CCI Ins€�rance Group COMMERCIAL GEIVERAL LIABILITY CGL 088 (01 15} b, Available und�r the applicable Limits of Insurance shown in the �eclarations; whichever is 1ess, ihis endorsement shail not increase the applicable l.imits of Insurance shown in lhe DeclaratEons. SECTION IV — COMMERCIAL GENERAI. L.IABILITY CONDiTIONS is amended as follows: 9. Suhparagraph 2.a. of Ruties ln The Event Of Occurrence, Offense, Claim, or Su3t is replaced with the following: a. You must see to it that we are natified as soon as practicable of an "occurre�ce" or an offense which r�ay resuit in a claim. This requirement applies anly when the "occurrence" or offense is knawn to the following: (1 j An individual who is lhe sole owner; (2) A partner, if you are a partnership ar joint venture; (3) An "executive officer" or insurance manager, if you are a corporaiion; (4) A manager, if you are a limited liability com�any; (5} A person or organization having proper temporary custody of your property if you die; (6) The legal representative of you if you die; or (7) A person (other than an "employ�:e") or an organization whil� acfing as your real estate manager. To the exlent possible, natice sho�ld include: (1 j How, when and where the "occurrence" ar offense took p[ace; (2) 7�e names and addresses of any injured persons and witnesses; and {3) The nature and location of any injury or damage arising out of t�e "occurrence" or offense. 2. The following is added to Subparagraph 2.b. af Duties In 7he Event Of Occurrertce, Offense, Claim, or Suit: The requirement in 2.b.applies only when th� "occurrence° or flffense is kr�own ta #he following: (1) An indi�idual who is the sole owner; (2) A par#ner or insurance manager, i# you are a partnership or joint �enture; (3) An "sxecutive officer" or insurance manager, if you are a corporatian; (4) A manager or insurance manager, if you are a limited liabifity company, (5) Your afficials, trustees, board members or insurance manager, if you are a not-far-profit organizatior�; {6} A person or organizatian having proper #emporary cus#ody of your property if you die; (7) The legal repr�:sentati�e of you if you die; ar (8) A person (other than ar� "�mplayee") or an organizatian while acting as your real estate manager. 3. The following is atlded to paragraph 2. of Duties in the Event of Occurrence, Offense, Claim or Suit: e. If yau report an "flccurrence" ta your warkers campensakion carrier that develaps into a fabilily claim for which co�erage is provided by the Ga�erage �'orm, failure to report such an `bccurrence" ta us ai the time of the `bccurrence" shall not be deemed a violation of paragraphs a., b., and c. above. However, you shall give written notice of fhis "occurrence" to us as soon as you become aware that this 'bccurrence" may be a liability claim rather than a workers cotnpensation claim. 4. Paragraph 6. is repEaced with the followfng: 6, Representalions CGL 088 (01 15) includes copyrighted material of the Insurance Services Oftice, Inc., wiih its permission, Page 13 of 14 Copyright 2015 FCCt Insurance Group COMMERCIAL GEi�lERAI. �.lABELI7Y CGL p88 (01 15) By accepfing ihis policy, you agree: a. ihe statements in the Declarations are accurate and compiete; b. Those staterr�ents are based upan representatians you made ta us, and c. We have issued this policy in reliance upon your representations. Any error or omissian in the description of, or failure to completely describe or disclose any premises, operations or products intended to be covered by the Coverage Form will not invalidate or affect coverage for thase premises, operaiians or products, pravicied such error or omission ar failure to completely describe or disclose premises, op�rations ar praducts was not inientional. You must report such error or omission ta us as soon as practicable after its discovery. Howe�er, this provision does not affect our rigt�f to collect additior�al premi€�m charges or exercise our right af cancelkatian or nonrenewal. 5. The foilowing is added to paragraph S. 7ransfer Of Rights Of Recovery Against Others To tJs: Fiowever, we waive any rigi�t of recovery we may have because of }�ayments we make for injury or damage arising aut o# yaur ongoing operaiions or "your work" included in the "prnducts-cor�pleted operations hazard" under the following conditions: a} Only wt�en you have agreed in writing to waive such rights �f recovery in a contract or agreement; b) Only as to the personlentity as ta whom you are required by the contract tfl waive rights of recovery; and c) Only if the cantract or agreement is in effeci during the term of ihis policy, and was executed by you priar to lhe lass, 6. Raragraph 10. is acfded as follows: 10. l.iberalization If we revise this Caverage Form to provide more co�erage without additional premium charge, your policy wil! autamatically provide the addiEianal coverage as of the day the revisian is effective in the applica�le state(s). CGL Q8B (01 15) Includes copyrighted material af tha Insurance Services Office, Inc., wifh its perrr�ission. Page i4 0# 14 CopyrighE 2015 FCCI Insurance Group Pa���y #cAAiooa�io�5 COMMERClAL AU70 c�u o�a �a� �s� �H15 �NRORSEMENT CHANG�S THE POLICY. PLEASE READ IT CAR�FULLY. auTo Fi�s�r c�ioic� co��R/4�� EN�o�s�M��-r This �ndorsement modifies insurance pro�ided under Ihe fallawing: BUS[NESS AUTO COV�RAGE FORM NOTE: The iallowing are additions, repfacements and amendments to the Business Auta Co�erage Farm, anc[ will app[y unl�ss excfuded by separate endorsement(s) to Ei�e 8usiness Aufo Coverage Farm. With respect to coverages provided by this endorsement, the provisions of the Business Auto Coverage Form apply unfess modi#ied by this endorsement. The Business Auto Coverage Form is amended as #ol3ows: SECTI�N 11— COVERED AU70S LIABILITY C�V�RAGE is a€nended as follows: A. Paragraph 'f. Who Is An Insured in section A, Coverage is ar�'rended by the addition af fhe fo[lawing: d. Any legally incorporated subsidiary of yours in w�ich you own rt�ore than 50% af the voling stock an the e#fective dafe of t�is co�erage iorm. However, "fnsured" daes not ina[ude any subsidiary that is an "insured" under any other liabifity poficy or would be an "ins€ared" under such a po[icy bul for its terminatian or the exhaustion of ifs limits of insurance. In order for such subsidiarias to be considered insured under this policy, yau must notify us ot such subsidiaries within 60 days of policy effeckive date. e. Any organixalion yo� newly acquire or fonn during the palicy period, other fhan a partnership or joinf �enfure, ancf over which yau mainEain sole ownership or a major'ity inferest. Hawever, eoverage under ihis provision; (1) Daes nok apply i( the organtzation you acquire ar fbrm is an "insured" under ano#her liability policy or wo€�Id be an "insured" under such a poficy but for iis termination ar tiis exhaustion of its limits af insurance; (2) Daes not apply to "bac�i[y injury" or "property damage" ihat nccurred before you acquired ar formed t�te organizafion; and (3} is afforded only for the first 90 days after yau acquire or form the arganization or unEil the end of fh� policy period, whiche�er co�es first. f. Any persor� ar organization wha is required under a wriFten con#rack ar agreement between you aizd that person or organizatian, tf�at is signed and exec�ated by you befare the "bodily injury" or "property damage" occurs and thaf is in ef#ecl d€�ring the palicy period, to be named as an addiiional irtsured is an "insured" for l.iability Ca�erage, but only far damages ta which this insurance appl'tes and only to the extent that person or organizatian qualifies as an "insured" under the Who Is An Insured pravision contained in Sectian II. g. Any "emplayee" of yaurs using: (1} a covered °auto" yau do nat own, hire or borrow, or a co�er�d "auto" noi owned �y an "employee" or a memher of ftis or her household, while performing t�uties refated lo the conduc# oi your business or your personal affairs; or (2) ar� "auto" ttired ar rented uncler a contract or agreemer�t in tf�at "emplayee's" r�ame, witft your permission, whife performing dufies relafed to the conduct of yaur business. Howe�er, your "employee" cioes not qualify as an insured under tiiis paragraph (2} whil� using a covered "auta" rented fro�t� you ar fronz any member of the "empfnyee's" household CAU 058 (05 19) lncludes copyrighied malerial of the Insurance Services Office, Inc., wiih its perrnission. Page 1 of 4 Copyright 20'!8 FCCI Insurance Gro��p. cnn�nn��c�A� au�ro CAU D58 (05 �9) h. Your members, if you ar� a limited liabiiity company, while using a covered "a€�to" you da nat own, hire or barrow, while pe�forming duiies related to the canduct o# your business or your persanal aifairs. B. Paragraphs (2j and (4j under section 2. Coverage Extensians, a. Supplementary Payments are deleted and replaced by the following: (2) Up ta $3,000 #or cost of bail bonds (including bonds for related traffic �iolatians) required because of an "accidenY' we cover. We do not have fa furnish th�se bonds, (4) All reasonable expenses incurred by the "insured" solely at our request, incluciing actual loss of earnings up to $500 a day because of #ime off fror►� work. C. Paragraph 5. under seclion B. �xclusions is delefed and replaced by lhe following: 5. Fellow �mployee "Badily injury" to: a. Any fellaw "ernployee" of the "insured" aris€ng out of and in the course of a fellaw "e�npEoyee's" employrnenl or whife performirtg duties related to the conduct of your business. Howe�er, this excfusion does nat apply to your "employees" that are oi#icers ar managers if the "bodily injury" resu{ts from Ihe use of a eovered "auto" you awn, hire or barrow. Coverage is excess aver any other collectible insurance; or b. The spouse, child, pare�t, 6rother or sister of that feflow "employee" as a cansequence of Paragraph a. abave. SEEiiON !II -- PHYSICAL DAMAG� C�V�RAGE is am�nded as fallows: A. Paragraph 4. Co�erage �xtensions under section A. Go�erage is deleted and replaced by the following: 4. Co�erage Extensians a. 7ransportation Expenses We wifl pay up to $50 per day to a tolal maximurt� af $1,50[3 for iemporary transpartation expense incurred by you due to cave�ed loss to any covered auto. We will pay only Far those co�ered "autos" for which you carry either Comprehensi�e or Specified Ca�ses Of Loss Co�erage. We wil! pay far temporary transportation expenses incurred during ihe period beginning 24 hours afier a loss and endi�tg, regardless of the policy's sxpiration, when fhe co�ered "auto" is returned to use ar we pay for its "loss". b. Loss of Use Expenses For Hired Au#o Physical Damage, we will pay expenses for which an "insured" becomes legally r�spansible to pay for loss of use of a �ehiele rented or hired withaut a driver und�r a wriiten renlal contract or agreement. We will pay for ioss o# use expenses if eaused by: (1J Oiher fhan collision only if the Declaratians indieaie thaf Camprehensi�e Coverage is pravided for hired "autos"; (2} Specified Causes of Loss on{y if the �eclarations indicate that Specified Causes of �.oss Coverage 'ts provided for hired "autos"; or (3} Collision only if f�te Declarations indicaie ihat Callisian Caverage is provided for hired "autos". Nawever, the most we wiff pay far any expenses for loss af use to any one vehicfe is $75 per day, ta a total maximum of $1,50fl. B, The fallawittg is added to paragraph 4. Coverage Exter�sions under section A. Caverage: c. Fire Department Ser�ice Charge When a fire depariment is called ia save or prntect a covered "auto", its equipmei�t, its contet�is, or occupants froFn a covered ca�se of loss, we will pay up to $1,OQ0 far yaur liability for fire de�artment service charges assumed by contractar or agreemenl priar lo lass. No deductib[e applies to this additianaf coverage. CAU 05�3 (05 19} Includes capyrighfed rnateriai oi ttte 9nsurance Services Ofiice, Inc., wit�� iis permission. Page 2 0[ 4 Copyrighi 2018 FCCI Insurance Graup. coMM�Rc�a� Auro cAu o�a �a� �sy d. Auto i.oanlLease Gap Co�erage The (oilowing provisions apply: ('i) If a long term leased "auta", Under an ariginal lease agreernent, is a ca�erec{ "autd' under this co�erage farm and the 9essor of tha covered "auto" is named as an additional insured under this palicy, in the event of a iotai loss ta the leased covered "auto", we will pay any unpaid amount due on the lease, [ess fhe amaunt paid under the Physica[ E�amage Caverage Seclion of the policy; and less any: (a) Overdue lease or loan payments including penakties, interest, or other charges r�sulting from o�erdue payrnents at lhe time of fhe "loss"; (b) Financial penalties imposed under a lease far excessive use, abnormal wear and tear or high mileage; (c) Security c[eposits not refunded by the lessor; (d) Cosfs €or extend�*d warranties, Credit Life Insurance, Health Accideni or Disabifity Insurance purchased wifh lhe Eoan or leas�; and (e) Carry-aver balances from previous [oans ar leases. (2) If an owned "auta" is a covered "auto" under this coverage form and the loss payee of the covered "auto" is named a loss payee under this policy, in the e�ent of a folal loss to the covered "auto", we will pay any unpaid amaunt due on Ehe loan, less the amount paid under Ihe Physical Qamage Co�erage Section of fhe palicy; and less any; (a) Overciue loan payments at the time of the "loss"; (b} Costs for extended warranties, Credit Life Insurance, Health Accident or Qisabilily Insurance purchased wit� !he loan; and (c) Carry-over balances from previous foans. C, Paragraph 3. under section B. Exclusions is deleted and replaced by the following; 3. We will not pay far "loss° due and confined fo: a. Wear and tear, freezirtg, mechanicai or electrical breakdaw� b. Blowouts, punctures or other road c#atnage to lires 7f�is exclusian does nat appfy io sueh "loss" resulting from the tota[ ti�efl oi a cavered "auto". However, this exclusion does not include the discharge of an airbag in a covered "auto" you own that iniiafes due to a cause other than a caus� af "loss" set forth in Paragraphs A.1.b and A.1.c.but on[y: a, If that "auto" is a covered "auta" for Corr�prehensi�e Coverage under if�is policy; b. The air�ags are not covered untier ar�y warranty; and c. i'he airbags were naf intenlionally inflated W� will pay up to a anaximum of $1,0�0 for any or�e "loss". D. Section d. ❑eductible is delefed and replaced by lhe foflowing: p, Deductible For each cov�red "auto", our abligation lo pay fior, repair, ret€�rn or replace damag�d ar s#olen property will 6e reduced by the applicable deductible shawn in t�e Qeclarations subject to the following: Any Compreliensi�e Caverage deducEible shpwn in the Declarations does not apply tp: (1) °Loss" caused by fire or lightning; and (2j "Loss" arising out of theft af your �ehicle if your velZicle is equipped wiih an active GPS tracKii�g system. CAU 058 (05 19) includes capyr'sghieci maferial o# Ehe Insurance Services Ofiice, Inc., with its permission. Page 3 af 4 Copyright 2018 FCC[ Insuranca Group. CONiMERCIAL AUT� CAU 058 (05 19) (3} Glass damage if repaired rather lhan replaced. S�C710tV IV � BUSIN�SS AUi'0 CONDIiiONS is amended as fai€ows: A. The follawing is aclded ta paragraph a, under sectian A. Loss Canditions, 2. Duties in the Event of Accident, CIa9m, Suit or Loss: This du#y applies when the "accident", claim, "suil" ar "loss" is first known io: (a) You, if you are an individual; (b) A partner, if you are a parin�rship; {c) An execu#ive off'tcer or insurance �nanager, if you are a cor�oratian; or (d) A memher ar manager, if you are a limited liability company. B. Condition 5. Transfer of Rights af Recovery against O#hers ta Us under section A. Loss Canditions is deleted and replaced by the fallowing: 5. Transfer af Rights of Reca�ery againsi Others ta Us If a person or organizafion to or for whom we make payment under fhis coverage iorm has rights to recover c4arrtages froin another, those righis are transferred to us. 7hat person or organization mt�st do everything necessary to secure our rights and rriust do nathing after "accident" ar "loss" to impair fhem. However, if the insured has waived rights to recover thraugli a written contract, or if your work was commenced under a feifer of intent ar work order, subject to a s�bsequent reduclion in wriiing of such a waiver with customers whose customary confracts require a waiver, we waive ar�y right of recovery we may have under this caverage farm. C. l'he fo{lowing is add�d to Candiiian 2. Concealment, Misrepresentat[on or Fraud under section B. General Condiiions: Howev�r, if you uninkentionally fail to disclose any hazards at the inceplion of your palicy, we wi11 nof deny coverage under this coverage #orm because of such failure. This pra�ision doss not affect our right to coll�et additional premium or exercise our right of cartcellatinn or non-renewal. D. Paragraph b. of Condition 5. Other �nsurance under section B. Gen�ral Conditions is deleted and replaced by the Followir�g: b. �'ar Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you awn; (1 j Any covered "auto" you lease, hire, rent or borrow; and (2) Any co�ered "auto° hired or rented by yaur "�mployee° t�nder a conlract in that individual "employee's" name, with yaur permission, wf�ile perForming duti�s related ta #he conduct of your business. Howe�er, any "auto" that is I�ased, hired, renied ar borrowed with a dri�er is not a co�ered "auto", nor is any "auto" you hire from any af your "empinyees", partners (if you are a parinershipj, members (i( you are a limited liability coinpany}, or me�nbers of their hauseholds. CAIJ 058 (05 19) Includes copyrighted i�iateria{ af the I�surance Services Oifice, Inc., with its pennissian. Pags 4 of 4 Copyrigh# 201F3 FCCf Insurance Group. Polic #CAA100051065 COMMERCIAL AUTOMOBiL� y cA� os2 �o� ��� THIS ENRORBEM�NT CHANGES THE POLICY. PL.EASE REAb I7 CAREFULLY. AUTOMAT�C INSURED — BUSINESS AUTO POLICY PRiMARY1NON-CONTRIBUTING WHEN REQUIRED BY CONTRACT 7his endorsement modifies insurance provided under the following: BUSINESS AUiO COV�RAG� FORM This endorsement is subjecf ta lhe terms, conditions, exclusions and any okher provisions of the BUSINESS AUTO COV�RAGE FORM or any endorsement attached therefo unless changes ar additians are indicated below. Far the purpose of ihis endarsemen#, Section 11.A.1. Who Is An Insured is amended by adding the fallowing: 1. Any persor� or organization when you and such person have agreed in writing in a contracf signed and executed by you prior to the loss for which coverage is sought, thaf such person or organizatior� be added as an "insured" on your auto pniicy. Such person or organ9zation shall b� an "insured" ta the extent your negligenk actions or amissions impose lial�ility an such "insured" without fault on its pari. 2. Tl�is insurance is primary and nan-cantributory to ather liahility caverages of ihe person ar organizatian being added to this policy as an "insured" when so r�quired in a wriiten contract or agreem�nt that is executed prior to the loss far which co�erage is sought. CAU 082 (01 15) fncludes copyrighted r�aterial of fhe lnsurance Services Office, Inc., with its permission. Page 1 of 1 Copyrighf 2Q15 F'CCI Insurance Group. 0 X utua WORK�RS' COMf'ENSATIQN INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAfVER OF OUR RIGHT TO RECOVER FROM �THERS ENDORSEMENT This endorsement applies onfy to the insurance provid�d by lhe polEcy because Texas is shown in itern 3.A, of the Informaiian Page. We ha�e lhe right to reco�er our payments from anyone liable for an injury cov�red by this policy. We will not enforce our right against the persan ar organizaiion named in the Schedule, but this waiver applies only with respect ta bodily injury arising oul af the operations described in the schedule where yau are required by a wrilten contract ta obtain this waiver irom us. This endorsement shall not operate directly or indirectly fo beneiit anyone not named in the Schedule. 7he premi�m for this endorsement is sFtown in ths Schedule. Sc��dule 1. ( } Speci#ic Wai�er Name of person or organization (X} Blanket Waiver Any person or organization for whom the Nam�d Insured has agreed by written cantract to furnish this waiver. 2. Op�ratians: All Texas operatians 3. Prem9um: The pr�mium charge for lhis endorsement shall be 2.00 percent of tf�e premium developed on payroll in conneckion with work performed far lhe abov� persan{s) or arganization{s) arising out of ihe operations described. 4. Advance Premium: Ir�cl�ded, s�� (nformation Page This endorsemeni ehanges ihe poficy ta which ii is atfached effective on the incepfinn dale o( the policy unless a different date is indicaled below, (The following "aitac�ing clause" need 6e completed only when this endorsement is issued subsequenf fo preparation of the policy.) This endorsement, effective on 8I12121 at 12:01 a.rn. sEandard time, iorms a part af: Pa!€cy no. 4�02�51085 of Texas Mutual Insurance Company effective on 8/12/21 issued to: WILI.IAM J SCMUL.TZ INC DBA, CIE�CLE C COI�lSTRUCTION COMPANY This is not a bill NCCI Carrier Code: 29939 �/ ri f r"'�-, Authorized representative 815012� PO Box 12058, Austin, TX 78711-2058 1 of 1 iexasmutua9.com j(8D0) 859-5995 [ Fax (800) 359-Q650 WC 42 03 04 B STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CON�'RACT CITYOP �'�RT �VORTH 5anilary 5ewer RehaU9licalioE2 Canteuct 91, Part 2, CPIV D1957 a�id STANDARDCdlSTftUCT10\' SPEC[FIC,�T10\' DOCUi�tE3�TS Wes;clifiDrai�ia�eImpra�cments,Phase l,C['N01G69 k2evision: 87_3/2021 STANDAR7� GENERAL CONDITIONS OF THE CONSTRUCTION C4NTRACT TABLE QF CONTENTS Page Article 1— De�nitions and Tern�inolo�y .......................................................................................................... 1 1.01 Defined Ter•ms ...............................................................................................................................1 1.02 Te�-zninolagy . . . . .... . ........ ..... . .... . .. . .... ........ . ..... ... .. . .. ........... ....... . ..... ..... . .... . ... ..... .. . .... . .... ........... ...... . 6 Az•ticle 2— PreWriinary Matters ......................................................................................................................... 7 2.01 Copies of Documents .................................................................................................................... 7 2.Q2 Comm�ncement of Coj�tractTi�ne; Notice to Procead ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 8 2.�4 Before S�ai•ting Construction ........................................................................................................ S 2.05 PreconstrtYction Conference .......................................................................................................... S 2.06 Public Meeting .............................................................................................................................. $ 2.07 Init�al Aceeptance of Schedules .................................................................................................... 8 Article 3— Cantract Doct�ments: Intent, Amending, Reuse ............................................................................8 3.01 I�it�nt ......:....................................................................................................................................... S 3.02 Refe�•ence Standards ...................................................................................................................... 9 3.03 Reporting and Resolving Discr�pancies .......................................................................................9 3.Q4 Atnending and S��pplementing Contract Documents .................................................................10 3.05 Reuse of Documents ...................................................................................................................10 3.06 Electronic Data ............................................................................................................................ 11 Article 4— Availability of Lands; Subsurface and Physical Canditions; Haz�rda��s Envu•onment�l Condikions; Referenc� Paints ........................................................:.................................................. l I 4.01 Availability of Lands ..................................................................................................................1 i 4.02 Subsurface and Physical Conditioa�s ..........................................................................................12 4,03 Differing Subsi�rface or Physical Cond�tia�is .............................................................................12 4.04 Undergcound Facilities ...............................................................................................................13 4.05 Referenc� Points .........................................................................................................................14 4.06 Hazardo�rs Envi�orunental Condition at Site .............................................................................. I4 Ax•ticle 5— Bonds aud Insurance .....................................................................................................................1b 5.01 Licensed St���eties and Instu�ers ................................................................................................... lb 5.02 Performance, Payi��ent, and Maintenance Bonds ....................................................................... l6 5.03 Certi%cates of Insiu�anc� ............................................................................................................. �6 5.04 Cont�•acto��'s Insurance ................................................................................................................ i8 S.QS Acceptance ofBonds and Inst�rance; �ption to Replac� ...........................................................19 Article 6 — Contractor's Respo��sibilities .................... 6,OI Supe�vision and Superintendenee........... C1TY OF FORT �VbRTE-! Si'ANDAR�CO�STRUCTIO\' 3PECIFICA'i[0\ DOCU1�1E1�'1'S Revision: A2�2(i21 .................................................................................... 19 ....................................................................................19 Stit�itary Sewe€ Rehabilit.ition Canlract 9l, Pari 2, CPN 01957 and 1Vestcli€f []rainage l��iprnvemenis, Pl�ase 1, CPN OlfiC9 5.o2 b. 03 b. 04 6.05 b.06 6.07 6, 08 6.09 6.10 6.11 6.12 6.i3 6.14 6.1 S 6,16 6,17 6,18 6.19 6.20 6.2 t 6.22 6.23 6.24 Labo��; Wo��king Hoiu•s ................................................................................................................20 Services, Matez�ials, and Ec�ui��nent ........................<......................................,......,....................20 P�•oject Sched�ale ..........................................................................................................................21 Substihites and "O�--Enua�s" ....................................................................................................... 21 Concerning Subcont��actors, Suppliers, and Otliers ................. ................................................... 24 WageRat�s .................................................................................................................................. 25 PatentFees and Royalties ...........................................................................................................26 Per�nits and Utilitics ....................................................................................................................27 Lawsand Regulations .................................................................................................................27 Taxes...........................................................................................................................................28 Useof Site and Other Ar�as .......................................................................................................28 RecordDocuments ......................................................................................................................29 Safetyand Protection ..................................................................................................................29 SaFetyRepreset�tative .................................................................................................................. 30 Hazard Communication Pro�n•arns .............................................................................................30 Emez��;encies and/or Rectification ...............................................................................................30 Subj�ittaLS .................................................................................................................................... 31 Conti��uing the Wo��k ...................................................................................................................32 Co�zh�acror's General War�-antyand Guara�itee ..........................................................................32 Indemnific�tin�� .........................................................................................................................33 DeZegation of Professional Design Se�•vices ..............................................................................34 Ri�;ht to A�rdit ..............................................................................................................................34 Nondiscri�ninatio�i .................................................... . .................................................................. 35 ArtiCle 7- Other Work at the Site ................... 7.01 Reiated Waz� at Site ................... 7.02 Coordinatian ................................ ......................................................................... 35 , ........................................................................35 ......................................................................... 3C A�-ticle 8 - City's Responsibilities ................... ................................................................................................ 36 8.01 Cc�n�i�unications ta Contractor ................................................................................................... 36 8.02 Furnish Data ................................................................................................................................36 8.03 Pay V�I�e�� Due ............................................................................................................................ 3b 8.Q4 Lands and Ease��ents; Reports and Tests ...................................................................................3b S.OS Chang� Orders ............................................................................................................................. 36 8.06 In�pections, Tests, and A�p�•ovals ..............................................................................................36 $,07 Li���itations on City's Responsibililies .......................................................................................37 $,08 Undisclosed Hazardot�s Envit•onme�ltal Conditio�� ....................................................................37 8.09 Compliance with �afety P�•o�•am ...............................................................................................37 Article 9- City's Observation Status During Constr�iction ........................................................................... 37 9.01 City's Project Mana�er ............................................................................................................37 9.02 Visirs to Site ................................................................................................................................ 37 9.03 Autl�o�•ized Vaciations in Work ..................................................................................................38 9.04 Rejecting Defective Work ..........................................................................................................38 9.05 Deterininations for Work P�rfo�•tned ..........................................................................................38 9.Qb Decisions o�l Requi�e���ents of Cont�•act Docu►nents and Acceptabiiity of Work ..................... 38 CiTY OF FORT �VORTII Sai�ita€y Sewer Rehabilita€ion Co�it€ac[ 91, P�ri 2, CPl�I OI957 and STAN17ARl]C�\STRUCTIO\' 3PEC[F[CAT10\' DOCUNiE�TS lyestc]ifFDrainageImprovements,Phase 1,C['NO[669 Re� ision: 82�(nl Article 1Q - Changes in the Work; Claims; Extra Work ................................................................................38 10.01 A��thorized Changes in the Work ............................................................................... ....38 I0.02 Unauthor�zed Changes in the Work ............................................... .......39 10.03 Execution of Chan�e Oi•de�•s .......................................................................................................39 10.a4 Extra Work ..................................................................................................................................39 iQ.05 Natification ta Surety ..................................................................................................................39 1a.06 CantractClait�s P�•ocess .............................................................................................................40 A�•ticic 11 - Cast of the Wo�•k; A1lowances; Unit P��ice Work; Plans Quantity Meast�reinent ......................41 11.01 Cast of the Work ......................................................................................................................... 41 11.02 Allowances ..................................................................................................................................43 11.03 Unit Price Wock ..........................................................................................................................44 ll.04 Plans Q��antity Measurement ......................................................................................................45 Ai-ticle 12 �- Change of Conri•act Price; C�an�e of Canh�act Ti►ne ................................................................. 46 12.01 C�►ange of ContractP�•ice ............................................................................................................�6 12.02 Cliange of Contract Time .. . . . . . . ....... .. . .. . ..... .. ........ . .... . ..... .. ... . .. ..... . .... . ..... ..... . .... . .. ... .. ... ........ ..... . .. 47 12.03 Delays ..........................................................................................................................................47 Article 13 - T�sts and inspectioz�s; Correctian, R�nloval or Acce�tance of Defective Wo��k ...................... 48 13.01 Notic� of Defects ........................................................................................................................48 I3.02 l�ccess to Wo�-k ...........................................................................................................................45 13.03 Tests and Inspections ..................................................................................................................48 13.04 Uncov�ring Wo�•k ........................................................................................................................49 13.05 City May Stop the Work .............................................................................................�---............49 13.06 Correction orRelnavai af Defective Work ................................................................................50 i3.07 Correciion Pex-iod ........................................................................................................................50 13.08 AcceptanceafDefective Work ...................................................................................................51 13.09 City May Coz-�-ect Defective Wo�•k .............................................................................................51 Article 14 - Payments to Contractor and Campletion ....................................................................................52 14.01 Schedule of Val�ies ......................................................................................................................52 14.02 Pragress Pay�nents ......................................................................................................................52 14.03 Contractar's Warranty of Title ................................................................ ..... .............................. 5� 14.04 Partial Utilization ........................................................................................................................ 55 1�.05 Final Ins�ection ........................................................................................................................... SS 14.06 Final Acceptance ......................................................................................................................... SS i4.a7 Finai Payment ..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retait�age Release ........................................................ 56 14.09 Wai�er af Clairris ........................................................................................................................ 57 Article 15 - St�spension af Work and Tei•mination ........................................................................................57 15.01 City May Suspend Work .............................................................................................................57 15.02 City May Tcrmi►�ate For Cause ................................................................................................... 58 15.03 City May Terminate Fo�� Convenience ....................................................................................... 60 Articlel6 - Dispute Resolution ...................................................................................................................... G 1 16.01 Methods and Pracedur�s .............................................................................................................61 Cl'1'Y �F FORT ��'OR`CE I 5anitxry 5e4ver Rel�abilitation Contract 91, Pari 2, CP[�i 01957 and STAi�fDARDCO\STRUCT(0\ SPECIFICAT[0\ �OCUNfEI�TS �VestcliffDrainageln�provcn�cnts,Pl�ase I,CPI�101fi6l Revis'son: R2i�2f321 Article L7 — Miscellan�ous ............................................................................................... 17.01 Giving Notic� ............................................................................................... 17.02 CompL�tation ofTi�nes ................................................................................. 17.03 Cumulative Remedies .................................................................................. 17.04 Siuvival of4blagations ................................................................................ 17.05 H�adings ....................................................................................................... .............................. 62 .............................. 62 .............................. b2 .............................. 62 .............................. 63 .............................. fi3 CITY OF FORT �VORT[3 Sanitar Sc�vcr Rch.ibilit�itivn Contract 91, P;trf 2, CE'N U1957 �ind STAi�IDARDCO\'STRUCTIO\ SPFCIF'ICAT10\s l3�CU�viEi�'TS � WestcliffL7rainageimprovements,Phase I,Ck'lV01669 Rcvision: R'L3I2112i U0720Q-1 GENERAL CAN�ITION 5 F'�ge 1 af 63 ARTICLE 1— D�T'INiTI4NS AND 'TERMINOLOGY 1.01 Defitred Te�•rars A. Whereverused in these General Conditions or in other Contz-act Documents, tlie terir�s listed below have ti�e meanings indicated which are applicable to both tl�e s��ilar �nd plural the�•eof, and words denoting gende�• shall include the masculine, feminine and neuter. Said tern� ax•e �;enerally capitalized or written in italics, b�rt nat always. When l�sed in a context cons�ste��t witl� the deiinition of a listed-c�efned term, the tertt� sha�i have a meanitig as de�ned below whetltet' capitalized or italicized o� otlietwvise. In addition ta t�rrr� specifical�y defnedr ��fiI1S W1��1 lllltic`il capital letters in tl�e Contract Dflcuments inciude i•efe�•ences to identif'ied articles �nd para��apl�s, a��d the tities of other docun�ents or �or�i�s. 1. Adden�lcr Wz•itten or graphic insh-urnents i�sued prio�' to the opening of Bids which c�arify, correct, o�• change the Bidc�in� Rec�uu�ements or the praposed Cont�•act Docuinents. 2, Agreente�rf The writt�ti insttument wl�ich is evidence of the agreement between Ciry and Cont�-acto�- covering the Vi�ork. 3. Applicatioa� far Pr�yn�ejat—The form acceptable to City wl�icl� is to be used by Cont�•actor dtiuing tl�e eourse of the Wo�•k in requestir�g progress or final payments ant� which is to be accompanieci by s��ch supporting doctEmentation as �s rec�uu-ed by the Contract Docitme��ts. 4. Asbestos—Any matez'ial that contains more than one pe�'cent asbestos and is fi�iab�e o�' is releasing ask�estos �ibers into the au• above ciurent actian levels establislied by the Clnited States Occupationai Safety and H�alth Ad����ish•ation. 5. A�-vaf•cl — Authorization by the City Couneil far t�� City to ente�• into an Agreemei�t. 6. Bid Th� offer or propasal of a Bidd�r submitted on tl�e pa-escz�ibed form setting fortl� tile pt'ices for the Work to be pea�o�med. 7. Bidc�er•�The individl�al or entity who submits a Bid d'u'ectly to City. 8. Bicldijrg Dociujrejats—The Bidding Req�irements and the proposed Cantract Documents (including all Addenda}. 9. Biddi�lg RerJaril•eilzefzts—The advertisement or Invitation to Bid, Instructions to Bidders, Bid sec�zcity of �cceptable fo�'m, if any, and the Bid �'o�-in witlt any si�ppletr�ents. I0. Barsijtess Dt�y — A business day is defineci as a day that the City condt�cts noz�►x�al business, gen�rally Manday throu�h Friday, except far federal or state holidays obsex-ved by tlie City. 11. CraleltdarDay—Adayconsistittag ai24 hott�•s tneastu•edfi•oYn ta�idnight tn th� nexC inidnight. Cl"i'Y Ol' FORT 1VORTE-i Sunit:try Sc+vcr Rehabilitatia» Con�r:�ct 9l, Part 2, Ci'N 01957 a�3d STA��TDARDCb\STRUCTiO\' SPF,CIFICATfO\ dOCUMEI�Fi'S �Vestctiff Drain�gc Ir�3prove3nenis, Phase I, CPN p16GI Revision: Rrl.i2R21 oa�zoo-i c�nrERa�coNnirioNs Page 2 nf 63 l2. C{r�rfrge O�•de�•---A dacument, whicli is prepared aud app�•oved by the City, which is signed by Contractoc and Ciry and authorizes an additinn, cEeletion, oc revision in the Work ar an adjust��ier�t in the Contract P�-ice or the Conh•act Time, i�s��ed on or after the Effective Date of th� Agreement. t3. Ci.ry— The City of Fo�•t Worth, Texas, a lio�a�e-rule muuicipal corporation, autllorized and ci�artered uncfer th� Texas State Stah�tes, acting by its governing E�ociy th�-ougl� its City Ma�iager, his design�e, or agents a�ithorized unde�• his behaIf, each nf wliich is �-ec�t�ired by Charter ro pe��fax-�� specif'ie duties witli i•esponsibility far fu�al enforcement af the conh�act� involving the City of �'ort Wortl� i�5 by Charter vested ir� tl�e City Nlanager and is tlle ei�tity with whom Cont�•acto�- has entcred into th� A�•een�ent and for wham the Work is to be perfarmed. 14, City Attoj��rey — Tile officially appointed Ciry At�orney of tlle Ciry of Fort Wot•th, Taxas, o�• ktis duly at�thorized cepr�se�rtative. 15. City Coufacil - The d��ly �lected and qualified �averning body af the Ciry o� Fort Wortii, Texas. lh. City sl�lrr�rcrger-� Tt�e officially appointed and authori�ed City Manager of tlze City of Fort Wo�th, Texas, or his duly autllnrized t'epresentative. 17. Co�rtr�act Claif�l—A demand or assertion by City or Cot�tractor seeking an adj��stm�nt of Contract Price or Cont��act Time, or both, or otlier relief with �•espect to the ter�ns af the Conh•act. A dernand far ��oney or se�•vices by a t�1u•d pa��ry is not a Contract C��n. �g. C011fl'C1Ct Tl�e entue and integrated writte�� document bet�;cree�i the City and Contractor concer�iuig the Wc�rk, Tlje Contract contains t��e A��ement and all Cancract Doc������nts �nd s��pe�•sedes prio�- negotiations, re�resentations, ax• ag•eements, W�lei�l0i' Wi'1LtB11 pL' Ofc�l. �9. Corrtract DacinJrejrts—Thase ikems so designated 'u� tl�e Elgreeinent, �ll items listed in tf�e A�;reement are Contract Dociiments, Approved Submittals, othe�- Cantz•actor submittals, and the repo�-ts and drawings of subsurface a�ic� physicai conditions are �1ot Cont��act Documents. 20. Corrty•crct Price�-----The ��Iot�eys payable by City ro Co�ltracto�� for completion nf tlie Work i�l accordance witl� the Coi�tract Doc�i�ne�lts as stat�d in tl�e �-1�•ee�x�e��t (s��bject to the prnvisions of �'acagraph L 1.03 itl tlle case of Ut�it �'rice Wock). 21. Corrt�•rcct Tinte The number of days or tlie dates stat�d 'ui t�►e Agceen�ent to: (i) ac�ueve Milestones, if a��y and (ii} complcte tlie �Vor•k so tl�at it is �•eady for Fuial Acceptauce, 22. Cnftt�•crctoj•—The individual oi• entity with whon� City t�as �i�tered into the Agreement. 23. Cost of tl7e Worli See Pa�•agra�h 1 I.OI of these General Conditions for definition. C3TY OF FOR"I' 1'VOIZTH Sanilar Sct�cr Rehabilitalion Co�ztrnct 9i, Part 2, CPN Oi957 and STA�Ii]ARDCO\�Si'RUCT[0\ SPECFF[CATIO\' D(�CUMEI�'TS Y WestcliffDraiE2agcImpruvemei�ts,NEilsel,CPIVU[Gt9 Ravisio�; Rr).�Q21 oa�zoo-i GENEl7AL CONDlT10ff 5 k'age 3 of 63 2�. Drcrrrrage CTcriltrs — A d��nand for money o�• services az•ising fi•o�n th� Project or Site fi•orr� a third party, City o�• Contracror excl�asive of a Contract Claim. 25. Dc�y o�• day — A ciay, unless otherwise defined, shall mean a Caiendar Day. 26. Dit•ector of Aviatioli — The offici��lly appointed Duector of the Aviatio� Department of the City of �'oi•t Worth, Texas, or hi� di�ly appainted represenCakive, ass�stant, or agents. 27. Director of Pn�Ics arrd Co11r1�tarrrity Seivices — Tl�e officially appointed Di�ector of the I'arks ancl Carr�amunity Services Department of tl�e Ciry af Fort Warth, Texas, or his dt�1y appainted �•epresentative, ass�stant, or agents. 2g. D1i'G'Cf01' Of Plcrnnijrg atld Dev�lopfrient — The offici�lly appou►ted Di��ector of the PEa�ning and Develapinent D�partt��e��t of the City of Fort Wortl�, Texas, or his d«ly appointe d representative, assistant, o�• agents. 29. Dil•ectar� of Ti•crrasportatialz Pcrblr'c Wo1•Ics — The afficially appointed D'u-ector of �he Transportation Pi�blic Woxks Departnient of the City o� Fo�•t Worth, Texas, ar his duly appointed rep�•esentative, assistant, a�� agents. 30. Dir�ectol� of Y�aterDeprc�•ttrzent — The ofiicially appointed Director of the W�ter D�pai•trt�ent of the City of Fort Worth, Texas, or his duly appouited representative, assistant, o�• agents. 31. Dt•a�vi�rgs----That part of th� Cont�-act Documenfs prepa�•ed o�- approved by Engineer whicl� graphically shows the scope, extent, and character of the Work to be perfarmed by Cont�acto�'. Submittals are not Drawings as sa defined. 32, Effectr'�leDate of tlte �g1•eefa2e�tt.—The date indicated � ihe Ap•eement on whicl� it becnm�s effective, L�ut if no suck� dat� is inciicated, it means the date on which the Agrree��aent i� signed and delivered by the last aithe tvvo pariies to sign and delive�•. 33. E1�gineer�—The licet�sed professional engineer ar engineerir�g i'um re�,istered in the State of Texas perforzning professional services fp�' the City. 34. Ea:tr�a YYo1•1� -- Additional woz�k made necessaiy by chan�;es or a1t�i•ations of the Contz-act Dacunlents or of quai�tities or far other reasons fo�• wl�iek� no prices are �ro�ided in the Contract Doctmlents. Extra work shall be part of tlle Work. 35. Fielc� Orcler— A w�'itten order issued by City wluch req�ices clian�es in the Wo�•k b��t which da�s not in�olve a change in the Contract Pz�ice, Contraet Titne, or the intent af the Engineer. Field Orders are paid fi�om Field Orde�- Allawances incorparated into the Cont�•act by funded work type at the time af award. 3b. Frtral Accepta�rce — The wrifiten notice given by tl�e City to tke Canri•actor that tl�e Wark specified in the Conti•act Dacliinents has been con�pieted to the satisfactioi� of tl�e City. CI7'Y OF FORT �VE?RTH Sanitt�ry Se�ver 12chabilitation Con[r:tct 91, ParE 2, CPN 01957 ;�nti STANDARDCO\STftUC7fQ\ SPECIFICAT[0\ [30CL1M�;1�TS WestcliffDraii�age lmpravements, Pi�ase 1, CC'N O1G69 Aevisioct: R2�1021 0072DO-i GENERAL CANDITfON 5 Page 4 of G3 37. Fijrrrl haspectiorr — Inspection ca���•ied out by tl�e City to verify tl�at the Co�ih•actar 11as completed the Work, a��d each a�id e��cy part o�• appt��•tenance thereof, fiilly, entireiy, and in conformance with tlie Contract Docu�nents. 38. Ger�e3•al Rec�trrle�liejrts—Sections of Division 1 af the Contract Docu�nents, 39. H�rzcr�•�lotrs' Eit1�I!'07?i1Tei2tCll COIICIl1lQ11—T�"le presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other mate�-ials in such c��iantities or cu�cumstances that t�nay present a substantial c{anger to p�csons or p�-ope�-ty expased th�reto. 40. Hazrrr�Intr,S� Wcrste—Hazacdous wast� is defined as any solid wast� Iisted as l�azardous or possesses one or mot•e haza��dous characteristics as defined in the fed�r�l waste ��egulations, as amendecl �roR�� ti�ne to tu�le. 41. Lcr�vs cmd Regirlatio�r,s—Any and alt applicable laws, rules, re�;ulatio�is, ordinar�ces, cades, and o�•ders of any and ail gove�-n�ne��tal badies, a�encies, authorities, and co�irts havii�g ji�cisdiction. 42. Lierrs�—Cl�a�•ges, security inte�•ests, or �ncuinb�-ances ttpon Pro�ect f�inds, real p��aperty, or personal px•ope��ty, 43. Majo�•It��ft — Aii Item af �vork incluc�ed 'ui tlie Contract Docuinenks tl�at i�as a total cost eq���l ta or greater than 5% of the nrigi��a� Contract Price or $25,000 whicheve�- is less, 44. Milesta�re A principal event specified in the Cant��act Docuinents s•elating to an inte�•mediate Contract Ti�ne prioz� to �'inal Acceptance c�fthe Work. 4S. Notice of �Itiv�rr�d—The w�•itien notice by City to the S�iccessfi�l Bidde�• stating tl�at upon timely con�pli�uce by tlie Succ�ssfi�l Bidder witl� th� conditions pr�cedent listed thecei��, City will sign and deliver the A�n•eenleilt. 46. Notrce to Proceerl--A w�•itten notice given by City to Canhacto�� �ixing the date on wl�ich tl�e Contract Time will cnmtnence to �-��n and on which Contractor shall sta�•t to perform the Wnrk specif'ied in Cont��act Docu�nents. 47. PCBs—Polycl��orinated bipheny�s. 48. Petr•oleicnr—Peh•aleum, i��cluding crude oil or any fractian tl�er�of whicl� is lic�t�id at sta��da�•d canditions of temperature and pres�ure (60 deg�•ees Fa�u•enheit and 14.7 potinds pe�� sc�uare inch absol�ite), sucll as oil, p�troleut�n, fuet oif, oil sl�zdge, ail refi�se, gasdline, ke�•osei�e, and oi� m�ed with otlaer non-Hazacdo�is Wastc and crude oi�s. 49. Pl�rrts — See dafinition of Drawi��gs. CITYOF FORT �VD[i'1"I1 S���itary Sewer Rehabilitatiau Contr.iet 91, Part 2, CPN 01957 �md 5TAr1dARDCO�STRU�Ti�\' SPECIFlCAT[0� DOCI]MENi'S 1VeslclifFDrninsigelmprovemettls,Phase E,CPNDl669 RevisioEi: A?.3/1f)zl 00 72 00 -1 GENERAL CANDITION 5 P1gc 5 nf b3 50. P�•aject Sclredarle—A sch�dule, prepat•ed and maintained by Contractor, in accordance wit(i the General Reqi�i�'ements, describing the seq�ience and duration of the activities c�mprising the Cont�-actar's plan to accomplish the Work witliin the Coniract Time. 51. Pf•oject—The Work to be performed unde�- the Cnntract Doc�ur►ents. 52, Project Mrr.�rrcge�=The authorized representative of the City who will be assi�ied to the Site. 53. Pcrblic Meetirig — An announc�d meeting conducted by tl�e City to facilitate public participation and ta a�sist tl�e public in gairiin� an info�-zned view of ti�e Project. 54. Racliocrcti��e �Ylaterral Sou�•ce, speci�l nuclea��, or bypraduct material as defu�ed by tlie Atainic Ene�-gy Act of I954 (42 USC Section 2011 et seq.) as amended fi•om time to time. S5. Reg�rTar Workrrag Haan�s — Hours beginaiing at 7:00 a.m. and ending at 6:00 p.m., Monday thtti� Friday (excl��ding legal holidays}. S6. SCl111rJj�5 Physieal �xamples af materials, equip�nent, ar workmanship that a�•e representative of some po�•tion of the Wark and wi�ich establish tl�e standards by which such partion of the Work will be judged. 57. Sc1te�Iirle of S'tcb»rittals---�-A schedule, prepared and �liaultained by Contrac�or, af requir�d subfnittals and the titne rec�uirernents to support scheduled performance of related construction activities. 58. Scl7edtr�e of Ucrlir�s�A sch�dule, pz�epa�-ed and maintained by Cont�-actar, alloeating portions of tk�e Conri•act Price to various po�-tions af the Work and used as the basis for i•eviewing Co��fractor's Applications for Payn�ent. S9. Site--Lands or areas i��dicated u1 tihe Cc�ntract Docutnents as being fi.unished l�y City L�pon which tl�e Work is to be pe�'formed, inch�ding rights-of-way, permits, and easements forr access thereto, and such other lands furn�shed by Ciry which are des�gnated for the use of Cor�t��actor. 60. Specif'rcatrvir.s—That pai�t of the Contract Docu�nents consisiing of writte� ��equu•etnents for materials, ec}uipn�ent, systems, standaz•ds and wnrki�anship as appl�ed ta the Work, and certain admuvst��ative requiretnents and pracedu�-al matt��•s appl�cable thereto. Spec�catini�s may be speci�cally made a part of tl�e Cantract Documents by attachment or, if nat attached, tnay be inco�-porated by �'�farence as indicated in the Tabie of Co�itents {Division 00 00 OQ) of each Praject. 61, Scrbco,rt,•crcta�—An individt�al c�i• entity havu►g a di�-ect cantract with Contracto�• or wit� any other Subcontractor %r the perfo�•mance of a pa�•t oi the Work at ti�e Siie. C1TY O� FORT 1VORTEi 5ac�il��ry Se�ver ftehabilitation Conirnct 91, Part 2, CPN 01957 and S'I'A�IDARDCO\STRUCT(0� 5P&CIFICAT[0\ �OCUMEI��TS WestcliffBrainage Tmpro�ements, Phase i, CPN 01669 Revisio�t: Rr)3/1f�Zl 0072pD-1 GENERALCONDITI6NS Page 6 o f 63 62. Sarhnrittals—All drawi�igs, dia�•ar��s, illush•atians, sched�iles, and other data or iufp�•tnatian which are speci�cally prepared or assenlbled by ar for Cont�•actor and submitt�d by Contracto�• tn illt�strate sazne portion of t(ie Wark. b3, Sarh.stctirtial Co�tapletio�r — Tl�e sta�� in the pro��ess of the Project when the V�ock �s sufficiently complete in accordance with tiie Contract Doc�in�ents for Final Inspection. 54. Srrccessf rl Br�lcler--The Biddec submitting the lowest and t�ost responsive Bid to �vhom City makes an Award. 65. Strpe�•i�lteiiclerrt— Tlie representative of the Contractor wl�o �s available at all tim�s and able to r�ceive �nstructions fi�om the City and to aci fnr t11e Contractor. 66. Sirpplerrreratcr�}J Coirditrars—That part of the Conri•act Docui�ents wl�ich amends or sE�ppiements t�tese Gene�•al Conditions. 67, Supplier—A �nantifactu�•er, fabricatoc, st�pplier, Ci1StI'IIJLlC01', materiai��an, or veildor I1a�ing a dit•ect contz�ac� witli Contractor or with any St�bcaniractot- ta ftt��nish materials or ecYuip���ent to be inc�rporated in khe Work by Contractor or S�rbconh�acto�-. �8. U�rclergt�atnt�l Facilities All unctergx•o���id pipel'u�es, conc�t�its, ducts, cable�, wues, manholes, vat�lts, tanks, hu�n�ls, nr other sL�ch £acilities or attachm�nts, and any encasen�e��ts eonta�ning such facilities, iiicluding E�ut not limiteci to, those that convey electricity, gases, steazn, liqt�id pet�•oleurn prodtEcts, t�lephone a►- other coirununications, cablc teIevision, water, waskewater, sTor�n water, other lic�uids or clierraicals, or traffic ai• other control systems, 6) Uf1it P1'1L'e WOi•1c See Pa�•a�•a�h 1 I,03 af these Genei•al Conditions for de���ition. 70. Weelr.eftcl Worki�ag Hoarj'S — IIOIIi'S �}BgIClT1[11� at 9:Op a.���. at�d ��ld'u�g at S:OQ p.tn., Sah�rday, Sunday or le�al holiday, as dpproved i�i adva�ice by the City. 71. YYarIr.�The entire constceiction or the various sepa�•ateiy idet�tifiable parts thereof �•equired ta be p�•ovided unde�• tiie Contract Documents. Work uicludes and is th� r�;sult of pea•foz•mit�g or praviding all Iabor, services, and docu�neutation necessa�•y to produce such const�l�ctio� incluciing any Change Order or Field O�•der, and fi�rnisl�in�, installi�ig, anci incarporating ail matcrials �nd eqt�ip���ent into sucil co��st�•��ction, all as requi�•ed 6y the Coutract Docuinents. 72. Worlcirtg Dccy— A workir�g day is c1e��led as a day, not inch�ding Sahirdays, S�indays, or legal holidays autllorized by the City for conkz�act pu�•poses, in whicli weat(i�r ar oihe�- conditions not tinder the conh�ol of the Contractor wiil pet�mit tl�e performance of the principal L�nit of work ur�derway for a continuo��s �eriod of not less tha�� 7 hou�•s b�tween 7 a.m. ai�d 6 p.�i�. 1.02 Te1•nrisar�logy A, The words and tern�s discussed in Paragraph I.OZ.B thz-o�igh E are not de�'ined but, when used in tile Bidding Rec�iiu•ements or Conh•act Doc��ments, have the indicated mean�r►g. B. I�tleittof�Cej�airr Te1•�ns o��A�f'ective.s: CITY OP FpR'f WORTH S;i��it�r Sewer itel�u6ilitution Contract 9l, P��rt 2, CPN 01957 1ud STANDAR�CD\STRIlCT[QN SPGC[e[CATION DOCi3MF�'iS Y�VestcliFF Drainlgc Impruvements, Phase 1, CPN 016G) Revisian: 823/2021 OD7200-1 G�NERALCONDITIONS Page 7 of 63 T11e Contract Documents inchicie i�le teC171S "as allow�d," "as approved,�� "as o�-dered," "�S directed" or tecros of like effect oi- impa��! to autharize an exe��cise of juc�gnaent by City. In addition, �he ad3ecti�es "reasonable," "sti►ikable," "acceptable," "proper," "�at.i�facto�-y," oi• adjectives of like efFect or import are used ta describe an action o�• determination of City as to ti�e Work. It �s �ntended that sucl� exercise of professional j��dgment, aciion, or dete�mination will be solely to evah�ate, in gene��al, the Wark for compliance with tl�e infoz-makion in ti�c Cantract Docui��ents �nd with the desi�� concept of the P�•oject as a fiii�etioniz��; whole as shown ar indicated in tlie Contract Docun�e�ts {unless there is a specif'�c statement andicating athe��wise). C. Def ective: 1. Tl�e wo�•d "defecti�e," when inodifying the wo�•d "Work," re%rs tn Work that i5 unsati�factoiy, faulty, or de�cient in that it: a. does not can%rm to th� Cont�•act Documents; oz• b. does not meet the �•equueinents of any applicable inspection, reference standard, test, oz- approval referred to in the Contract Doculnents; or c. has been damaged prior to City's w�'i�ten acceptance. D. Fiil�rtrsla, Irrstrrll, Pei,fofa�r, Pr•aa�ide: l. The word "Furnish" or the word "Install" or the ward "Perform" or the word "Provide" or the word "Supply," o�• any combination o�- simila�• duective oY• usage thereof, shall rr�ean fiu-nishing and incorporating in the Work includin� all necassaiy lal�or, materials, equipment, and everything necessary to perfor��� the Work indicated, �iniess specifically limited in the ca�text used. E. Unless stated otherwis� ir� the Canh�act Documents, wo�•ds or p1��-ases that have a well-k�iown technical or consh•uction indiistry or trade meaning are used in the Cantract Documents in accordance with such recog►�zed mear�ing. ARTICLE 2 — PRELIM�NARY MATTFRS 2.OI 2.02 Copies of Doc�v�relz ts City shall fiirnish to Coi�tx-acto�� one (1) origi�al executed copy and az�e {1) electro�uc copy of the Cantract Documents, and four (4) additio�;al copies of the D�-awings. Aciditio�lal copi�s r�vill be furnished upou request at the cost of ceproduction. Cn�l�f�rence�jre�tt nf Colitrac�t Tirr�e; Nolice to P�•oceed Tlle Contract Ti�ne will cozn��ence to run on t11e day indicated in tl�e Notice ta Praceed. A Notice to Pz�oceed m�iy be given no earlier tllan 1� days after the Effective Date of tl�e Agreeinen�, ur�ess agreed to by both parries in writing. CITY OP FORT �VORTH 5�uzitary 5e�ver Rcl�abilitalian Con�ract 91, Pnrt 2, CPN 01957 a:td �TA�IDAR�CO\'STRUfT10\ SPEC[F[CAT10\ iIOCU[v1ErTS �VestcliffD€ainage3mprove�i�ents,l'hase I,CPI�lU16G9 Revision: A2�2! a��zoo-� GENERALCONDITION S Page 8af63 2.�� 2. Q4 2.05 2.06 2. 07 Stc�1•tirtg tlre Wollc Contracror shall start to perfo��m t�� Work an the date when the Cont►•act Time commences to run. No Work sl�all be done at the Site p�•ior to the dat� on wluch the Contract T'vn� commences ta �-�in. Bef or•e Stccj 11rtg Carastr�trctio�i Bcrseli�te Sclte�lules: S�ibtnit in accordance with the Contcact Docuinents, and prior �o starting the Wnrk, Pj�eco�rstr�trcfrajt Cojrferel�ce Befoz•e any Wo�•k at the Site is started, fhe Contractor shall attend a Preconst�-��ction Conf�re�lce as speci£�ied in the Contract Doctiments. Ptcblic Meeting Cont�actar may not mo�ilize any ec��ripment, inateri�ls or resaurces to the Site prior to Contractor attend'ui� thc Puhlic Meeting as sched��led by the City, I�r rtial Acceptn��ce of Sclledtrle�s� Na pro�ess p�yment sha[i be made to Contractor until acceptable scl�ecfules ai•� submitted to City in accordance with thc Schedule S�ecitication as provided in the Cont�-act Doc��ia�en:ts. ARTICLE 3— CONTRACT D�CUMENTS: INTENT, AMENDING, REU�E 3.01 Ifrte�tt A. Th� Contract Docuinents at-e connplementary; what is requued by one �.5 as bindin�; as if requit'ed by a Il. B. It is tl�e intent of tlie Coi�tract Doc���nents to desecibe � functiot�ally camplete p�•oject (a�• part the�-eo� to be constructed in aecordance witl� ttje Conteact Doe��tnetlts. Any labar, dac�izner►tation, services, matex-ials, o�• eqfiipment that re�sonably may be in�erred fr•om t�e Contract Doctir��ent� nr fi'o�n prevailin� custor� oi• trade ��sage as being required to prod�►ce the indicatec� resuit will be provided whet�e�• or not s�ecifically called fo�•, at no �dditional cost �o City. C. Cla�•if"�cations and interpretations of th� Contract Docuinents shall be i,ssi�ed by City. D. The Specificaiiotls tnay vary iu forin, �ox-���at a��d style. Some Speciiication sections niay be �vri€ten in vatying de�•ees of stceamlu�ed ar declarative style a��d same sections rnay be r�lati�ely �iarrative by compa�•isoi�. Otnissiou of sl�ch words ancl pl��•ases as "tlie Contracto�• shail," "in cnnforiniry Wl��l," "a5 S�lOWCI," OT' "�15 5�70C1�10C�" aI'� ll1f�17,ClOTIa� 1Tl Stl't;7I21WleC� 5eCt1011S. Omitted words and ptu•ases shall be supplied by u�'erence. Suni�a�� types of prov�sions inay appear in vaziatis parts of a sectian or artic�es within a part dip�nding on the %i-�nat af tk�e CITYdF FOR"C' W012TEI Sanitlry Sc�ver [2chabilitation Co3�trnct 91, Par€ 2, CPN 41957 and STANDARDCO\STRUCT[ON SPF,CIFICAT[0\ DOCU�vIENTS WestclifiBraiEtagelnipcovemeuEs,Pl3ase 1,CPIV0166} Revision: R73f2021 aa�zao-i G�NERAL CON�3[TION 5 I'age 9 0£ 63 3.02 3.03 sectinn. The Contractor shall not take acivantage of any va�•iation of foz-m, %rmat or style in making Contract Claitns. E. The cross referer�cing of specit"acatinn sections i�nder the subp��-a�'�ph heading "Rel�ted Sections include b��t ai•e not a�ecessarily limited ta:" and �lsewhe�-e within each Specification section is provided as an aid and convet�ience to the Contractor. T�e Coutractor shall not reiy oti tiie cross referencing pz�ovided and shall be responsible to coo�•dinate the enti�•e Work iinder the Cantract Docurr�ents and p�-ovide a complete Pro3eet whether o�- not the cross referencing is pro�ic�ed in each section ar wheti�er oi• not the cross refe�•encing is co�nplete. Refe��ence Stcr�rdal•ds A. Standards, Specifications, Codes, Laws, and Reg��latians 1, Reference to star�dards, s�ec�cations, mai�ual�, or codes of any teehnicai society, nrganization, ar association, or ta Laws or Reg�ilations, whethec sc�ch reference be speci�'ic or by implication, shal� mean th� standard, speci�cation, manual, code, o�• Laws or Regulations in effecf at the tirne of openin� of Bids {o�• on the Effective Date oF the A��eement if tl�e�'e were no Btds), except as may be othe�•wi�e specifically stated in the Cont�act Dacuments. 2. No provision of any such stai�dard, specification, n�anual, o�� code, or any i�istruction of a Supplier, shall be ef%ctive ta change tl�e d�rties or responsibilities of City, Contractoc, or any of theu• subcontracto�-s, ca�sultants, agants, or employees, fi-om those set forth in the Contract Docl��nents. No s�ck� p�o�ision or instruction shall be effecti�e to assign to City, ar any of its of�cers, du�etors, �nembers, partne�•s, employees, agents, cansultants, or subcantractors, any d�ity or authority to supervise or direct the performance of the Work or any dtiry or autho�-ity to unde�-take responsibiliry inconsistent with the provisions of fihe Contract Docimlents. Reporti��g atzd ResalvingDrscrepatrcies A. Repo�•tin.g Discr�ep�rjzcies: C�»rb•actor�'sRevie�vof'Co�rtrcrctDacarrtrerrtsl3efof•eStaf�til�gWollc: Beforeundertaking each �a�•t of the Wox�k, Ca��tractoj• sliali carefully study and compare tlie Contract Doc���ne�ts and check and �e��ify pertin�nt fi�ares therein agaiz�st all applicable field n�easurements and conditions. Cantracto�• shali promptly r�po�•t in writing to Ciry any confiict, er�•ox•, ambiguity, or disc�•epatzcy wl�iel� Cont�•actor discove�•s, or l�a� achial kno�vledge of, and shall obtain a Wi'lki£Tl interpretation or clarification fi•onn City befor� proceeding with any Wo��k affected the�•eby. 2. Co�atrn�cto�•'s Revie�•�� of CoittractDocir»�ertts Dttr�iltgPe�fo��ati�fzce of Wor•1c: If, dtu'i�lg th� perfortnance of tl�e Work, Contracroc discovers any con�lic�, error, ambiguity, oc disci•epancy within the Contcact Doc��ments, or between the Contract Doc�lments and (a) any applicabl� Law or Re�ulation ,(b) any standard, specif'ication, inanual, or code, or (e) any inshliction of any S��pplier, tl�en Cantractar sl�all promptly report it to City in writin�. Conh�actor sl�all not proceed with the Work affectecl tliereby (except in an ei��ergency as required by Parag�ap� C[TYOF FO[tT WOkiTFI 51���3ry Se�ver Rehabilitation Conlract 41, Par€ 2, CP� �1957:tnd S"1"ANDARDCf�\STROCTIO\° 5PEC1F{CATID\ DOC[!NlE3�TS 1VestcliffDrainagel�f�provemenls,Yhase I,CE'I�I0165) itevisian: 82i2(ili D0720U-I GENERAL COtJDITION S Page 10 c�f 63 6.17.A) until a�i amendtneiit a�- suppl�ment to tlie Contract Docun�ents has been issued by one of the methods indicated in Pa�-a��aph 3.04. 3. Conh'acto�� sl�all not be liable to City for failure to repart any conflict, �rror, ainbigu�ty, or discrepancy in tlie Conh•act Doc��m�nts ur�ess Cont�•actor had actual knowledge thereof. B. Resolvi�tg Drsc�•e�a►rcies: l. Except as may be otherwise sper.if'ically st�ted in the Conh•act Documents, the p�•ov�sions of tl�e Conh�act Documents shall take precedence in resolving any conflict, erz•a�, armbi���ity, or discrepaney betwee.n the provisions of the Cant�-act Documents and t�e provisians c�#� any standard, specification, manual, or th� instructian of any Supplier (wh�the�• or not speci�cally i�lcor•parated by N�efercnce in tiie Coiih•act Doc��t��e��ts). 3, 04 3.OS 2, In ease of discrepaticies, �g���-ed din�ensio�is s��all govern over scaled d'unensio�is, Plans sllall govern over Specifications, Si�pplementaiy Conditions shall �o�ez-n over General Conditians and Spec�cations, anci c�uantities shown on tlie Plans shall govern ove�• those shown in t�ie proposal. Atne�icli�ag a�rd Sclppl��tre�rtirlg Co�tU•rrct Docar�f�errts A. The Contract Doctun�nts r�1ay be a��e��ded to p�•ovide for additioi�s, deletions, a��d revi�ions in tl�e Woz•k o�• to madiFy th� terins a��d conditions tlie�•eof by a Cl�ange Order. B. The rec�uireme�its of tl�e Cont�•act Doc�iments may be supplemei�ted, and minor var�ations and deviations in tlie Woz'l� not invoiving � change in Contract P�•ice or Contract Ti�ne, �r�ay �e atithorized, by one or inaz�e of the folIowing ways: 1, A �ield O�•der; 2, City's �•eview of a��lb�nittal (subject to the provisinns of Para��aph 6.1$.C); or 3. City's written interp�•etation o�• clarifcatior�. Reuse vf Doctrnre�rts A, Conri•actor and ai�y S�ibcontracto�• o�• Supplie�• sl�all nat: 1. l�ave or acqi�ire any title to o�• ownerslzip rights i�i a�1y of the D�•awings, Specifications, o�• othei• docun�ents (or copies of any the�•eo�} p�•epa�•ed by or bea�•ing tiie seal of Er�gineer, including electronic media editians; or 2. rei�se �ny st�ch Drawings, 5pecifieatiotis, atlle�• clocuments, 0I' C0�7105 t}1�T'00f Ori �Xi��1S10I1S Of the P��oject or any att�er project withot�t written consent of City and specific writt�n vecification or adaptation by En�;ir�eer. C[TY OF FOR'1' 1VdRTl [ Sanitary Sewer Rehmbilitatiou Conlr.jct 4l, P��rt 2, CPIV 0l957 and STAI�IDARDCO\'STftUCT[0� SPEC[F[CATION DOCU1�f8NT5 1�Vestcli€fi3r:iinagelntproveinenls,Phasel,CPNUlCfi9 Revisio�r R�73/�f)21 oo�zoo-� G�N�I�ALCONDITION S Page t I o€ G3 B. Tt�e proliibitians of this �'aa•a��•aph 3.OS wi11 survive �nal payment, or termi�ation af the Contract. Nothing Iaerein shall precll�de Contractar from �•etaining copies of the Cont�•act Doc��rnents for record pucposes. 3.06 Electi�ortic Drctra A. Unless othe��vvise stated in the Suppleinentary Coilditions, tl�e data f�u��i�ished by Ciry o�• Engineer to Cont�-actor, or by Conh�acto�� to City or Engineer, that may be relied �zpon a�•e limited to the p��inted copies incl��ded in th� Contract Documents (alsa known as liard copies) and ather Speci�cations ��eferenced and �ocated an the Ciry's on-line electronic doe��rr�ent mana��ment and collabo�•ation sys�em site, Files in elech�onic media format of text, data, g�-aphies, or nther types are fi�rnisl�ed only %r the convenience of the receiving pai•ty. At�y conctusion ar information obtained or dez�ived fi-om s�ch ��ectronic files will be atthe user's sole risk. Ifthere i� a discrepancy between the electranic files and the hard copies, the hard copies go�ern. B. When t�'ansferring documents in electronic media fa�-nnat, the t��ansfer��in�; pai•ty makes no rep�esentations as tn long te�•m compat��ility, usability, o�• �•eadability of documents resulting fi•o�n tl�e �ise oi saftwar� application packages, operating syste�ns, or comp�ter liardware differi�lg froi�l tl�ose used by the data's c�•eator. ARTICLE 4— AVAILASILITY OF LANDS; SUSSURFACE AND PHYSICAL CONDITIONS; HAZA.RD4U5 ENVIRONM�NTAL CONDITIONS; R�FER�NCE POINTS 4.01 Avrrrlrrbrlrt��ofLala�ls A. City shali fi►�-nish the Site. City shall notify Contractor of any encumb�•ances or rest�ictions not of gene�-at application but specifically related to use of the Site with which Contractc�r must comply in pe�•fo��nning the Wo�•k. City will obtain in a titnely rraanner aild pay for easemel�ts for ��ermane��t st�-uctti�res ar pern�an�nt changes in exi�tin� facilities. l. T�e City has obtained oc ant�cipates acqui�itio�� of andlor access ta right-of way, and/or easements. Any o��tstanding rigl�t-af-way and/o�' �asements are a�ticipated to be acq�i�-ed in acco�•dance with the scl�edule set farth in the Supplementaiy Conditions. Tlie Project Scheduie submitted by tl�e Cant��actox� in accordance �vith ti�e Conh•act Documents m��st cansider any outstanding �•igl��-of ��ay, andloc ea���nents. 2. The Ciry has or azlticipates removing and/or relacating titilities, and o�structians to th� Site. Any ol�tstanding removal or reiacation of t�tilities oz abskzl�ctians is anticipated in accardance with the schedule s�t forfh in the Supple�nentary Conditions. The Praject Sch�ciu�e submitted by the Contractor• in accordance with the Co��tx-act Docur��ents must coi�sider any o�tstanding t�tilities or nbst�•uctions to be remo�ed, adjlisted, and/or relocated by others. B. Upon reasonable written request, City sha�l fu�•nish Contractor witlz a current staten3ent o�'�'ecord legal title and legal desc��iptian ai the lands �rpan whict� the Work is to be pex•%�-rzaed. C3'fY OF FORT 1VORTE� 3����ilaty 3ewcr RchaGititatian Contract 9k, P�krt 2, CPN 01957 .3nd STANDARDCO�STRUCTfO\ SPEC1�'ICATfO\ DOCFJME�ITS �vestcliffDra'snagelmprovemeEtis,Phase I,CPN0iGG9 Revision: RTL�2021 UD 72 El0 - l GENERALCONDETIONS ['age 12oF63 C���i7 4.03 G Contractor shall provid� %r all additional la��ds and access thereto that may be rec�t�ired for co�st�•t�ction facilities or stora�;e of materials and eq�upment, Sarbsi.rj,face cr�1c1 P/ty,sical Coirclrtro►ts A. Re�orts rr�z�lDr�atvirrgs: Thc S��pplementa�-y Conditions identify; l. those x•eports known to City of exploi•atioi�s and tests of subsl►x•face conditio�is at o�� COI7fIgliQLIS to th� Site; anc� 2. thase di•awings knawn to City of physical conditions �•elating tn ex�ting su�-face ar subsurface st�•�ctiu•es at tl�e Site {e�cept Under�•ound Faciiities). B, Lli3lltEC� R2IlCl1]CL' L7)j C«irtrcccto��o�r Tecl�iiicnlDataAartlro�'T�GC�: COl]�f�iCtOI' 117a}f 1'�Lj� llpOri f�le ace�u-acy af the "tech�iical data" co��tainec! in such reports and drawings, but st�ch reports and drawings a�•e ��ot Contcact Doeuments. 5uch "technical data" is ide��ti�ied in the Supple�nei�tary Cnt�ditions. Cont��actor may not �nake ai�y Cont�•act Claim against City, ar any of theii• officers, directors, membe�-s, partilers, einployees, agents, consultants, nr s��beontracto�'s with ��espect ta: 1, tl�e completen�ss nf such �•epo�-ts and drawi��s for Cantractor's pti��poses, incli�ding, bt�t not Illlll��{i to, a�3y aspects of tl�� ���ea�1s, ti�ethods, kech��ic�ues, sequences, and procedt�•es of eoi�struction to be etnployed by Contractor, and safety preca�ttions and p�•agranis incidei�t tl�e►•�to; or 2. othec data, iuterpretatia�ls, opic�ions, and information contained in s��ch reparts or show�� o�• ir�dieated in sucli dt�awin�s; o�- 3. any Contractoi• interpretatian of oi• conclu�ion drawn fi�orr� ax�y "technical data" or any such ather data, interpretations, apinions, or information. Diffej•rltgSirUscr{face oj�Pliysiccrl Coitclitfr�it.s� A. Nafice: If Cont��actor beliaves that any subsirrfac� oc pliysic�l conditian that is �ineo�ered or revcale� eitl�et-: 1. is of sucli a nature as Eo est�blish that any "technieal data" on wluch Contractor is �ntitl�c� to reiy as provided in Pa�•a�•aph 4.02 is �nat�;rially inacct�rate; a�� 2. is of sucl� a nah�re as to ��ec}ui�•e a chaj�ge �� the Cont�•�ct Docu«�eilts; nr 3. differs n�ate��i�lly fi•om that shown nr indicated in tlie Cantx-act Doct�ments; or 4. is of an �lrnisual ��at��re, and differs materially from conditions ordinarily encounke��ed and �ener�lly ��ecognized as inhe�•ent in work af the cliaracter provid�d for in the Cant�-act Dociiments; CITY OF FO[tT 1VOCtT1 C Sitiiitc�r Scwer Reh:ibilit:ition Contr�cl 9[, Part 2, CPN O19S7 :Enci STA��IDARDC�\STRUCT[QN SPFCIF1CATi0\' DOCU�YiENTS Y Wes€c1iFfDrninagelin�rovements,Phusel,CNNOlGfi9 �CY]S1PIl: Kr%i%��� OD72Dfl-1 G�N�RAL CON(l ITfON 5 C'age 13 of G3 4, 04 then Contractar shail, promptly after becoming aware thereof and befoee fi�rthe�• ciist���bing t�e s�ibs��rface o�- physical conditions nr pe�'forming any Wa��k in connection the�•ewith (except in an emergency as �-equued by Pa�•a�•aph 6.17.Aj, notify City in writing about st�ch condition. B. Pas.s•ihle Price a�tcl Ti�rre Acljirstjriejrts Cont�•actor shall not be entitl�d to any adjustment in the Contract Price pr Contract Time if: l. Cont�•actor• knew of the existe�ce of st�ch canditions fit the time Cantracto�� made a final cot�nitment to City witli respect to Contz-act Pz�ice �nd Contract Ti�ne by fha subtni�sion of a Bid or becoming bound undez• a r�e�;c�k�ated canh'act; or 2. the existence of s��ch candition could reasnnably ��ave been discovered or revealed as a result of the exa���ination of the Canhact Doct�tn�nts or the Site; or 3. Cant�'actor failed to give the w�•itten notice as rec�ui�ed by Paragcapl� 4.03.A. Urrdergr•oi�t�d Facr�litres A. Sl�a�vrt o1• Ir�dicated: The info��t�nation and data shown or indicated in the Conhact Docurr�ents with respect to exisiing Undex•�-ound FaGilities at or cantiguflus to the �ite is based on information and data furrvshed to City or Engineer by the owners of st�ch Unde��ground �'acilities, mcluding City, o�� by otl�ez-s. Unless it is otherw�s� �xpr•essly p��ovided in the Supple�nentai•y Conditions ; 1. City and Engirieer s�all not be responsible for the accuracy or compieteness af any such irzfoz-�n�tian o�' data provided by others; and 2. the cost of all of the foIlowing will be incl�deci ir� t�e Contract Price, and Contractoc shal! ha�ve �ull respo�isibility for: a. revi�wi��g and checking all such information aud data; b. locatir►g all Underground Facilities shown or i��dicat�d in tlie Con�'act Doc�ltnents; c. coordination and adjustm�enk o� the Work with th� ovvners of such Underground Facilities, including City, CILiI']Tl� CQS15t111CtlOii; and d, ti�e safety and pratection of all such Undergrouud Facilities and repairing any dan�age theceto �•esLilting fi•om ti�� Woi•k. B. NotSlto�v�a orl�rdrecrtec�� l. If an Under�•ound Faczlity which canflicts with the Work i� �rncovered or �•evealed at or contiguous to the Site whiel� was nnt shor�vn ar indicated, or nat shown or u�dicat�ei with reasonable accu�•acy in the Conh•act Dociun�nts, Conri•actor shall, �ron�ptly after becom�ng aware thereof and be%re fi�rther di�turbin� conditions affected thereby or perforining any CITY OF FORT IVORTI t Sa�3'stary Secver Reha6iliEaEion Cant€:tet 91, Parl 2, CPI�i 01957 and STA�iDACtDC£]NSTRIiCT[0� SPECIFICAT[QN UOCCTMEi��TS Wes€cliffDr�inageImprovements,Yl�asel,CPNd1GG9 Iter�isio�i: R23I2021 OD720�-1 GENERAL CANDITION S P,�gc l4 of 63 Work in eonn�ction ther•ewith {except in an eme��gency as required by Paragrapi16.17.A), ideutify tl�e or����r of stich Under�ound Facility and give notice to that owner and to Ciry. City will review the discov��•ed Under�round Facility ai�d detex��rnine the extent, if any, to which a change may be reqi�i���d in the Contract DocLux�e��ks to ��eflect and document the consequences af the existence or location of th� Undergro��nd Facility. Cont�•acto�• s�all be ��esponsible for the safety and protection of's�rch discovered Underground Facility. 4.05 2. If City cancludes ihat a cha���e in the Cont�•act Doct►ments �s rec�ui�•ed, a Chan�e Order r��ay be iss�ied to reflect and daciu�ent such consequences. 3. Verificatior� of exi�ting ittiiitias, struchu•es, and seivice lines s�all incl��de notif'ication of all Lltl�lly companies a muiimuin of 48 hotirrs in advance of construction 1C�G�UCIlt1� eXjli01'aiQly excavation if necessa�•y. Refereftce Poi�rts A. City shall provide en�ineering surv�ys to establish reference points for canstrtfetion, WIIEC�l ir► Ciry's jud�nent are necessaty to enable Conh•actor to p�-oceed witlt ttte Wot•k. City will provide const�•t�ction stak�s or otl�er c�istomary niethod of i��arking to �stablish line and grades �o�• �•oadway and utiGry const�-�ictio��, centerlines a�id benc�u�acks fo�• bridgework, Contractor shall p�-otect and p�-esez-ve tf�e establishEd reference pouits and prope�•ty mo�u�ments, ac�d s11a1� make no claax��es at� �-elocations. Contractor �hall repo�•t to City wllenever any ref�rence poic�t or prnperty n�anu�nne�nt is lost or destrayed o�• �-equires reloc�tion because of necessaiy chan�;es in ��ades nr iocations. Tl�e City shall be I'�Sppi1S1I��� foz the replace�nent or relocation of ceference points nr property n�o�lrril��nts not care�essly or willfillty dest�-oyed by khe Cont�•actor. The Co�ih•aetor shall notify CiYy in advailc� a�1d with sufficieiit ti��ie to avaid delays. B. Whe�iever, in the opinion of the City, any referenca point or• moninl�ent has beer� ca�'elessly o�' w�1fi�11y desi��oyed, disn«•bed, c�i• renlaved by the Cont��actor or any af his �mployees, the fi�ll cost for replacing such poi�ais p[us 2S% wi� be cliarged against the Contracto�•, �nd th� fiill amount will be deducteci fi•o�n payment due ti�e Coz�tc�acto�•. 4.06 Hrrzccrrlotrs Ertvi��oril�te��trr1 Cr»acHtio�t crt Site A. R2�701'I,SCli1C�Dl'ClYVITIgS: TIl� SLI����I71eI]t7i'j� COil{�1tfOriS identify tiiose re�octs and dravvings knnwn to Ciry re�ating to Haza�-dous Envic-on�x�ental Conditions that have beei� identified at the Site. B. �,irrritecl Relia�rce by Corrtractor o�t Teclrrtrcal Dc�tct Airtl�orizec�: Conhactor n-�ay rely u�o� tlte acc���•acy of the "technical data" contained in such re�orts anc[ draw�gs, but such reports a�d drarv�ngs are �lot Co��tz�act Dacurne��ts. Such "teclv�ical data" is identi�ied in the Su�piementary Conditior�s. Contractor may not �a�e any Canh�act Claim against City, or any of theu• afficers, dll'CCt(l1'S, men�bers, partners, eanplayees, agents, consultants, OT SL1�7C�Ili1'aCiOI'S W1f�1 1'eS�2C� t0: 1. the co��}pieteness af such reports and drawings for Contractor's piu•poses, including, bti►t not iin�ited to, any aspects of the �neans, met�ocfs, tecl�niques, sequences and pracedu�-es of CITYC}F I'ORT WORTH ' Sattitary Sewer Rehubilitation Contract 91, Part 2, CPN D19S7 and S`CAIVDARDCO.�'STRUCTiO\ SPGC[FECATIO� DOCUMENTS �VestcliffDraina$elmprovemenls,Ph:tsel,CPNUi669 Revis ia�i: B�L�,%2{]2l oo�zao-� GENERAL COND IT[ON S Page 15 of G3 construction to be employed by Cont�•acto�� and safety precautio��s and p�•o�•ams incident. thereto; or 2. other data, inteipretations, opinions and information contained in such reports or shown o�- indicat�d in such drawin�s; or any Contracto�' interpretatian of o�• conclusion drawn fi�o�n any "technical data" o�• any s�ch othe�- data, intez-pretations, opininns o�• infarmation. C. Conh-acto�' sha�l nnt b� �•esponsible for any Hazardoiis Envi�o�unental Conc�itioz� �anco�ered or re�ealed at the Site which was not shown or indicated in D�•awings oa- Specifications or identifiad in tl�e Canh'actDocutnents to b� within the scope of the Work. Cont�•actor shall be z-esponsible fnr a Hazai•dous Envi�•onmental Condition created with any materials brought to the Site by Co�it�-actar, Subcontractars, Suppliars, or anyone e�se for whom Contracto�- is �-esponsib�e. D. If Cnntractor eneot�nters a Hazardaus Envuonmentai Condition az- if Cnnt�actnr or anyone foi• whnm Cont�•actar is �•es�onsible creates a Hazardot�s Environmental Cpndition, Cnntractor shali irnmediately: (i) seciu•e or otherwi�e iso�ate such cor�ditian; (u) stap all Work in connection with such condition and ir� auy area affected thereby (except in an ernergency as �•�qui�•ed by Pa�•a��aph 6.17.A); and {iii) notify City {and promptly thereafte�� confir�n such natice in writing). City may considei� the necessiry to retain a quali�ed expe�-t t� evai��ate such condition or take corrective action, ii any. E. Conh•actor shall nat be �-eyuued io resume Work in connection with such condition or iri any affected��•ea until aftez• City k�as obtair�ed any reqiiu•ed p�rmits re�ated thereta and deliver�d written notice to Contractor: (i) specifying that s�tch co��dition and any affeeted area is oc has bee�� rendered suitable for the resuinption of Wo�'k; o�' (ii) specify�ng any special conditions under wl�ic 1� si�ch Work may be res�med. F. If after receipt of such written notice Contractor does not ag���e ta �-es�ime such Work based on a z-easonable belicf it is unsafe, or does not a�ee to resume such Wo��k under such special conciitions, �hen City rnay order the portion of the Work that i� in ��e a�-ea af%cted by such condition to be deIeted fi•om ti�e Work. City inay l�ave such deleted poa�tion of the Work perfarnl�d by City's own forces or others. G. To t1�e firllest e,r.te�zt pel��fritted by Laws crnd Regulatio�rs, Corit�•actar shall i�rdellr��ify and I�olc� lant•���less City,,i'017� CdiIL�Cl�C1lT�SfC1II CjCIl171S, costs, losses, Cli1fl C�CII1tCl�,'2.i �11?CIblC�li?g IlZll1101 llil�lteCl to rtll fees a�7d clrcrj°ges of engi�zee��s, architects, attorrrey,s, crr7rl otl�erprofessio,rals crrrd all cou�� a�• aj•brtj•atiarr ot• otl�er dis�crte ��esalactio�r costs) crj•isr'�ag oart Of Oi' 1'L'Illiillg t0 r� Hcrzcr�•doars Erzl�irarl�tierttal Cottditiorr cj�eated by Contrrrctot•or'���ClIIj�0i1Lf01'W�TOiYt C011i!"ClCt07�is �•espotasrble. LVOtIl1)1� IJt tI�1S PQ1'Clgl'Cl�JI1 4. OG.G S'I1[dII OIJTd�C1rC' COI?t1 CICIOl' f0 111CI21711i1J�� QIT j� lll(�1V1C�ilCII O1' G11 flfj� fl'OIiI ClI1C� C1�C117�S1 I�1B C011SG'C�11B7tC2S Of IITCIt IITCJIV1CIl1f7I �S Ol' �1?tli}� S()YVlI i?e��lge11CG. H. T11� p�•ovisions of Para�t•aphs 4.02, 4.03, aiid 4.Q4 do �1ot apply to a Hazardous Enviro��ment�l Condition imcovered oc �•evealed at tl�e Site. CITY OF FORT �V012TH Sanilary Se�ver Reh.sbilitation Contrac€ 91, Nart 2, CPN � t 957 and STANDARt]CO�STRUCTIO\' SPGCiFICA'i10\ DOCUMENTS WestcliifDrainagei�upro�eane�kts,Phasel,CPNpl669 CievissoE�: 8yL�/2021 00�2oo-i GENERA� CfltJDIiION S Page l6af63 ARTICLE 5-- BONDS AND INSURANCL 5.01 Licerrsed Strjeties clrtdl��sirt�e�•s 5.02 5.03 All bouds and ins�u•ance r•equu�ed by tl�e Conh•act Dociunents to be pt�rchased and n�aintained by Contractor shall be obtained fi-orn sut-ety or insurance companies that are dt�ly licensed o�• �uthorized ir� tlie State of Texas to issi�e bonds or inslu•ance polici�s for ti�e limits and coverages so rec�ui��ed. S�ich surety and insurance companies sf�a11 alsa meet such additia��al rec�ui�•emants and qualifications as may be provided in the ���pple�nentar•y Candi�io�ls. Pejfof�i�ta�tce, Pcryjtre�rt, crjlcl Mai�rtencrnc�e Br�irds A. Contractor sllall fiu•nisl� peria�-xna��ce and payment bonds, in accordanc� with Texas Government Cade Chapter 2253 or successor stari�te, each in ar� ama��nt equal to the Cantract P�-ice as secu�•ity for the faithful performance a�nd payment of all of Contractoc's abligatioi�s unde�• the Coi�tcact Doct��nents. B, Cont�-acto�� s��all furn�sh mainten�nce bonds in an aino�ant equal to the Contract P�•ice as security to protect the City against any defects in any portion nf the Wax�k desc�•ibed in the Contract Doc�riii�nts. Maintena��ce bonds sl�all rem�ui in effect for two (2) years aftex• tl�e date oi' Fu�al Accepta��c� by tile City. C. All bonc�s shall be ui the Form prescribed by tl�e Cot�txacf Documei�ts except as ptovided otl�erw�se by Laws or Regi�l�tions, and shall be executed by sE�ch sureties as a�•e named 'ul the list of "Ca�panies Holdirig Certif'icates of A��tharity as Acceptabte S�u�eties on Fede��al Bonds and as Acceptab[e Reinsut•ing Coinp�t�ies" as published in Ci�cul�r 570 (amended) by the Financia l Mai�agement Service, Slirety Ba�id Branch, U.S. De�art�nent of tile Treas�uy. A�l 6a��ds si��ed by an agent or artorney-in-fact ���ust be accon�panied by a�ealed a�1d dated powez• of attorney which shall show that it is effeetive an the date the agez�t o�� attori�ey-i�i�fact sig�led each bo��d. D. If tk�e s�i�•ety on any bond fiirni�l�ed by Contractor is decl��-ed banic�•upt ar becomes insalvent or its ri�,Tllk �Q C�O b115111�55 15 te�ininated I11 tlle St7t� O� T�XaS OI' if C�c�S�S t0 Cllee� �Ile leC]illI'eillef��5 O� Para�aph 5.02.C, Ca��t�-actor shaIl promptly notify City and shall, withi« 30 days afte�• the event givi�lg rise to sti�ci� noti�catio�i, provide a»other boiid a�id sttrety, botl� af wliich� shail coii�ply with tl�e rec���ireli�ei�ts nf Paragcaphs 5.01 and 5.02.C, Cej'Llf 1CC71G'S Of I!lSlll'Cli1CG Contractor shall deliver to City, witk� copies to each additional insuced �nd loss payee identified in t�-►e Suppiementary Conditio�ls, certit"icates of i�asu�•ance (other evidence of insuc�nce ��ec�uested by City o�• a«y otlier additional ins�tced) ui at least the mi���►��uR�i amount as s�ecified in tli� Supplet��enta�•y Conditions which Co��h•actor i� r�quu•ec� ro plir•chase ��d x�ia�tairi. l. The cez�ti�cate af ins��rance shall doe��ment tha City, and all identifed entities na�nec� in the Supplementa�y Canditions as "Additional Instired" on a111iability policies. C['1'Y O�' �'ORT WORTi� 1 S��eti(ury 5ewer Reh��bilitatio�� Con€ruct 9l, P��rt 2, CPN D1957 �nti STA,�TDARflCO\STRUCT[(3A SPf;C[F[CATI�N DOCU�v[ENTS WestclilfDr�tin��geImprove3nenls,Phasel,CPNUi6G9 Re�isic�n: 8�23f202t aa�zoa-� GEiVERAL CCIND[T[Ot1 S Page 17 of 63 2. The Contracror's ge�leral liability ins�irance shall include a, "per praject" a�• "per location", enciarsen�en�, which shall ba identified in the cectiiicake of instirance provided to the City. 3. The certificate shall be signed by an a�ent autharized to bind coverage on behalf of tlie insure d, be complete in its entirety, and show coznpiete insu�-ance carrier narri�s as listed in the ciu•rent A.M. Best Property & Cas�talry Guide 4. The ul�t�cers for all policies rz�ust be licevsed anci/or approved to do business in the State of Texas. Except for workers' compensation, all insi��•ers m��st have a muiunum rating of A-: VII in the cu�•rent A. M. Best Key Rating G�ide ar have j•easonably equivalent �nancial shength �nd solvency to the sata.�f�ction of Risk Management. If the �ating is below that req�iu•ed, written approval of City is required. 5. All applicabie polieies shall ir�clude a Waiver of SuUragation (Riglits of Recovezy) in favor of the Ciry. In addition, the Contractor agrees to waive all rights of sub�•ogation against the En�inee�• (if appficab�e}, and each additional insured identified in the Su�plementary Conditions h. Faillu'e of the City to de�nand st�ch certif�icates ar atk�e�� evidence oi full cotnpliance with the insurance req��irem�nts or faihu•e of t�e City ta identiiy a deficiency from evidence tl�at is pi•ovidec� shall not b� construed as a waiver of Cont�-actor's obligatian to maintain s�ic�� lin�s of insurance coverage. 7. If in�urance policies ar•e not wz•itien for specif'ied cnverage limirs, an Umbrelia or Excess Liability insurance for any diffez•er�ces i.s z�eq�u•ed. Excess Liability shall follaw forni of the pri�i�ary co�erage. 8. Unless other•wise stated, all reqt�ued insi.u•ance shall be writte�� on the "occt�rrence basis". If coverage is underavritten on a c�ai�ns-made basis, the retroactive clate shall be coincident with or prior to the date of the effective date af the a�eement and the ce�•ti�icate of insurance shall state that the coverage i� clai�ns-made and the retroactive date. The insl�-ance coverage shall be �naintained For the d�rration of the Contract and for thz•ee (3) years follo�ving Final Acceptance provided under the Conh•act Documents or for the �varrantype�'iod, whichever �s ionge��. An ann�al certificate of insucanee st��rni�ted to the City shall c�idence such insurance cove�'age. 9. Poficies sl�al( have no exclusi���s by endo�-sements, which, neither rnillify o� ainend, the requu•ed lines of coverage, nor dec�-ease the liinits of said covera�e ��nless such endorsements are ap�aroved in �vriti�lg by the City. In the eve�lt a Cont�•act has beei� bid or executed and tlie �xelusiot�s a�•e deter���neci to 6e i�nacceptable pr the City desires additior�al 'u�sivai�ce coverage, and tl�a Ciry desiees tl�e conh•acior/engineer to obtain such cave�•age, tl�e conta-act p�-ice skaall be adjusted by khe eost af the premitE�n for such additionai coverage pius 10%. 10. Any setf ins�ired r�t�ntion (SIR), in exc�ss of $25,000.00, aFfecting required instuanc� cove�•age shall be approved by the City in regaz•ds to asse# value and stackhalders' equity. In CITY OF FORT 1VORTH S�nitary Sewer Rel�;ibilitatio�� Contr.Ect 91, Part 2, CPN 01957 and �TA�l17ARDCd\STRUCT[6\ SPF.CI�ECATION DOCUMEt�'T5 1Vestcliff Drninagc improveEne�3ts, I'i3ase f, CPi�I Q1G69 Itevisioc�: S�I_3/2021 007200-I GENEf2ALCONDI710NS Page IFinf63 �I�ll Of il"dC31i1p12a� 1T]SU1'al1Ce, ��fel'�at1V� COVePage II3a111ka3t1eCI thl'OLi��1 111SLiT'�C1C� �lOpiS QC 1'fSIC �•etention groilps, must also be appro�ed by City. 11. Any deductible in excess of $S,aoo.aa, for any policy tlaat does not provide coverage on � fi�st-doiiar basis, must be acceptabl� to and approved by the City. 12. City, at its sole c�isc��etion, �•esecves the right to review tlle ins«cance req�irements ax�d to make reasonable adjti�stnnents to insuranc� coverage's and therr limits when cleemed necessary and pri�dent by the City basec� �ipon changes in statuto�y law, eo��rt decision or t(�e clainns history of tlle indusriy �s well as a� the conh•acting party to the City. Tt�e City shall be reqi�i�ed to provide prior notice of 90 �ays, and the ir�su►•ance adjustments shal[ be incorporated 'uito the Work by Change Ord�r. 13. City shall be entitZed, tiipon writte�� cec�uest and without expe�ise, ta �•eceive ec�pies of policies a��d endo►•sements thereto and may rnake any reasnnable requests for deletion or revisian or inodi�cations of pactici�lar poiicy terms, condit�ons, li�nitatio��s, o�- excf��sions nccessary to confo�-� the policy and endorsemeuts to the rec�t�ire�nents af the Coni�-act. Deletians, cev�sions, ar rnodifcations sk�al( not be �•enLiued where policy ��•avisions are establislied by la�v a�� regulations �1tiC�lll�; L1�7QX1 �IC�121' (731'� OT' tll� llri{I�I"WI'li�l' Ori 3i1�J SLtC�1 (30IICf�S, 14. City sha11 uot be responsible for tl�e d'u•ect �ay�nnent of inst��•ance premiu�ii costs For Contcactar's instirance. 5.04 Co►rtracto�•'s Ltsrr��rtrrce A. Worlce�:r C�»11per�satiotr arid Eni�lo��els' Liabiliry. Cantt�actor shall p�u•chase and maintain strch instu�ance caverage witii limits cansistent witE� statutory benefits o��tlined in the Texas Workers' Co���pensation Act (Texas Labor Code, Ch. 406, as atllended), a�id mini�i�u��� ]i�i}its for Employers' Liability �s is appi•opriate for the Work being perfoemed and as will pravide p�'otection fi•orn ciai�ns set forth below which nnay a�•ise ot�t of or result fro�n Contractoi's performance oi tl�e Wa�-k and Contractor's othe�� obli�ations under tl�e Contract Dacti�inents, whether it i� ro be perfarz��ed by Contractor, any Su�co��t�acto�' or S�ipp��er, oz• by a��yone directIy or uldirectly e�7��loyec� by any of tliem to ��erfor�i� any of the Work, or by anyone �a�• w���se acts ai�y of tl�em i��ay be liabl�: l. claims ti�nder workers' compensation, disability ban�fits, and otl�er simiiat e�np�oyee benefit acts; 2. clauns for dama�es beeaus� of bndily injt�ry, acc��p�tional sickness ar dise�se, or death of Contractor's ei�Iplayees. B. Conrnlerci�rl Genercrl Liahility. Cove��age silall include but not be limit�ci to covering lEabil�ty (6odi(y inj��ty ar p�-operty damage) a�•ising fro�1�: pr�mises/operatioi�s, inc��p�ildent contractox-s, prod��cts/completed nperatin�ls, personal ix�ju�-y, and liabiliry under an itist��•ed conri•act Insur•ance shall be provided on an occtu•r�nce basi�, and as cannpx•el�ensive as the current Ins��cance S�rvic�s Office {ISO) policy. This insu�•ance shall apply as p�•i�-�a�•y insucance with respect ta any other CITY OF FORT WOiZTEi Sanif,�ry Sewer l'�cl�abilit�Etivn Contracl9E, Part 2, CPN 01957 and STANIaARDCOtiSTRUCTfON SPECIF'fCAT10\' bC3CUMENTS �VestclifFDrainagelmprovemcnts,Phase i,CPN0iG69 Revis'son: 823/2023 00720D-1 GEl�EERAL CONDITION S Page [9af63 insiirance o�- self-ir�s��rance pro�ams afforded to the City. The Commerc�al Generai Liability policy, shall have no exchisions by endorsemeuts that wouEd alter of nullify pre�nises/operations, products/completed operations, contractual, persanal inj��ry, or advertisir�g injtxry, which are normally cantained with the pofiey, �inless the City app�'nves sueh exclusions in writing. �'or const�uction p�•ojects that present a si�bstantial coi�i�leted opera�ion �xpasu�•e, the City a��ay �•equi��e the cantracror to maintain completed operations covecage for a minimt�tn of no less khan thcee (3) years following the completian af tl�� pi•oject (if identifed in the Supplementary Conditioras). C. Acstomobile Liabilit��. A cammercial business a�tto policy shall provide coverage on "any autd', def�ed as aukos own�d, hired a��d non-owued and provide indenuiity �or cl�uns for damages because bodily injury or death of any persan and or p�•opecty damage a�'ising out of the wo��k, maultenance o�• i�se af any motor vehicle by the Cnntractor, any Subco��tz�actor or Stipplier, or by anyone di�ectly a�- ind'u'ectly e�nployed by any of them to perform any of the Work, or by anyone for whos� acks any oi tl�etn may be liable. D. Raili•n�rcl Pf•oteetive Licrbility. If any af the work or ai�y wa�•�•anty wark is within the 1i�nits af rail�-oad right-of-way, the Contractor shall eotnply with the requirements identi�ed in the S��pplementary Conditions. E. Notrficc�tioi� ofPolicy Cc�irceTlatiojr: Conh•actor shal� iminediat�ly notify City upon cancellation or bth�r loss of insivance caverage. Cont�•actor shalf stap work tintil i�epi�cement ins�uance has been procured. Th�re shall be na ti�ne credit for days ►�ot worked pwsuant to th�s sectian, S.OS Acceptcr�rtce ofBon�ls a��cllftsurmtce; Optio�� to Replace If Ciry has a�.y objection to the covez-age afford�d by o�• other pro�isions nf th� bands or insl��-ance requi�ed ta be pui•chased �nd maintained by the Conh•actor in accard�nce with A�•ticle 5 on the basis of non-confoz�inance with the Contract Doc��ments, the City shall sa notify the Conh•actor in wri�ing �vit�r� 1Q Business Days afterreceipt af th� certi�cates {c�r other evidence rec�uested). Contractor shall pro�ide to tl�e City such additional in%rination �i respect o� uisiu'ance provided as tl�e City �nay reasonably request. If Contracto�• does not pur•chase or maintain all of the bonds and insu�-ance rec�uu•ed by tl�e Cont�•act Documents, th� City shall notify the Conh•actor �ti w�•iNng of st�ch failti�-e prior ro the sta�-t oi the Work, or of sueh failuz-e tn maintain prior to any change in the requu•ed cove�-age. ART�CLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Stcper•visio�r cr�z�l,Scrpej�i�itejt�le�tce A. Contractor shall s�perv�se, inspect, and du•ect the '4Vark competentiy a�id efficientiy, devoting such attention thereto and applying such skills and expe�•tise as may be necessary ta perform the Wnrk in accordance with the Contract Doc��ments. Contractor shall be solely responsible for the means, methods, tecl�nic�ues, sec��iences, 7IlCI ]ll'OC�C�Lli'BS Of COiiStl'UCf1011. Cl'i'Y OF FbR'f' lVORTH S��nit:Ery Sewer Itehabilit�Etion Coniract 91, Pari 2, CPI�f 01957 and STAi�TI�ARDCOvSTRUCTIO\ SPiCIFICATIO� DOCUMF;NTS �yestcliffDrainagelmprovemenfs,Phasel,CPN01659 Revision: R�Li2021 � ao rz ao - i ��tv��� car�oiTioN s r��� zo 0€6� 6.02 6.03 B. At all times di�ring the pz�ogz•�ss of the Work, Cantz-acto�• sl�all as�ign a competent, English- speaking, Su�erintendent wha s13a11 not be repIaced without written natice to Ciry. The Supez•intendent will b� Conh�actoz•'s r�p�•esentativ� at tlxe Site and shall iiave autl�ox•ity to act on beh�lf of Contractor. Al� co��xnunication given ro or received from the Superi�-�ter�dent siiall be binding nn Contractor. C. Contractor shall noiify the City 24 hoi�rs p�•ior to ►noving areas ci��ru�g the sec�uence of construetinn. Labor; Wor•lzirrg Hotrr s A. Contr�ctor shall provide competent, sl�itably qualifiad perso►u�el to perform c�ilstiuctian as ceqtiu•ed by the Conh�act Documents. Contracto�� shall at all tunes rnaintain �;ood c�iscipline and order at tlle Site. B. Except as atlierwise �•eqliired for the safety or protection of persons nr k�ze Woc�C or property at the Site or adjac�nt thereta, anci except as otherwise slated in the Cont��act Docunnents, atl Woi•k at tl�e Site shall �e p��•forined ct�icing Regular Workin� Hou�•s. Contractor will nc�t per•�r�it tlie pez��o�•mance of Work beyond Regt�lac Workin� Hours a�• for Weekend Wot•king Hot�t•s witliout City's wx-itten consent (which will r�ot be �itu•easonably witlil�eld}, Written reqt�est {by letter or electronic can��nt�nication) to perfo�-n� Wark: l. fo�� beyond Re�i�lar Working Ho�rrs r•ec��iest mt�st be made by nnnn at Ieast two (2) Brisiness Days p��ior 2. for Weekend Workin� H�urs request inust be mad� by noan of the p��eceding Tl�tu-sc�ay 3. for le�al holidays z•eq�i�st must bc� n�ade by noon two Bi�siness Days �3110I' �O the t�gal Iioliday. Se�vices, Mate�•ials, Cll?C% EC�(l1i�J111G'i1l A. Unless otha��wi�e specified ir► the Contcact Docuraents, Contractor shall provide and assume fiill responsibility for alI services, n�ate�•iais� �C�Li1�1T1�IlY� labo�•, t�•ansport�tion, construcfion equip�nent and macl�inery, tools, appl�ances, fi�el, power, light, he�t, te��phone, water, sanita�•y facilities, t�tl�poraiy facilities, aiicl all otl�er facilities and incideittals ��ecessary foi• t11e pe�-foa�x��ance, Cot�tractoz- �•equu•ed testin�, start-�i��, and completion of'th� Work, B. All tr�aterials anc� eq�iipn�ent incorporat�d into the Wo�•k sliall be as specified o�•, if not speci�ied, sha11 be of good c��ialiry and new, except as otherwise pa•ovided in th�; Coutraci Doc�iments. All special w�i��anties and �iarantees �•equu•ed i�y the S�ecifications shaIl ex�ressly run to ihe bene�t of Ciry. if rec�ttu•ed by Ciry, Cantz•actor shall firr�11 satis�'actor•y evidence (includin� �•epc�rts of requu•ed tests) as to the so��rce, kind, and quality af ���aterials and equipn�ent. Cl"I'Y Q£ FOItT �VOE2'I"11 Sanitlry Se�ver Rehabili€alion Conte,tct 91, Yart 2, CPN 01957 and STAi�IDARDCO\STRUCTIDN 5P8CIFICAT[dY i70CUME[VTS WestcliffBrtjinage Impro�ements, Phase 1, CPN (itGG9 Revision: 82�/2021 (10720fl-1 GEiVERAL CONDITfON S Page 21 of 63 6.04 . !� C. All materia�s and equipment ta be i�icoi-porated i�lto the Work shall be stored, applied, installed, connected, e�'ected, protected, used, cleaned, and condiNoned in accordance with inst�-uctions of the applicable Supplie�•, exeept as ath��tivise may be p��avided in the Cor�tract Dacuinents. D. All items of standard ec�t�ipment to be i�.co�-po��ated it�ro tihe Wo�•k shall be the latest �n�d�l at the tun� of b�d, tinless otherwise speei�ed. P��ojectSclaed�rle A. Contracto�• shall adhere to th� Project Scheduie esta6li�l�ed in accordance with Paragraph 2.07 and the General Requi�ements as ii may be �djusted from ti►�n:e to time as provided beiow. 1. Contractar sliall submit to City for acceptance (ta the extent ir�dicated in Para�apl� 2.�7 and the General Requirements) proposed adj�st�exits in the Project Schedul� that will nat result in changing the Contraci Tin�e. S�ch adjusta�ents will comply with any p�•ovi�ions of the General Requiceinents applicable theceto. 2. Cnntracto�� shall submit to City a znan�hly Project Schedule with a inontl�ly prag►•ess payment for th� duration of the Contract in accardance with the schedule specification Ol 32 I6. 3. Proposed adjustznents in t��e Project Scl�edule that wiil change tile Contract Time shall be submitted in accordance with thc requirements of Article 12. Adjusti��ents in Conh•aet Tune may oniy be �nade by a Change O�•der. Strbstitartes altd "Or•-Eqirals" A. Wheneve�• an item of n�ater�al ar equi��nent �s spec�ed o�• desc�•ibed in the Cantract Dc�cuments by usirig the name of a proprie�ary itezn ar the name of a particular Suppliez•, the specification o�� desci•iption is intended to csta�lis� �he type, function, appearance, and quality reguired. Unless tlie speci�cation or description contains ar is fo�lowecl by words reading that no like, ec�uivalent, or "or-eqlaal" itetn or no s��bstitlition is pern�itted, othe�• items oi material o�' ec�uipment of other Suppl�ers �ay be su��rutted to City for re�i�w under the cu•cums�ances described below. 1. "Or-Eqaral"Ite�rr.s�: Ii iri City's sole disc�•etion an iterr� of material or equipment proposed by Contcaetor is functionally equal to thai named and sufficiently sinlilae so that ��a change ir� related Woz�k will be r�qui�•ed, it may be conside�-ed by City as an "or-equal" it����, in which casereview and approval of the praposed item may, in Ciry's sole discretion, be aecon�pl�shed without complia��ce �vith some or all of ti�e requirements for approval of proposed substit��te iterr�s. �ar the purposes of this Para�•aph 6.OS.A. I, a pi•oposed item of �naterial or eqLiip�nent will be cansidered Fiinctionally equa! to as� item so named �f: a, the City determines that: 1) it is at least equal in materials of const���ction, q��a�ity, diirability, app�a�-ance, sh�engtlz, and design characteristics; CITY OF FQ[t7' NORTH Sa€�itucy Se�ver Reh��bifitation Contcict 91, Pairt 2, CYl\' �1957 and STANL]ARDC0�5TRUCT[0� SPECIFICAT[0\ DOCUME1�sTS WestcliffBrainage Improvcments, l'h�se 1, CPN 01669 Revissan: 823�2D21 oa �z oa - i GEiVERAL CONgI710N 5 Page 22 of 63 2) it will celiably perform at least eqkaa[iy well the fi�netion and acl�ieve the resl�lts imposed by the desi�� concept ofthe campleted P�•oj�etas a fiinctioning whole; and 3) it l�as a proven recaz-d of performance and availability of responsive s�i•vice; and b. Co��tractor certiiies tlzat, if ap��•oved and i��co�-pox•ated 'uito tiie Work: 1) there wilI be no i�lcrease ui cost to the City o�• uierease in Contract Tune; and 2) it will confor«i subskantially to th� detailed reqt�ireinents oi tl�e ite��� named in the Cont�act Doc���ne��ts. 2. Strbstittrte Iterns: a. If in City's sole disc�-etion an itein of material or equipn�ent pz-aposed by Cant�•actar does not c��ialify as an "a�--equal" it�.m under P�ra�•apl� b.OS.A.I, it may be subinitted as a p�•aposed s�ibstitute item, b. Co��tractor shail s�ibmit suf#icient i�lfor���ation as p�•avicied b��ow to allow City ta deter�i�ir�e iF the ite��� of �naterial or eqi�ipment prnp�sed is esse��tiaily equivaie�it ro that n�imed and an acceptable substihite therefo�•. Requests for review of proposed 5Li�3Silllli� ite�r�s of material o�- equipment w�l not be aecepted by City frain anyone othec tiian Cant�•actor. c. Contractor shall n�ak� writtefl applicatio�� to City for review of a prbposed si�bstittite item of material or ec���ipi�7�nt that Contracto�• seeks to fiir�iish oi• ti�se. The application shali co���ply with Section Of 25 00 a►1d: l) shall certify that the p�•oposed substih�te item wi[i; �) perforin adeqtiately the functions and achieve the results called for by tlie �ene�•al design; b) bc si�nilar in s��bstance to tl�at specified; c) be suited to the same ��se as t�iat speci�ed; and 2) vvill state: a} tlie extent, if a�-►y, to which tlle use a� the proposed substit�rte item will p�•ej��dice Contractor's achievement of �'inal completion on time; b} whethe�� �ys� nf tlle pro�osed st�bstitute item in tl�e Work will req��i�•e a cha�ige in any of tlie Co�itract Docl��nents (o�• in the provisio��s of any otl�er di�•ect cant�•act with City For other work oi1 tl�e Pz-oject) to ad�pt the cEesign ro tl�e p�-oposed substihite item; Ci'F'Y Q�' FORT WORTEI 3isnitar �ewer Reh:ihili€atio�� Contr:�ct 9l, P.�rt 2, CPN O1957 :i�id STA,IDARDCOVS"CRUCT[0\ SPEC[P[CATION DOCUMENTS Y �yestcliffRrainageImprovenienls,Phasel,CPN016G9 Revision: 82i2Q21 oo��aa-� G�N�i�AE. CONDi7l03� S Pngc 23 nf fi3 c) wheth��� it�corporation or use of th� proposed substihite item in connection with the Work is subject to payment of any iicense fee or �•oyalty; and 3} will identify: a) all �ariations of the proposed substitute itea�n fi-am t�►at specified; b) a�ailable engineering, sa�es, �nainkenance, repair, and replace�r►ent se��vices; and 4) shaii cantain an itetnized estitnate of all costs o�• credits that will result d'u•ectly or uic�uectly from i�se of s��cl� s�ibstih�te item, including costs of i�edesign and Dama� C�uns nf oth��• con�•actors affect�d by any resulting change. B. Scrbstitcrte Cojrstrcrctior�Methvrl.s or•P��oceclar�•es: If a speciiie means, inethod, technique, sec�uenee, or procedure of constr�iction is expressly reqt�ired by the Co��tract Doci����e��ts, Cont�-actor ��lay fi�rnish or utiliz� a substitute means, method, technic�ue, s�q�tence, or procedure of co��st�-uctia�� approved 6y City. Cor►tracto�• shail submit sufficient information to a11o�v City, in Cily's sale di�cretian, ro determine that the st�bstiitute proposed is eqtiivalent to khat expressly called fo�- by the Contract Documents. Canhactor shall n�ake written application to City for re�iew in t�e sa�ne manne�• as those provided in Para�•aph 6.OS.A.2. C. Cit��'s E�Jcrlircrtiol�: City will be alloweci a�•easor�able ti�ne within which ta eval�zate eaeh proposal o�• submittal made put-s��ant to Paz-a�-aphs 6.05.A and b.pS.B. City may requi�•e Contractor to fu�-nish additional data about the p�•oposed substitute. City will be t11e sole judge of acceptability. Na "or-equal" or substitute will be oa-dered, installed or utilized iu�til City's review is complete, which wiil be evidene�d by a Change Ordea� in the case af a substihite and an acc�pt�d Subnutta 1 for an "or-equal." City will ac�vise Contractor in writing of its deter���ination. D. Specirrl Garai�crjrtee: City may i•�c�uu•e Contractor to furnish at Conh•actor's expense a special pe�•fa�•��aance guarantee, war�•anty, or other surety with respect to any substitute. Cojrtl•rrctar�.rlrall i�zderrrr�lrfy atid holc�laar�raless Crn� arrrl a���yorle clrr•eetlyo�� i�zdirectly eitrployed by tlrerlifi•olir crrad agcrr��st �rr1y a�rd all cl�ri��ts, clanrnges, Iosses cr�id expe�rses (i�tclar�lilrg attoj•�reys fee.$) at�isittg otrt of tlre zrse af strbstilarted matef•ials r�r• eqtri�rireJ�t. E. City's CoslReitr�bir�•serlrertt: City will record City's costs in evaluating a s��bstitute proposed or submitt�d by Contt•actor pursuant to Para�aphs 6.OS.A.2 and 6.OS.B, Wl�etl�er or nat City approves a substitute so propased o�- sttbmitted by Contractar, Contractnr may b� r�quired to reitnbtt�•se City for evahiating each s�lch p�aposed substitute. Cont�•actor may alsn be r�qui���d to i•ein3btu•se Ciry for the ci�arges foz� znakiz�g ehanges ui the Contract Doeun�ents (or in the provisions of any otl�er d'u•�ct cont�•aet witl� Ciry) res��lting fi-om t��e acceptance of eacl� proposecl substi�.ite. �. Co�rtractor's Expense: Contcacror s�ail pro�lide all data in support af any propas�d substitute or "o�•-equai" at Contractor's expense. CITY OF rORT WORTH Sanitary Scwcr EZcEiaUilitatiai� Co�tract 9 L, Part 2, CPN 01957 :md S`I'A�i[]ATLDCO\9TRUCT[4N SPIiCIF ICAT[QY DOCUMEt�'TS Westcliff �rainage Improve€nenis, Phase l, CPN U1669 Elevisio»: 8?_3/1021 007200-1 G�NERA�CONDITIONS P1�e 24 of 63 «II� G. Cr't}� Sar6stit.ciie Reir�ibc�r•serare�rt: Costs {savings nt• cha�•ges) att�•ibutable to accepta�ce of a st�bstit��fe shall be incorporated to the Cotltract by Change Ordec. H. T1111G E,l'fG11SlCJ1?�i: NO c�CICIItIOI�aI CllTlf: W1I1 b� �Iall�eC� �OY 511�75t3�llfZOriS. Concerfri�tg Sr.11�coirtrncto�s, Sirpplie�•s, ci�2d Ot17ej•s A. Cont��acto�• shall perform witli liis ow�i organization, wock of a val��e t�dt less tilan 35% of tl�e val�Ee embraced on the Contract, uj-�less otherwise appraved by til� City. B. Cnntract�r shall not er�ploy any Sl�bcont��acto��, Si�pplier, or other uidi�icival or entity, whether initiaily or as a rc;pl�cement, against whajn City �nay h�ve �•easonable objection. Cont�•actor shall not be requu•ed to e�r�ploy any Subcontractor, Sl�p�liez•, o�• otl�e�� individual or entity to fiirnish or perfor�n any of the Work agaulst whot�l Contractar I�as reasonable o6jectian (excluding tliose aeceptable to City as i�ldicated ul Pa�•agraph 6.06.C). C. The City may fi•om tune to time rec�uue the t�se of certain Siibcontractor•s, Suppliers, ar otlier individ��als or entiti�s on the projeet, and will p�•o�ide 5LlCh l'eC�ll1I'�ITl�rifS in the Supplementary Conditions. D. Mi�1aa•rty Barsijtess E�rtej�l•ise Co���liairce: It is City policy ta enslu�e t��e fi�ll anc� equitabl� participation by Minority Business Enterpcis�s (MBE) ui the pracure�nent of goods a��d services on a contrach�al 6asis. If the Canti•act Doc��mants provide for a MBE goal, Cantractor is ►�ec�ui��ed to connply with tl�e ii�tent of the City's MI3E O�•di�iance (as am�nded) by the %llowing: 1. Cot1t�'actor sl��tll, upo�i request Y�y City, pz-ovide ca���plete and aecu�•ate u-ifor�n�tion re�ardin� acYual worlc perforined by a MBE on fi1�e Canh-�ct a�d pay�nent therefor. 2. Cor�t�•acto�• will not ��lake additions, deletions, or substitutions of accepted MBE witho��t �vritten co��sent of tl�e City. Any t�njustified cl��nge or de�etian sltail bc a�i�aterial breacli af Cont�-act a��d rnay �-esult in deba�•inent in acco�•dance with the �rocecf�ices oi�tlir�ed in t��e Ordin��ice. 3. Contractor shall, �ipon cequest by City, allow an a��dit andlor exainination af any books, z•ecoa•ds, a�• f�les in the possessio�l of thc Co��tractor that will s��bstai�tiate the actual work perfarined by a�1 MBE. Mate��ial ����sz•epresentatioi� of auy nah�i•e will be groui�c�s for t�rinuiatio�l of the Coiltract in accordai�ce witf� Pa�-a�-a�1� 15.02.A. A�y such misrepresentaiion n�ay b� �►•ou►�ds for disqualificatian af Co��t►'actoi• to bid oz� fiihi�•e contracts with tlie City For a period of not less tha� tlu•ee years. E. Contractor shall be fiilly responsible to Ciry for afl acts and o�nissions of the SUI7Cpllil'c�GtQl'S, Suppliers, ax�d otl�er i�lclividuals or entities performing or fiiri�isl�ing any nf th� Work j�ist as Contractor is responsible faz• Contractor's own acts and o���issions. Nothing ii� t�t� Conh•act Dnc�aments; C1TY OF FORT WbFtTi1 Sanitur Sewer Reh��bilitatio�z Contracc 9[, Pt�tt 2, CPN 01957 and ST��i�AI�DCP\STRIJ('TION SPFCIFICAT[0\ DdCUMEI�FTS Y�Vestclil'1'Drain.��;elmprove3nents,Phase I,CPNU166� Revision: 8'L3/2021 00 �z oo - i GE�[ERAL CONp IT 14N S Pagc 25 of G3 b.07 l. shall c�-eate foz• the benefit of any such Subcontractor, Suppliei-, or otiier individual or entity any contrachaal relationship between City and any s��ch ��ibcontractor, Supplier or othei- indi�id�za 1 or entity; nor 2. shall cz•eate any oblig�tion on tl�e part nf City to pay or to see to the payment of any moneys c�ue any such Subcantractar, Suppli�r, or other individual ar entity except as may othez-wise be z-eq�iired by Laws and Regt�latio��s. �'. Cantractar sh�ll be solely respansible %�• sched�iing �nd coocciij�ating the Worl� of Subcantracrors, Supplie�•s, and other individua ]s or entities performing or fiu•nishing any oi tk�e Wo�k under a d'u•ect o�� indu-ect conn•act with Cnnt�•actor. G. All Subcontractors, Suppliers, and such other individuals or entities perfonning or fu�•nishing any of the Work sliall communicate with City through Canh•actar. H. All Work performed for Contractor by a Subcontractor• or Supplier �vi11 be p��rs��ant to an appropriate agreetnent betw�en Contracto�' and the Si�bcantracror or S�ippfie�• which speciiieally binds the Subcontractor or SL►pplie�• to tl�e applicable terrr� and cot�ditions af the Contract Documents for the beneiit of City. Wage Rates A. Dc� .ry to pa}� Pr�evc�rlirag YYage Rates. The Contractor shail comply witl� alI reqtiveme�its of Chaptet' 2258, Texas Govern�nent Code (as amend�d}, including the payment af ttat less than the raies determin�d by the City Ca�ncil of the City of �`ort Wo�-tl� to be the prevailir�g wage rates in accardance with Chapter 2258. Such prevaili�g wage rates a�e included in these Cont��act Docu�nents. B. PeJ�alty for Vr'olatiolr. A Cont��acta�� o�� auy Subcontractor r�vho does not ��ay the p�•evaiiuig wage shall, upon deinand jnade by the City, pay to t�e City $60 for each worker employed for each calendar day or part of the day that the worker is paid less ihan the prevailing wage rat�s stiptiilated in these contract docurnents. Thi� penalty sllall be retained by the City to offset its adrr�i��istrative costs, pursuant ta Texas Gave�'nment Cod� 2258.023. C. COI)1�JICll71iS Of V10ICIl[Oi1S Cli1CI Cl�� Dete1°rrti�tatiorr of Goo�l Caarse. �n ��eeeipt of u�arination, inc�uding a complaint 6y a worker, concerning an alleged violation af 2258,�23, Texas Government Code, by a Contracto�• or Subconta•acto�-, the City shali make an itutial detezminatian, befbre the 31st day afte�•the date the City �-eceives tlie in%rmation, as tn whefher good cause exists to believe that tlie violation occi��•�•ed. The Ciry shall notify in writing the Cont�•actor ar Subcontractor and any affected wo�-ker of its initiai detein�ination. Upon tha City's determination that there is good cause to believe the Cantractor o�• Subcontractor has violated Chaptcr 2258, the City shall �•etain tl�e fi�ll aino��nts cl�ir�led by the cl�i�nant or clai�z�anfs as tlie diffei•ence betweenwa�es paid a��d wages di�e under the prevailin� wage rates, such amottnts being subtracted fi•o�n successive pro�-ess payments pending a finai d�t��•mination of the violation. C[TY O�' FOk2T 1VORTH Sanit:iry 5e�ver Kehabilitatioi� Coutract 91, Yart 2, CPN 01957 t�nd STA�IDARDCO\STRUCTIO! 3PECIFICATI6\` D�CUNIEi�'I'S �yestcliffBrainage ImprovernenEs, Phasc [, CPN Oi669 itevisioct: R23/2021 ao �z oo - � CENERAL CONDITIDN S P1ge 2G of G3 �1: D. Arbr't1��rti��rr Rec�crired if Vrolatioji Not Resoh�ed. An issue relatir�g to az� alleged violation of Section 2258.023, Texas Governm�nt Code, icich�dit�g a pei�alry owed ta the City o�- a� affect�d workec, silall be sub�nitted to �indin� a��bitration in accoi•dance with the Texas General Azbit��ation Act (Article 224 et sea., Revised Sta�«tes) if' the Cnntractor or Subcontractar and any affected worker does not resalv� the issue by a�•eement before the i5th day after t��e date the City makes its initia l detez-n�i��atio�� purst�ant ta Para�aph C above. If the persons �•equired to arbit�•ate under this section da nat ag�•ee on an arbiti•ator before the 1 I th day after the date that a�•bit�atian i� req�iired, a dist�-ict cau�•t shall appoint an a�•bitrato�• on the petition af any of the persons. The City �s not a p�a•ty i� the ax•biri•ation. Tl�e decision and award of the arbitrator is fina( and binding on al� pa�•ties an� tnay be en%rced in any couu�t of competent juri�diction. E. Reco��ds to be Nlai�itaijzed. Tlie Contractar at�cl each St�bcon��•aeta�• shall, for a periad of three (3) years fol[owing the date of acceptance of tile wnrk, maintain records that sk�ow (i) thc name aud occupation of each work�c employed by the Cnntracto�• in the consh-uction of the Wark provide d for �n tl� Contract; and (ii) the actual per diem wa�es paid to each wa�-kez-. Tk�e zecords shall b� open at all ceasonabl� hours for inspection by the City. The pr•ovi�inns of Para�'aph 6.23, Ri�ht to Aitdit, shall pertain to this inspection. �'. P��og�•ess Pcry�rte�tts. With eacl� p�og,�-ess paymet�t or• payroli period, whicheve�• is less, the Coutracto�• sf�all siibn�it an af�davit atatit�� tk�at the Contractor lias compl�ed witl� the reqiii�•ements of Ctiapte�• 2258, Texas Gnverrunent Code, G. Posting of Y��rge Rcrtes. The Conh�actor sliall post p�•evailing wage t•ates in a conspici�ati�s place at all times. FI. Scrbco►rtractoj• Co�r�plicr�ace. Th� Coi��tacto�• s�all inc�G�de in its s�ibcontracts and/or shall othe�•wise rec�uire all o� its St�bcontractors to coinply with Parag�•aphs A thraugh G above. PaterrtFees crfrd Ro;�r{Ities A. Contractor shall pay all lic�nse fe�s and �•oyalties and assuir►e ali costs incident to the t�se in the perforn�atice of the Wark or the i�icor�oration �n tl�e Work nf any it�veution, design, ��a•ocess, procE�ict, o�• device whicli �s the subject of pate�it ri�;hts or copyeights hcld by athers. If a particti�laz ir��entian, design, pz•acess,px•oduct, or device �s specified in tha Contract Doc��►nents fnr t�se in t��e periarinance of the Work az�d if, to th� actual ki�owtedge of City, its use is s�ibject to patet�t rigilts or copyrights ca�ing for the payrr�ent of any license fe� or royalty to otliers, the existenca oF s�ich cights shall be di�closed by City in the Cont►acC Doct�ments. Fail�u•e af tne City to disclose such inforination daes not celiev� the Cont�•actar fi•om its abligatians to pay fo�• t��e use of said fees or �•oyaities to ott�ers. B. To t{te firllest exterrt pe�•�rlittecl by Lcrws �r�1cl Regarlcctions, Co�ri�•acto�� sltall irider�rr�ify cr�arl Itolrl liarntless City, fi�rint rt�td rigai�tst rtll claiilrs, costs, losses, a�rcl d«ilrc�g�s (iltcltrclr�ig htrt rrot li�rritecl to all f ees a�rd chatges of ej�girr�eeis, ar�cl�itect.s, �lttvt•j�rey,s, aiad otlter pt•ofessio��rrls frracl ta�ll cr�tui Ol' fdf'I7111'ClllDi? Oi' Otl7ei' C�1S17LltB 1'BSOILll101� CDSiS� C11'lS1i1� (Jblt (?f OI' 1'2�Qtlllg l0 CII?)t illf!'!)1�rG'1}dG'11t (f pc�te�tt ��ights o�� capyr'igltts irtciderrt to tlre 1►se i�l tlte pet forj�rcrrtce of �tfte Wor�Ic or �•esulti�rgft•ont CITY Of FORT Wb€tTH S;iniiar Sewer Rehabilit�tioj� Contract 9l, Part 2, CPN 01957 and STAI�lDARDCO\STRUCTIO\ 5PE€;IFIf,ATION t70CUMENTS y WestcliffDrainsigeli��proven�ents,�hasel,CPNU1669 RevisioEt: 8'L�/2021 oa�zoo-� GEN�RAI. C(3N[}ITION S P�ge 27 of b3 1�12 ll?GOl jJOi'C7i1011 %i? 1I1� Y�JQl'I4 Of CIYJy 111VBitll071, C�2S1�11, p1'OCC'SS, �31'OC�ilCf, o�� de��ice not specifie�f Ii1 l�l E C()ll ti'ClGt DUCi111J81T 1S. 6.a9 P�1�,f2�r,� �r,��r Utlrrr,es A. Co��t�•rcctnr ahtcrinec! pe�•rraits arr�l lice�rses. Contx�acto�- shall obtain and pay for all constrt�ction pet•mits and iicenses except thase provided for in the Supplementa�y Conditions or Contract Doccrments. City shall assist Contractor, when necessary, in ol�taining such pe�'mits and licenses. Contracto�• shall pay all governmental cl�arges az�d inspection fees necessa�y for the pros�cution of the Wo�•k which are applieable at the time of opening of Bids, oz•, if tl�ex-e a�'e na Bicis, on the �fFective Date of the Agreement, except for permits pz-ovided by tlie City as specified in 6.09.B. Ciry shall pay all charges ofutility owners for connections for providan� permanent service to th� Work. B. City abtaitaerlper�yrits aftd licerrses. City �vill obtain and pay fo�• all pertnits and licenses as p�•ovided for in the Supp�ementaiy Condifions a�- Contract Documents. It wili be the Conh•actor's responsibiliry to carry out th� provisions of th�e pe�-�t. I� tl�e Contractor initiates changes to the Cont�•act and the City approves the changes, the Contractor �s responsi6le for obtaining clearances and coordinating witi� the appz•opa-iate regulata�y ageilcy. The City wilf not rein�b�rse the Conh�actar for any eost associated with these rec�uirements of any City acc�t�ired pe�-�nit. Tl�e following are permits the City will obt�in if req��u•ed; 1. Texas Departmen� of Transpoi•tation Permits 2. U.S. At��y Corps af En�ineers Pei•�iuts 3. Texas Com�nissian on Envuonmea�tal Quality Pennits 4. Rai�oad Company Perznits C. Ozrtstarldi��g pe��j��its ajrr� licertses. The City anticipates acqt�i�ition of and/or access to pe��rnits and licenses, Any outstanding perinits and licenses are anticipated to be acq�i�-ed in �ccordance witl� tiie sched�le set foi-�I� in the Supp�etnentaiy Conditions. The P�•oject Schedule submitted by tl�e Contracto�• in aecoj�dance witl� the Contract Docun�ents ml�st considez� any outstanding pertnits and licenses. 6.10 Lati��s cr�rd Regcrl�rtiojrs A. Contractc��- sliali give all notices rt•equired by and shall con�ply with all Laws and Regulation� applicable to the perfor��ance af the Work. Except where atherwise expressiy a�equi�•ed by applicable Law� and Regulations, the City shall not be �•espor�sible fo�- znoni�oa-ing Contractar's eo�npliance with any Laws ar Reg�ilations. B. IfContractor pei•forms any Work k��awing o�' Isaving reason to know that it i� contrary to Laws or R�g��lations, Conh�ac�or sl�all bear all claim�s, costs, lasses, and d�mages (including but not litnited ta all fees and charges of engineers, architects, attorneys, and other profes5ionals and all CE"CY dF FO[2T 1VORTI I Slnilary Se�ver Rcl�abititatiou Caiilrac€ 9l, Pari 2, CPN 01957 and STAVBARDCO\STRUCT[0\ SPEC[F[CAT10\ DOCUtvfEl�rl'S WestcliffDrain2geimproven:ents,Phase 1,CPN€11669 €tevisio��: R�2[12l ao�2ao-i G�NERAL CANDITION S Page 28 of 63 C011lt OI' al'�7ltfailOtl or ather dispute resalution cosfs} arising out of or relating ro stich Wor3c. Hawever, it shall not be Conh•actor's responsibility to make certain that the Spacifications and D�awings are in accordance wikh Laws and Regu�ations, but this shall not relieve Conh�actor af Contractor's obligations i�r►der Paragraph 3.02, C. C�langes �ti Laws or Regulations not known at the time of opening of Bids having a�i effect on the cost o�• tune of performance of the Work tnay be the sub�ect of an adj��stment ul Cantract Price or Contract Time, 6.1 I Taxes A. On a cant��act awa��ded by the City, an organization which qualif'ies for exemption ptusuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as an�ended), the Cont�-acto�� may purchase, rent or lease all materials, supplies and equipment used or consun�ed in tY�e pez�fraz����ance of this contract by issuing to his s�ipplier an exernptian cectificate in lie�i of the tax, said exemptian certif'icat� ro comply with State Comptroll�r's Ruling .007. Any such exe�nption certif'icate iss�ied to tha Cont�actor in li�u of the tax shall be s�ibject to and sl�all cozl�ply with the provision of State Com�troller's Ruling .011, and any other applicab�e riilings �ertaining to the T�xas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: I. Compri•oller of Public Accounts Sales Tax Division Capitol Station Austul, TX 78711; or 2, }�tt�J/www.�vi��cio«�.state.t�.u5/taxinfo/taxforn�s/93-t��-ms.hhnl 6,12 U.se nf Site atad Othe�• Ar�eas A. Limitrclion o�t Use of Site rctr�l Othe��Areas: l, Coratrackor sliall confine construction equip�nent, the storage of n�aterials anc� ec�uipz��ez�t, and the operatians of workers ro the Site and other areas permitteci by Laws and Regi�lations, and shall not tiru•easonably encum�er the Site and other areas with construction equipment or other materials or ec�uipment. Canh•acto�• shall assume fuil responsibiiity for any damage to any such land or area, or to the owner or occupant thereof, ar af any adjacent iand or ar�as rasulting fi•om the performance of the Work. 2. At any tirne when, in the judgment nf the City, the Conhactor lias nbsh�icted ot• clased o�' is cariyir;g on operations in a portion of a sri�eet, cight-of-way, br easement greater than is necessary fbr pcoper execution of the Work, the City may requu�e the Contractor to finish the section on which operations are in progress before work is cammenced on any additinn� 1 area of the Site. CPI'Y OF FORT WO[tTH Sami[.�ry Se�ver Rehubilitulion Conlruct 91, Puri 2, CPN 01957 �md STANDARD C�vSTRUCT101� SPECIFICAT[QN DOCUMGNTS WestcliFf llrainage iniproventenis, Phase 1, CPN O16b9 C�evision: F�Li/2D2f 007200-i GENERAL CONDITION S Page 24 of 63 3. Should any Da��age Claim be tnade by any such owner or occupant because of the performanc� of the Work, Contcactor shall promptly attempt to resol�e tile Damage Claim. 4. Parrsucrntto Prtt�cigt•ctplt c5.21, Co��ts•actorshall rlrr�ejivaifyarrclhald harnrless Crt��,,fi•��m crnd agaii�st c�ll clrrrrir.s, casts, loss�s, m�rl rlu�jrc�ges cri•isijtg atrt ��f ot• �•eJati�zg to a�zy clairi7 01• crctiola, legal or� eqtcitcrhle, br�otrght b}� C117j� ShcCI1 DYV11el' O)' OL'Cll�)Lll�t C1�C11J1S1 Clly. B. Ret�to>>al of Debris Dar�'l)?� P�'i,fOi'1)1C111CG of tl�e Wo�•Ic: D��ring the ��•agress af the Work Cont�actor shall keep the Site and ather areasfi•ee fi•omaccii�nt►lations ofwas#emater�al�, rubbish, and c�the�• debri�. Removal and disposal of such waste materi�ls, rubbish, and othe�• debr�s shail co�iform to applicab�e Laws and Reg��lations. C. Site Mai��te�zar7ce Cl��r�i��g: Z� how's after written notice i� �iven to th� Contractoa- that the clean-up on khe job site �s proceeding in a�nanne�• unsatisfactory to the City, if the Cont�-actor fa�ls to correct the unsatisfactory p�'ocedure, the Ciry may take s�ich direct action as the City deems appropri�te to eorrect �he ciean-up deficicncies cited to the Contracto�• in the written notice (by letter or elec�-onic cammunication), and the costs of such direct action, plus 25 % o� such costs, shall be deducted fra�n the inoni�s du� or to become due to tl�e Contractor. D. Fi1rc�I Site Clea�7i�rg: Priar ro Final Acceptance of tile Work Con�iactor shall clean the Site and khe Wo�-k and make it ready for tEtilization by Ciry or adjacent proper-ty o�vne�'. At tl�e campletion of the Work Contractor shall �•emove fi�oin t��e Site all tools, appliances, canstz-uction equiprnent and znae�:ir�e�y, and siu•pl�s materials and shall �•estore to original condition o� better all property disturbed by the Wnrk. E. Loaclilzg Strirctrry•�s: Co�it��actor shall not load x�ar pern�it any part of any st��iicriu�e to be loaded in ai�y mannar that will endaj�ge�• ti�e strti►cture, nar shail Conri•actor subj�ct any part of the Work or• adjaeent property ta s�•esses or p�-essures tliat will ei�danger it, 6.13 Reco1'L%DOCZ1117e11tS A. Contractor slzall inaintain in a safe place at the Site or uz a place designated by the Conri•actor and ap�a-oved by the City, one (I) record copy of all Drawings, Specifications, Addenda, Change 4zders, Field Orders, and written inteipretations and clarifications in gaad order and annotated to show c�tanges made d��ring constiliction. These record doc��ments tagether with all approv�d Samples and a counterpart of all acc�pted S�kbrr�itta�s will be available tn City for referenee. Upoj-� campletion af the Work, these recard documents, any ope�-ation and inaintenance man�xals, and Subnuttals wili be delive�•ed to City prio�• to Final Inspectinn. Cont�•actor shall include acc�irate locatiot�s fo�• bu�•ied a��d imbedded iterns. 6. i4 Scrfet.}� «��d P1•otectio�i A. Cont�-actor shall be sa�ely responsible far initiating, znair�tainirig and s��pe�•vising all safety p�•eca�rtious and p�•o�•ams in cannection with tl�e Wo���. S��ch responsibility daes nnt r�lieve S��bcontractors of their responsibility far the safety oi persons or praperty in the perfor•mance of tl�eu- work, nor for ca���pliance with applicabie sa£ery Laws and Reg«lations, Cont�•actor sl�all CiTY OF FORT 1U012TH S:init.ary Sewer Rel�ahili3.i�ion Cantrnct 91,'Yart 2, CPN 01957 aEid STA�iDAl217C0\STRiJCT10\' SPFCIFIC�1�10\ DOCUNiFI��I'5 1Vestc]iffDrainageImprovemersts,Phase[,CPNUi669 Revisim�: ft'1_illD21 00 72 00 - l G�NEF7AL CONilI710N 5 I��ge 30 of b3 6.15 6,16 6.17 t�ke all necessaty precautions fdr tl�e safety of, and silall pravide the necessary pratection to p�•event da�nage, u�jury or Ioss to; l. all pe��sons on the 5ite or who tn�y be affected by the `1Vork; 2. all the Wc��•k and xnate�ials a��d eq�.�ipa�ne�t to be inco�-po�•ated the�•ein, wilether in stora�e on or off the Site; ai�d 3. otlier pi•operty at the 5ite or adjacent thereto, including trees, stu•ubs, lar�vns, vvalks, pavements, roadways, st��uctures, utiGties, and Under�•oirnd Facilities not desi�mated for ��emoval, ��elocation, or replaceinent in the course of const�liction. B. Co�i�-acto�� sl�all connply wit� all applicable Laws and Regulations relating to the safety of persons or pro��erry, or to the �rotectio�i of persoi�s or property �ron� dai��age, ir�jt�zy, oz- Loss; and shall erect and �naintaiu all necessa�y safeguards �or s�icli safety and p�•otectio��. Co��t�-acto�• sk�all notify owners of adjacent property and of Undergrol�nd Facilities and ather utility owners when prnsecutinn of the Wnck m��y affect the���, and sh�ll c�opecate wit�i tl�em i�i the pr•otectian, rernoval, relocatinn, and r�place�n�nt of their prnpc;rty. C. Conh•actor s�ia�i com�ly with the applicable requu•ements of City's safety p��ograms, if any. D. Cantcactar shall inforizi City of the specific rec�uu•einents oF Contractor's safety p1•ogra�i�, if any, witll which City's employees and representatives rnt�st comply wlule at the Site. E. All damage, inju�y, or loss ta any property referred to in Paragrap�i 6.14.�.2 or 6.14.A.3 caused, directly oz• indirectly, in whole ox• in paa•t, by Cantractor, any S��bcontractor, Stipplier, o�• any atiler individua 1 oz• entity di�-ectly a�� indi�-ectly empioyeci by any af tl�em to perform any of tlle Wark, or anyo�le Far whpse acts any o� khem �l�ay be Iiable, shall be re�nedied by Cont�-actox•. F. Coutracto�•'s duties and respoi�sibilities fo�� safety and for protection of the WocEc shall continue ��ntil si�ch time as all tt�e Work is co�npleted and City has accepted the Work. Safety Represeirtative Contractor shail inform City in wt•itu�g of Conkracto��'s designated safety ��epresentative at the Site. Hazard Co�rrnrarriicatiotr Pj�ogr�ay�rs Cotltractor shalI be respansible for coordinati��g any exch�nge of niaterial safety ciata sl�eets or other LZazard coirununication informatiar� �•ec��u•ed to be �nad� available to or excllanged between or among employers in accorc�ance with Laws or Re�,��lations. Ejr�ej•ge�rcies ajrcl/or Rectificcrtia�r A. In einergeneies affeetin� the safety or prc�tection c�f persons or the Wo�•k or property at the Site or adjacent the►-eto, Contz�acror is obligated to act to prevent th�•eatened dainage, 1[iJl1I'y, or loss. Contz�actor sha�l give City prampt written natice if Cont�•acia�• beiieves tl�at any signiF'icant CCI'Y OF FORT �VO[iTH 5anitary Sewer EteE��bilitation ContracE 9l, Pari 2, CPN 01957 :md S7'A�1DAl2DC0\STRUCTfO\ SPECIF[CATION DOCUMEIVTS WestcliffDrainagelmprovements,Phase I,C4'NOl6G9 Revisian: ft23/2Q2[ 007200-1 GENEFtAL CANDIT[ON S ['age 33 ofb3 chan�es in the Work or variations fi�om the Cont�•acf Documents have b�e�� caused �liereby or a�•e reqtEi�•�d as a�•esuit thei•eof. If City determines that a change in the Cont�•act Docun�ents is req��u•ed because of the action talcen by Contz-actoz in response to such an eme�•gency, a Change Order may b� issired. B. 5hot�ld the Contrac#or fail to respond to a request fi•oin tl�e City to �-ectify any discrepancies, o�nissions, or coz-�-ectian necessary ro confo�•m with the requir�nnents of the Cantract Documents, the City shall give tl�e Contractar written notic� that such work or changes are to be pe�•formed. Tlie written notice shall di�ect attention to th� disc�•epant conditian and �-eqi�est the Cont��acto�� to take ren�edial action to co���-ect the condition, In tlle event the Contracto�• daes not take positive steps to fulf'ill this wz�itten z�eq�.iest, or dnes not show just cause for not takir�g the proper actio�i, within 24 hotus, the City may take such re���edial action with City fo�•ces o�� by co�h-act. T�ie City shall deduet an amount equal to the enti�•e costs for such ren�edial action, plus 25%, fi�om any fi�nds due or• become due tl�e Cont��actor on the Project. 6.1$ Srrb��7ittrils A. Conl�-actar shh11 submit reqiii�•ed 5t�bmittal� to City for re�iew and acceptanee �� accordance with tl�e accepted Schedule af Submittals (as required by Paragraph 2,07). Each submittai will be idenki�ed as City may rec�uire. I, Submit n�imber of copies specif"�ed in the General Requu•ements. 2. Data shown an t�xe Sti�bmitta�s w�l be complete with �•espectto q��antities, dimensinns, �peci�ed pe��fortnance anci design criteria, materiaL�, and si�ni�ar data ta show City the ser•vices, materials, ar�d eqtiiipment Contractor p�•oposes to provide and to en�bie City to rer�ie�v tl�e uifor�r�ation fo�- t�e iuilited purposes req��u•ed by Para�aph 6.18.C. 3. Submittal� submit�ed as herein provided by Cont�-actor and re�ieweci by Ciry far confarmance vvith tl�e desi�m eoncept sl�all be executed in conformity with the Contract Doci�ments unless otherwi�e requu•ed by City. 4. Wl�en St�binittal� are subr��itted %r the purpase of showing the installation in greater detail, th�ir review shall �iot excuse Contractor fro�n �•ec�uu•e�nents shown on the Drawi�igs and Specifications. 5. For-Info�-mation-Only st�bmittals ttpon which the City is not expected to conclt�ct review or take responsive action may be so identiiied in the Contract Documents. 6. Subinit requi�•ed n��mbei� of Samples specified 'u� the Spcci�cations. 7. Clearly identify each Sampl� as to �nateriai, Suppli�r, pertinent data such as catalog numbers, the use for which i��tended and other data as City may requi�-e to enable City to revierx� the submittal fo�� the iitnited piirposes �•ec�uired by Paragraph 6.18.C. Cii'YOF FORT «�ORTti Sanitury Se�ver Reha6ilitatian Coszicict 91, P�jrt 2, CPN 01957 and �'I'ANDARDCO\STRU�T10\ SPEC[FtCAT10\' DC3CLTIv[�NTS �yestcliffDra'sna�eImprovements,l'Etasci,CPNU1669 Re�ision: R23l202t oo�zoa-� GENERP,L CC1ND ITION S Page 32 of G� b.19 6.20 B. Where a Sub�nittal is I'8t�llli'BCI �3}' ki1� CpritCaGi DOCLlI71�l1fS OP the Schedute ai Scibmittals, any related Work perfa�•m�d pr�or to City's ceview and acceptance of the pertinent s�►bmittal will be at the sole expense and respansibility of Cont�•actat-. C. Cit�j :s Revretiv: l. City will provid� timely re�iew af required Sub���ittals ui accorda��ee with th� Scf�edule oi Submittais acceptable to City. Ciry's review and acceptance will be only to cf�ter�nine if tl�e items cove�•ed by tf�e s��bmittals wilt, after installakion Ol' I11COP�}OI'atID11 iEi the Wo�•k, coilfocm to the information given in the Cnnt�•actDocu�nenis a�d be compatible with the cfesign cone�pt of tiie co�npleted Project as a�unctioning wt�oie as indicated 6y th� Contract Doc�ijnents. 2. City's review and acceptance will �lot extend to means, meihads, techniques, sequences, or proced��res ai constrt�ction (except where a particular means, �1�ethod, tech��ique, seqttence, OI' pl'OCOCIUI'� oF cor�stz-uctior� is speciiically and e�cpressly cal�ed fc�r by the Cont�-act Docum�ntsj or to safetyp��eca��tions or p�•ograms incident thereta. The review and acceptance of a separate itetn as s�cl� will not indicate approval of the assetni�Iy lri WillCil tl�e ite�n fi�nctions. 3. City's review aud acceptanee sliall i�ot re�ieve Coutracto�� �i-o��� responsibility for any variatiox� fx-on� the rec�uu�eme��ts of the Contract Dociiments utiless Cont�-actoz• has con�plied with the �-ec�ui�•erne�lts of Sectio�i O1 33 00 and City 11as give�i written acceptance of each suc�-► �ari�tiox� by specif'ic wr•itten notation theceof incorpnrated in ar accc��-�panying t�ic Si�binittal. City's xeview and acceptance shall not relie�ve Cnnt��actor fi•om responsibi[ity for co�i��lying with the �•equ�e��ients of t�te Contract Docu�nents. Cr�rrtincfrjrg tlre Wo�lc Except as otherwise provided, Conh-acto�• shall ca�•�•y o�l tlie Work at�c[ ad}i��•e to the Praject Sehedule d�ring all disp��t�s nr dis�gree�nents wit�a City. No Wark sl�al� be delayed or postponed pending resolution of any disputes or disa�•eet�lents, except as City anci Contractor may oth�rw�e a�•ee in writin�. C0111i'fTCi01''S GG'1?G'3ClI WC117'Cli1�� arrcl Grr�r�cnitee A. Contractor warrat�ts and g��ara�ltees to City that �ll Wor�C will be ir� accordanee with the Coilh•act Doe���nenis and will not 6e def�ctive. City and its of�ce��s, di�•�ctors, members, partn��•s, ex�ployees, agents, cansu�tants, and stibcontcacto��s shall be entitled to ��eIy an rep�•esentation of Contractor's wax���anty and guarantee. B. Contractor's wa�•ranty atid ��arantee herelindez• excludes ciefects or damage caused by; 1. abl�se, �nodif'ication, or i�nproper �naintenanee or operation by persons other than Canh•actor, Subeont�-actors, Suppliers, or any otl�e�• individual or entiry far wl�am Contractor i� respansible; oz- CCTYOF FbRT �VORTH S��etitury 5ewer Reh;tbilit:ttioa Contract 9[, P�srt 2, CPN pi9S7 nnd STANDARDCO�STRUCTIO\ SPEC€FICAT[ON ❑OCUME[�'"fS Wes€cliFf �rain.jge Improvements, Phasc l, CP�i O1b69 Revision: R2�/202t ao �z oa - i GEN�RAL CON(3{Tifl�i S Page 33 of 63 2. not•mal wea�- and teat' under no�-mal ��sage. C, Cont��aetor's abligation to p��•form and complete tlie Work in accordance with the Contract Doctiments shall be absalute. Noue af the fo�iowing will constitute an acceptance of Wark t11at is not iri acco�-dance with thc Contract Documents or a�-elease of Co��h•actor's obligation to perform the Wo�•k in accordance witli the Cantract Dacu�nents: l. ohservations by City; 2, �•ecornmendation ar payment by City of any progress or �nai payn7ent; 3. the issuance of a certificate o� Final Acceptance 6y City or �ny payment reIated thereto by City; 4. use o�- occupancy of the Work or any part tl�ereof by City; 5. any review and aceeptance of a Sub���ittal by City, 6. any inspection, test, or app�'aval by oth�rs; or 7. any corr�ction of defective Work by City. D. The Contractor shall remedy any ciefects or damage� in the Wo�•k and pay fo�� airy damage to other wo��k or property resuiting th�refrorzl which shall appeaa• within a period of twa (2) y�ars fro�n tl�e date of Final Acceptance of the Work iu�less a longer period is specified and shall furnFsh a good and st�fficient maintenance bond, coi��plying with the requa•etnents of Article 5.02.B. The City will give notice of obse�ved defects r�vith reasonab�� promptness. 6.21 I�demnifica�ian A. CoEifractor covenan�s a�id agrees to indema�ity, hoId harinless a��d defend, at �ts of��n expense, the City, its afficers, ser��ai�ts and employees, frpm and against any and all claims arising out of, o�• aileged to arise out of, the wo��k ar€d seivices to be pei�farmed by the Contracior, i�s o�l'iicers, agents, em�loyees, subconh�actor•s, licenses or invitees unde�• th� Contract. THi� iNilF.lJiNiFiC.ATinN PR4�Vi�TnN iS SPECIFICALLY �NT� ],1�+,,�1.ZQ � � � . This i�de rr�nity provisian is i�iteY�ded to inel�de, witho�it limitatio�i, indemnity foe• costs,expe��ses and Iega! fe e s incu�•�•e d by the City in de fe �idi��g agai��s t s uch claims a�id caus e s o i actia ns . B. Contractorcovenants aa�dagrees to inclemnifyand hold ltaa•��less, atits ownexpense, the City, �ts affice �•s, ser��nts �nd e m�loyees, from and agains t any and all las s, damage or destrt�ction ofp��operty ofthe City, ��-�sing our of, or alleged to at�ise oi►t of, the �vork �nd se�vices to be �erfornied by �l�e Co��ti�actor, its officers, agents, employees, subco�itractors, licensees or invitees unde�• ti�is Contx•act. + C[TY OF FOf2T �VORTH Sani[ary Sewer Reh�ibilitaEion Coufract 91, P:irt 2, CPN �1957 and STAN[�AI2DCf3\STRUCT[0\ SPEC[F[CATIO\� DOCiJME�'TS 1Vestcliff[3rainageImgrovements,PhaseI,CYNOlG69 Rc��ision: 8�Li�l oo�zoo-i GENERAL CONDITION S P age 34 oP 63 6.22 b, 23 ` i► \� 1 / i' ►: s1, . i 1 : 1 1► '�� / \ �: � �► �U i s 1:1/s i \ � !J� ► ► i ► .1.� �C ► ':: i :► a f / �� �: \ \ / ■ Delegatio�t ufP�•of'ession�rlDesrgir Selvices A. Contracto�• will not be reqL�ired to provide professionai design servic�s tinless sucl� services a�� specifically requi�•�d by the Conk-�act Documents for a po�•tin�1 0� the Work or unless such se�vices ar� required to carr•y out Canh•actor's responsibilities for ennstc€�ction me�ns, methods, t�chnic�ues, senuenc;es and p�•oceduees, B. If praf�ssianal design services ar certifications by a design p�•ofe�sional related to systetl�s, materials or equip���ei�t a�•e specif�calty ��equu�ed o� Co��tcactor by the Contract Docu�nents, City will sp�cify all pe�'focmance and desigc� crite�•ia that s�ich services mt�st satisfy. Cantractor sl�all cat�se such services ��• c�rtif'icatiot�s to be prnvic�ed by a properly licens�d professio��al, whose signan�re anc� seal sk�all appear on all drawin�s, caleulations, specificaiions, cert�cations, and Submittals prepa�•edby such profession�l. St�binittals rel�ted to the Work desigt�ed or certi�ed by sttch professional, if prepared by others, shail bear• suc� prafessional's written approval wlien submit#ed to City. C. City sl�all be e�ititied ro rely ��pon the adec�uacy, ace��racy and cnn�pletez�ess of the se�vices, cert�cations or approvals �erform�d by sucl� desig7� p�ofessio�ials, prnvided City has specified to Contractor pe�-�o�•�nane� a��d desi�,n cr•iieri� that such services inust satisfy. D. PLu�sL�antto tliis Paragraph 6,22, Ciry's ��eview and acceptance a� design calculatlons and d�sigu d��awings will be only For tt�� limited pLupose of cilecking for confartnance with performanee and desigi� c��iteria given and tlle design conce�t expr�ssed 'u� tiie Contract Dacu�nents. City's revi�r�v a�1d acceptance of Submittals (�xcept desigr� calct�lations and da�i�n drawit��s) will be only for th� ptu•pase stated in Paca�aph 6.18.C. Riglrt !o Acrrlrt A. Th� Contractor ag��ees tliat the City sl�all, iuitil tl�e expu•atio�� of t(u•e� (3} yea��s after fi�ial payi�7el�t under tl�is Co��tract, Liave access to a�1d the ��ig��t ta exa���ine a�1d phntocopy any d'u�ectly pertinent books, documents, papers, a�ld records nf ti�e Contractoi• uivolving transactiot�s �-eEating to this Contract. Cont��actor ag,x�ees tl�at the City sl�all have access dtiring Regiilar Warking Hou��s to all necessa�•y Contractar iacitities and sliali be provicied adequate anct approp�•�ate wnrk space in ox•der to co�lduct audits ui con�pliance with tl�e provisions nf this Paragraph. The City shall give Contractor reasonable adva��ce �iotice af intendeci a��dits. B. Co�itracror fi�rther a�•ees to include in all its st�bconh•acts I�eret�nc�er a pi•ovi�ion ta the effect tljat the subcontcacror agrees that th� City shall, until the expi��ation of th��ee (3} year•s a�'tez` final payine�it under this Contract, have acc�ss to and th� right to exa���ine and pliotocopy any du-ectly pertinent books, doc�unents, pape�•s, and records of such Subcant�•aetor, involving t�ansactions to the s�ibcontract, a�id fur•tli�;r, that City shall l�ave access durir�g Regular Working Ho�tcs to all CiTY OF FOR7" WO[tT1I 3unit:iry Sewcr Rel3abilitution Contrlct 91, Part 2, CPH 01957 aEid STANDAR�CO\STRUC'f[0� SPGC[�'[CATIOIV !7(3CCIMENTS �VestcliFfDrainagalmprovemes�ts,Pl�nsel,CPNU1669 Revision: R23(1021 OD7200-1 GENERAL CAND{T10�3 S f'a�e 35 nf 63 Su[�cont�•acror facili�ies, and shalf b� provided adec�uate and app�-opriate work space in order to conduet atidits in compliance with the �ravi�ions of this Parag�'aph. The City sliall give Subcontcactor z•easonable advance notice of intend�d audits. C. Conta-actor and Subcontractor a�•ee to photocopy such doc�unents as may be t•eqt�ested by the Ciry. The City a�rees t� rein�bE�rse Cont�•actor for the cast ot the enpies as follows at the rate pu�lished in the Texas Administrati�e Code in effcct as of the ti�1�e copying i� per�o�•med. 6.24 Na�tdiscrinrinaiiol� A. The City is responsihle for ope��atin� Public Transportation Pro�ams and innplementing transit- related projects, which ar� funded in part with Fede�•al iu-�ancial assi�tance awa�ded by th� U.S. Depart-tnent of Transportation and the Federal Transit Adniinistration {FTA), withot�t discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 19d4 as ccnrer2ded: Contractor sl�all comply with the req�ir�ments of t�e Act and the Regtil�tions as fu�•ther defined in the Stipplementazy Conditions for any project receiving �ederal assistance. ARTICLE 7— OTHER WORK AT THE SITE 7.01 Relctted Woi•!c atSite A. City may perform other wo�-k �-elated to the Project at the Site with Ciry's empinye�s, o�• otl�er City contractors, or through other di�ect contracts therefar, or have othe�- wo��k perfni•med by utiiity owners. If such othe�- work is not noted in tlie Contract Doeutnents, then written notice thereof will be given to Contractor prioi• to starting any such oti�ei• work; and B. Contractoz- shall afford each other contractor wl�o is a party to such a direct ca�itract, each utility owner, and City, if City i� pe�•forming other work with City's employees or ofher City contractors, proper and safe access tothe Site, p�•ovide a reasonable opporh�niry for the intraduction and storage of mate�-i�ls and equipment and the execution of such otl��r work, and properly coordinate the Work with tlieirs. Contraetor shall do all cutting, fitting, and patching of the Work that �nay be rec�uired to properiy connect or atherwise �l�ake its several �a�ts co��1e tagethe�• and properly integrate with �uc13 other work. Cantractor shall not endat�ger any work of othe�•s by clitting, excavating, or otherwise altering stieh �vork; provided, howe�er, that Contractor may cut ar alter othe�-s' wnrk wittz the written consent of Ciry and the oti��rs whose wot•k wiil be affected. G If the propei� executio� o�• i-esults of any pa�-� of Cont�•actor's Wo�-k depends upon r�vork perFormed by othe��s under this Article 7, Contractor shall inspec# such otl�e�� work a�ld pro�nptly report to City in w�•itulg any delays, d�fects, or deficieileies in �ucl� other wark that render it unavailable or t�nsuitabl� for the proper exec�ition aud results of Contractoi's Wark, Cont�•actor's failure to so ��eport will constitute an acceptance of sucl� othe�- work as fit and propa�• for integration Wit�] Contractor's Work except for latent defects in the woz-k p�-avidec� by athers. CITYbP FOR'f �VORTH S�mi�ary Sewer Rel�abitit,stion Contracc 9i, Part 2, CPN 01957 af�d STANdARQCO\�STRt1CT10\ SPECIFICAT[0\ �OCLiMfEnri'S 1VestclifCDraie2ageImproveme�2ts,Phase I,CP1VF11669 I2evis"son: 82�2021 oo�zoo-� GEN�I7AL CONDITIONS P�ge 36 of G3 7.02 Cooj•dijtcrtiorr A. If Ciry intends to contz•ac� witl� others foc the pe�•formance o�' othec work o�� the Projeet at the Site, the following wi[l be set forth in S��p�lem�ntary Conditians; 1. ti�e individt�al oi• ei�tity who will have autiiority and respoi�sibility for coordination of tl�e activities a�liang the variatts contracko��s will be identifiec�; 2. the specific nzatters to be cove��ed by such authority and �-esponsibility will f�e it�mized; an�l 3. the extent of st�eh a��thpz�ity and responsibilities will be p�•ovided. B. Unless otherw�se provided in th� Suppleinentaz�y Conditions, City shail have authoriry i�a�• st�ch caardir�ation. ARTICLE 8 — CITY'S RES�'ONS�BILITIES $.O1 Conr�liarrticrctiur�s to Co�7tj•crctor Except as othex�wise provided in the Supplem�ntaiy Conditions, City ���all issue all comtnt�rucatians to Contractor. $.Q� Fll]'111SI? DCIICI 8.43 8.04 S. OS �: 1. City sllall tinaely furnis�� tl�e data rec�ui��ed ui;deY• tiic Cnntract DocLiz��ents. Pay Wlre31 Dtte City shall inake �ayments to Conh•actor in accordance with A�•ticle 14. Lrc,rrls rnrd Er�.re�rrents; Repo��t.s rrjrd Tests City's dt�ties with respect to praviding lands and easen�ents and ��•oviding engineering su�•veys to establish re�e�-ence points are set %rth in Parag�•a��hs 4.01 and 4.05. Paragra}�h 4.02 �•efers to City's ide�itifying and ti��king ava ilable to Contractor copies of reports af expio��atio��s a�id tests of s�rbsurfacc conditions and ci�•awings of physical conditions relating to existin�; st�rface o�- subsurfa�e striichu�es at or contiguot�s to thc Site that h�ve been utiliz�d by City in �t•eparing the Coni�-act Docum�nts, Change C���des.� City shall execr�te Cl�ange Orders in acco�dane� with Paragra�h 10.03. Irrspectiorrs, Tests, rrrrd Appr•ovrrls City'8 I'e5�301iSt�}II[L� with �•espect io ce�•tai�� uispections, tests, a�1d appravals is set fo��th in Paj�a�•apli 13.03. C1TY OF FORT WORTFT 5anitary 5ewer [tektnbilil�itian Contruct 91, Pttrt 2, CPN 01957 und STANDARDCQ\�STRUCT[ON SPF.CIPICATIOM DOCLTMENTS 1Ves1cliffnrainageTmprn�cments,Phasel,CRIV016fi) Revision: R'J.�,202] oa�rzoo-� GENERAL CANDIiION S Pagc 37 af 63 8.07 : 1: � �. Li�ttitatio��s ojt City's Resportsibilities A. The City shall not st�pez•vise, direct, o�• have co��h-ol or autl�ority over, nor be responsible for, Cnntracto�•'s means, methocis, techniques, sequences, o�- p�'ocedures of const�-uction, ar the safety preca��tions and progran�s incident tl�ereto, or foz any iailur� of Cont�ac�o�� ta comply with Laws and Reg�.�lations a�piicable to the perforn�ance of the Work. City will not be �'esponsible for Cont�•acro��'s faili�i•e to pert'orm the Work ir� acco��dance with the Cfl��tract Docl�ments. B. City wiil ��otify the Contractor af applicable safety plans p�rrst�ant to Paragraph 6.14. U��disclosecl Hazcuzlous Errvrrnslrrle�itcrl Cnnrlrtio�� City's responsibility �vith respect to an undisclosed Haza�•dous Envi�'onmental Condition is set fa�•th in �'aragaph �.06. Ccat�tplicrr�ee 1-vit17 Saf et�� Pi'OgT•crt�r While at tl�e Site, City's employ�es and rep�-esentatives shafl camply wit�► tlie speci�'ic applicable r�quir•ements of Cont�-actor's safety pro��a�x�s of w��ich City has been infar•rr�ed pursuant to Pa�•a�•aph 6.14. ARTICLE 9-- CiTY'S OBSERVATION STATUS DURING CONSTRUCTION 9.QI City'� ProjectMajange�. City will provide one a�- more Project Managez-(s) di�ring the construction period. The di�ties and ��esponsibilities and the limitations of a�ithority of City's Proj�ct Mana�er durin:� construction are set forth in the Cont�•act Documents. Tl�e City's Pz�aject Manager for this Cantract �s identif'ied in the Supplementary Conditions. 9.02 Visits to Srte A. City's Pr•oject Manager will inake visits to the Site at intervals appropriate to the �arious stages of const�-Eictian as City deems neeessaiy in order to obse�-ve the p�'ogress that has been made and the quality af the various aspects of Contractoc's exec�ted Wo�•k. Based on information obtained dtuing such visits and observations, City's Project Manager will determine, in general, if the Wo��k is prace�ding in acco��dance with the Contract Daciunents. City's Project Manager will not be �-ec�uu•ed to make exl�a��stive or continuous inspections on the Site to check the quality or quantity of t11e Work. City's P�'oject Manager's effaa-ts will be directed toward p��ovidi��g City a g�-eater degree of con�dence that tl�e completed Work will confor�n gene�•aily to tlle Contract Dacuinents. B. City's P�•oject Nlanager's v�sits and ohse�vations are subject to all tl�e limitatinns on autho�•ity and responsibility i�� the Conti•act Dacunae�rts uicludi�ig thase set forth in Paragrapli s.a�. ClT"Y OF FORT 1VE3RTI-I Sanit:�ry Sewer Rehabi[itation Co��tract 9[, Part 2, CPN 01957 �enc� SiANDARDCO\STRUCT[6\ SPEC[P[CAT10\ DOCUIv1ENTS 1VestcliffI�raiEtage Iniprovcments, i'hase 1, Ci'N (�[669 Revisiott: g?_3/Z021 OD720[�-1 GENERAL CO�DITi0�1 S Page 38 oF 63 9.03 Aarthor�rzecl T�cr�•ialiosts i�t Woj�lc 9.04 9.Q5 9.a� City's P�•oj�ct Managec may authorize minoc variations in the Wo�•k fi�om the ��eq��irements of the Contract Documents which do not invol�e an adj�►stmcnt in the Contract Priee or the Cont�-act Time and are caiaapatible with tha d�sign cancept af the comp��t�d Project as a functioning whole as inc�icated by the Contract Docuiilents. Tk�ese may be acc��nptished by a Field Order and will be binding on City and also on Contractnr, who sl�all perform tl�e Work involved promptly. Rejeciittg Dejecltve Wot1c Ciry will have at�thority ta i•eject Wa�-k which Ciry's Proj�ct Manager believes to b� defective, o�• wilI not pz-ad�ce a coinpleted Project that conforms to tlle Contract Doc��n�r�ts or thai wi� prejudice tl�e integrity ok tl�e design concept of the cox��pleted Project as a fi�nctianing w�ole as indicatecl by the Contcact Docl����ents, City wi(( havc ai�thoi-ity to conduct special inspection o�• testi�lg of'the W��•k as pi•ovided iri Az-ticle 13, whethe�• o�• not the Waz•k is fab�•icated, installed, o�• completed. Deter•nttrl�rtiolrs fo�� Wa�•]e Perf'o���rrerl Contracto�• will deter�nine th� ach�al c�uantities a�id classif'ications af Work performed. City's P�ojeet Mannger will review with Contractor tl�e pz•eliniin�ry deternlinations o�� s�ich «�at�ers before renderi�ig a r�vritten reco����nendation. City's writte�i decision will be f�nal (except as modified to reflect changed factc�al cn�lditians o�� �nore accurat� data). D�C1SlO11S U11 ReCIIllPelllelJf3 O� COI'1�1'ClC� DOClI1NB111S Cll?CI AGG�eptccbr'lity af Wo�Ic A. City will be the initial �ntecpreter oi ille �•eqtiu•ements of' the Conh'act Docuinents and j�tdg� oi the acceptabiliry of the Work the��eu��d�r. B. City will renc�er a written decision on any issue referrecf. C. City's written cieeision on the i�si�e refer�•ed will be final and binding on th� Conh'actor, st�b�ect ro the prnvision� of Pa�•a�•aph lO.Ob. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Azrt{�o�•ized Claa�rge,� i�r tf�e Worlc A. Witl�out invaiidatin� ttie Contr�ct a��d witilout notice to atzy s�u�ety, City �i�ay, at a�ly time oz� fi•om ti�ne to time, orc�e�� �xtra Wo�'k. Upon notice ot' s��ch Extra Wo�•k, Co�atractor sl�all promptly proceed with t�ie Wo�•k inr�olved w�iich will be pe�•formed under tk�e applicable conditions af the Contract Dacu��ents (except as otl�erw�se sp�ciiicalty provided). Extra Work shall be memorialized by a Change Ordea• �vl�ich may oz• �nay not precede an orde�• of Exti•a work. B. Fo�• �Zino�• changes of Wark not �-eqt�iring chan�es to Cantract Tinie oi• Conti•act Price, a Field Order m�y be issired by t��e City. CITY OF F'ORT 1VdRTH Stinitary Sewer 1tel3u6ilit.stion CoE�tract 91, P�irt 2, CPN 0[957 and STANDAftDCQ\'STRUCT[ON 9PECINICAT[0\ �OCIJMENTS �VestcliFFllrainngelrnproveme�ts,Phasel,CPI�IU[6fi9 Revision: �Z3JZ021 007Z00-1 GE�fERAL C4NpITION 5 Page 39 nf G3 10.02 U���rc►tltor izecl C{lartges rrl the I�YoII� Cantractor shall not be entitled to an increase in the Contz�act Price or an extension oi the Cai�tract Ti�ne with respect to any work performed that i� not req€�ued by the Contract Docurrients as an�ended, inod�f'ied, or supplemented as provided in Paragr•aph 3.�4, except in the case of an ernergency as provided in Para�•aph 6.17. 10.Q3 E�ecz�tiorr ofClra�ige O�cle�•s A. City and Contracfor shall execute appropriate Change Orders cave��ing: l. chan�;es in the Work whicll ai•e: (i} ordered by Ciry pucs��ant to Paragraph 10.O1.A, (ii) r�quu•ed b�cause of acc�ptance of defectiv� Wo�•k unde�• Para�•aph 13.08 or City's correction of defective Work uneier Paragraph 13.09, ar {iii) a�eEd to by the parties; 2. changes ui the Contract Price or Cantraet Time �vhicl� are a�'eed to by the parties, including any undispu�ed sum or amo��nt of time for Wot•k actually perfoi•med. 10.04 Ext1•a YTroj•Ic A. Shauid a difference arise as to what daes o�• daes not constitut� Ext�•a Work, or as to the payrneni thereaf, and the City insi�ts upon its perfo�`ji�ance, the Contractor s�all proce�d with the work aftei• �laking written request for written orders and shall kee�� acc��rate account of the acnial reasonable cast the�•eof. Cantract Claims re�arding Extra Work shall be macie pursuant to Paragraph lO,Ob. B. The Cont�•actor shall f►arnish the City such installation records ofall d�viations from the origil�al Conh•act Documents as may be neces�aiy ta enable th.e City to prepare for permanent �-ecord a corrected se� of plans shorving the actual installation. C. The col��pensation agreed �ipon for Extra Wai•� whether or not ir�itiated by a Change Order sliall be a full, complete and %n�l payix�ent %r all costs Conh•actor incurs as a result n�• rclating to the change or Extra Work, whetiler said costs are known, unknown, foreseen or unforesaen at tliat time, inctuding without ]imitation, any costs for d�lay, extended overhead, ripple or itnpact cost, or any other eff�ct on changed or u�.ehan�ed work as a resitlt of the cl�ange ar Extra Work. 10.05 Notificaiiost to Sttt�ety If tt�e provisions of any bond req�iu•e notice to be given to a s�u•ety of any change affecting the general scope of tl�e Work ar the provisions of the Contract Documents (including, but not lunited to, Cont�•act Price or Contract Titne}, ti�e gi�in� of any such notice will b� Cont�•aetar's responsi`bility. The amotult o£ each applicable bond will be adj�zsted by the Conri•actor to �-eflect tl�e effect of any suc� change. CITY pF FORT 1UOR"C'E1 Sanilary Sewer Re3�abilit.itia�j ConErac[ 9l, Part 2, CPl�I 01957 and S`FANDARL]CO\STRUCT[0\ SpFCIP1CAT[6\ DOC[TME�TS 4VestclifEDr:tivage intprove��tents, Pl�ase 1, CPI�i OIfi59 Revision: 82t�021 oo�zoo-i GEIVERAL CbND171pN S Page �ifl of G3 lO.Ob C011t1`C1Ct CIC113119 Pl�ocess A. City's Decrsio�r Reqirij'ed: All Cont�•aet Claims, except those wai�ed p�i��suant to Para�•aph I4.09, shall be referr�d to tke City fa�• decision. A decision by City sha� be z�eqiiu•ed as a condition precedent to any exercise by Contractor o� any rigiits or remecEies h� n�ay othe�-�vise have under the Contract Documents or by Laws and Regulatians ir� respect of s�rch Con�-act Clai��s. B. Notice: l. W�•it#en notice stating the genex•al nan�re of each Cont�•act Claim shall be delivered by th� Contractoc to City ��o l�ter tha�� I5 days after the start of th� event giving ri�e tliereto. The responsibility to substanti�te a Contract Clairn shall re�t with the paz�ty making the Cont�•act CIaim. 2. Notice o� the amot�nt or exteut oi the Contract Claim, with supportiug data shall be delive�-ed tn the City an o�� b�fore 45 d�ys fi•am the start of tlie eve��t giving i�ise thereto (unless t�1e City allows additianal ti�ne for Cont�•acto�• to subinit additianal o�• more acciu•ate data in st�ppart of sucl� Cont�-act Claim). 3. A Contract Claim foY• an adj��st�l�e��t in Co►�tract Price sha11 be p�•cpared in acco�•dar�ce witli the provisions of Para�rapll 12.01. 4. A Contract Claim for an acljt�strriettt in Cont�•act Time shall be prEpared in accordance with the provisions of Pa�-a�raph 12.02. S. Lach Contract Claim shall be accompanied by Contractor's r�vr•itten staternent that tile adjiistment clai�ned is the entire adj�stment ta wl�ich tl�e Cont�•actor believes it is entit�ed as a result of said ev�nt, 6. The City shall submit any �-esponse to tl�e Contractor witivn 3� days aFter receipt of the claun�nt's last subrr►i[tal (unless Conh�act allows additional ti�ne). C. City's Actiu�r: City will review each Contract Claim ar�d, within 30 days after receipt of the last subttuttal of the Cantt�actor, if any, take one of t11� foilowing actions i�i writing: l. deny tlie Contract Clai�n ii� whal� or ui pa�-t; 2. apprave the Cont�-act Claim; or 3. notify the Contractor that the City is ��nable ta resa�ve ttje Cantract Claim if, in the City's sole di�cretion, it woulc� be inapp�-opriate far th� City to do so. Fnr purpases oF Fiirther resal��tian of tli� Contract Claim, st�ch notiee shal( he deemed a der�iai. C[TY OF FORT WQIt'I'E� Sctnitttr 3ewer Reh�jbiiitation Ca�3tract 9l, Pari 2, CPN 01957 attd STA�IL�ARBCO\'3TRUCTIO\ SP�C[F[CATION DOCCt1viEI�''CS Y WestclifFDrain�geImprnvemenls,Yh;�se I,CPNOIbG{J Revisim�: R73✓2021 00�2oo-i GENERAL fiAND[TIO�# S Page 41 of G3 D. City's wi•i�tcn action �inde�' Paragraph lO.Ob.0 will be iu�al and binding, un�ess City ar Cont�•actot• involce the dispute resalutian procedi2re s�t forth in Aj�ticle 16 witi�in 30 days of si�ch actian or denial. E. No Cont�-act Claun fnr an adjustment in Contract Price or Cont�act Time wil[ be valid if not s��bmitted in accordance with tl�is ParagE•aph 10.06. AR"I'ICLE ��. — COST OF TH� WORK; ALLOWANCES; UMT YRICE W�RK; PLANS QUANTITY MEASUR�NIENT 11.01 Cosi af tl�e 6Va1•Ic A. Cost.s� Ifzcludecl: Ti�e tez�m. Cost of tl�e Wo�•k means the sum of all costs, �xcept those excl��ded in Para��aph I 1.O1.B, necessarily ulcurred ai�d paid by Coiit�•aetar 'v� the proper perfar���ance of ihe V�ork. Whei� the val��e af any Work covered by a Cha�ige Order, the costs to be rei�nbiused to Cont�•actor wili be only those additianal ar irte�•etnental costs �•equu•ed because of the cliange in the Work. Such costs sha11 not incIude any af the costs iten�ir,ed in Paragraph I1.Ol.B, and shall include but not be limited to tlae following iterns: 1. Pay�•oIl costs for employees in the direct em�loy of Cantractor in the perforinaiice nf th� Work under schedtale� of job classiiicatioils ag�•eed upo�i by Ciry and Cotitractor. S�ich emp�oyees shall include, without Iimitation, superint�ncients, �'oremen, and otlier persannel employed fiill time on the Work. Payroil costs %r err�ployees not employed fiill time on the Wo�•k shall be apportioned on the basis of theu time spent o� the Work Payrall costs shall include; a, salaries with a 55% inarkup, o�• b. salaries a��d wages plus the cost of fringe benefits, which shall include social secu�'iry contributions, unemployment, exci�e, and payroil taxes, wo�•ke�•s' cornpensation, liealth and retirem�nt bene�ts, banuses, sick ieave, vaeation and holiday pay applicable thereto. The expenses af perForrr�g Wo�•k outside of Regular Working Hol��-s, Weekend Workin� Hours, o�- Iegal l�ol�days, shall be inchzcied �► the above to the extent authorized by City. 2. Cast of all tnaterials and equipmen� fu�-nisl�ed and incarporated in the Wo�•k, ineluding costs of transpartation ar�d storage tl�ereo% and Slippiiei•s' field services required in connection the�'ewith. 3. Rentals of all constrt►ction equipment anci �nachineiy, and the parts the�•eof whetl�e�- z-e�ted from Contractor oar otliers in aceorda��ce with rental agreEinents approved by City, and the costs of ri�a�lsportatioz�, loading, unloadin�, asseii�bly, disma��tl�ig, and ��ez��aval thereof, All such costs sha11 be in accordance witlz the terins of said �•ental ag�-eements, The rental of any such equipment, �nachineiy, or par•ts sl�all cease when the use thex�eof is no lange�• necessaty for the Work. C[TYOE� FORT �VORTH Sauilary Sewer Rei�abilitatian Con�ract 9i, P�rt 2, C�'N O1957 a��d STA�IDARDCO.I'STRUCT30\ SPEC[�[CATIO\` DOCUME31T5 �VestcliCf Drainagc [�3iproven�en(s, Phase 1, CP�i 0166I Revision: R23/2023 Ofl7200-1 GENERAL CONDITION S Page 42 nf 63 4. Pay���ents made by Contcactor ro Subcoi�tr�cto�•s for Wo�-k pe��fo�-med by Subcont�•actors. If x•ec���icecl by Ciry, Co«tractoc shall obtain coinpetitive bids fram s��bco��tracto�•s acceptable to City and Contraetor and s�iall delivec s��ch bids to City, wllo will then dete�•mine, wl�ich bids, if any, will be acceptable. If any s��bconh•act provides khat tlie S�bcont��actor is to be pa�d on the bas�,s af Cast af the Work plits a fee, the Siibco�iri•aetor's Cost oi the Wo�•� and fee shall be determiried in the sa�ne manner as Cont�•actor's Cost of t11e Work and fee as p�'ovided in this Para�n�ap}� 11.01. 5. Costs of' special can��iltants (inchiding but nat linuted to engineers, acchitects, testing labo�•ato�•ies, s��•veyo�•s, attot•neys, and accauntanis) employ�d for services specifically r�lated to the Work. 6. Sup�le�x�ental costs including the following: a. The propnrtin�l of �lecessary trax�spo�•tation, tcavel, and subsistence expe►�ses af Contractor's �mployees incurred in disc�a�•�;e af duties connected with the �Vork. b. Cost, including h•ansportation and �i�aint�nance, oF all mater��s, sl�pplies, eqt�ipment, �nachin�iy, appliai�ces, of%ce, and te�nporaiy facilities at tlle Sike, and liand tools not owned by t�e woz•kers, wluch are consumed in the perfo�•ina�lce of the Wo�•k, and cost, iess market vaiue, oF such ite�x�s ��sed �ut not consu�n�d which �•emain the propertiy of Canh•acto�•. c. Sales, consu�ner, ��se, and othec sunilar taxes related to the Work, and for wliich Contracto�• �s li�ble not covered under• Para��aph fi.11, as imposed by Laws and Re�;ulatioi3s. cl. Deposits lost for causes other tt�a�� negligence of Conta•actor, aiiy S�ibennt�•acto�, or anyoi�a diE•ectly or ir�duectly empioyed by any of tl�e�n o�• foc wliose acts any oF thei�l inay �e liable, and �•oyalty payments and fees for perrnits a��d iicenses, e, Lasses and damages (and related expenses) ca��sed by da��lage ta the Wo��k, not cou�peiisated by insu�'ance pT Qfa1�1'W15�, SUSic7ll1EL� bjT COIl�T'aCi01' lI] cor�i�ction with the perfnrtnance of the Work, provided such losses ar�d damages have res��ited fi•om causes othe�• than the negligence nf Cn�ltractar, ���y Subcontx•acto�•, or ai�yo��e di�•ectly oi• indiE•�c t[y einployed by airy of the�n oc fn�• whose aets aijy of the�x� znay be Iiable. S��ch losses shal[ u�cle�de sett�e�nents made with the r�vritten consent and app�•oval of City. No such �asses, damages, and expenses sliall be incl�xcied in the Cost af t��e Work for tiie ptu•pose of clete���nining Contracto�•'s fee. f. The cost of utilities, fi�el, ancl sanitary �acilities at th� Sitc, g. Minor �xp�nses s��ch as telegrams, long distance telephone calls, telepnone and commuE�ication services at the Site, ex�ress and coiu�ie�• seivices, and similar petry cash items ir� connection with the Wor•ic. CCI'YOF EORT �VOR'CFT S;m"star Sewer Ftchabilitation Cantrsict 91, P:irf 2, CPN O1957 a;Ed STANDARDCO\•STRUCT[0\ SPEGIF[(;rIT10\' DOC[IMENTS y WestclifFDrainagelmproveme��ts,Phase 1,CPNOlG69 �CVI51013: Rr%��Oza oo�zoo-i C�N�RAL CANDITION 5 E'age 43 of 53 h. The costs af pz•ennit►xns fo�- all bands and insu�•ance Contractor is required by the Contract Doc��ments to pux�chase and maintain. B. Costs Et:cicrdec�: T�e term Cost of thc Work st�ail nat include a�y of the following iteins: 1, Payroll costs and othe�• eompensation of Coi�tracto�•'s office�-s, executives, principal� (of �artnerships and so�e proprietorships), g�neral n�anage��s, safety nlanagers, engineers, arcllitects, cstiu�ators, attorneys, a��ditors, accot�niants, purchasing and contractin�; agents, expediters, Nmekeepers, cle�•ks, a�id other personilel eir�played by Coilh•actor, whether at ihe Site or in Contracior's principal or branch ofiice fo�• �enez�al administz-ation �f thc Work and not specifically included in tlle a��eed upon scheduie of job classifications referr�:d ta in Pai•a�'aph 11,O1.A.1 or speciiicalty covered by Pa�•agraph 11.O1.A,4, all of wluch are to be considered administrative costs covei•ed by the Cont�actor's fee. 2. Expenses of Contractor's principal and b��anch oftices otiiec than Contractor's ofiice at the Site. 3. Any part of Contractor's capital expen�es, includit�g interest on Conhactor's capital eir��loyed for the Work anc� charges a�;ainst Canh•actnr for de�q�rent payments. 4. Costs due to tl�e negligenCe of Contractar, any S��bcont�•actor, or anyot�e directly oz� indirectly employed by a�y o� them or for whose acts �ny of t�em Fnay be liable, incli�ding but not 1'united to, tlie co�'�'ectian of defective Work, d�sposal of materials ar equipment w�ongly supplied, and making good any dama�;e to properry. S. Other overhead o�� general expense casts of any kind. C. C��ttr•actor•'s Fee: When all tl�e Work is perfar�ned on the basis of cosi-�lus, Coniracto�•'s fee shail be dete�•inined as set fortl� in the Ag�•eement. When t1�e value of any Work eovered by a Change Order for an adjustrrtent in Caniract P�•ice is det�rrnined on the basis of Cast of the Work, Conh•actor's fee shall be dete�'mined as set forth in Paragraph 12.01.C, D. Doccrirreiztatiot7: Whenever the Cost of the Wor�C for any pucpose is to be deteimined pursuant tn Pa�•agaphs l I.O1.A and II.OI.B, Contractor wiii establish and rriaintaixx �-ecords thereo� in acco��dance wifih generally acceptedaccoiuiting practiees and submit ui a iarn� acceptabl� to City an item�zed cast breakdown together witl� supporting data. 11.02 Allotivar�aces A. S�ecified Allotiv�rizce: It is i�nderstood ti�at Contractor has included in the Con�ract P�-ice a�i allowances so na�x�ed in the Contract Documents and shaIl cause the Woz•k so covered to be perforrrted �o�- such sun�s and by such pe�•sons o�• entities as may be acceptable to City. B. Pj•e-bid flllotiva�rces: l. Cont�•actor ag�•ees that: CITY dI' �'O[iT 1VOItTH Sanitary 3ewer Rcha�i[itaiian Contrnct 91, Part 2, CPN 01957 and S'['ANDAR�Cb�S�`KUCTiO\1 SPFCIPIfiAT[OY DOCi7ME�'T'S �vestcliffDrainageImprovements,Ptiase I,CPNO[6fi9 f2evision: 82if2021 D072flU-1 GENERALCONDITIONS Pagc A4 af 63 a. tlle p�•e-bid allowances incl��de the cost ta Contx•actor of materials and ec���ipment cequiE�ed by tt�e al�nwances tn be del�vered at the Site, and ail app�icable taxes; and b. Conh•actor's costs for unloadin� and �andling an the Site, labor, installation, ove�•head, profit, and other expenses contemplated for the pre-bid a�low�nces have been included in the allowar�ces, and no demaud for additior�al paym�nt oi� account of any of the �o�•egoing will 6e valid. C. Cortti�tgefl.cyAllotiva��ce: Cant�'actor a�'ees that a conti►igency allowance, if any, is fo�• t��e sole ��se of City. D. Prior fo final payinent, an appro�riate Chan�� Order will be issued to reflect actua� a�noi�nts d�ie Contzactor• on account of Work covered by allowances, and the Conh•act Price shall be corresponciingly adjusted. 11.03 UftitPrice Work A. Wl�ere the Conh•act Documents provide that all or part nf the Work is to be Unit Pz•iee Woz•k, initially th� Counact Price will be deemed to includ� for a�l Unit P�•ice Wark an a�ou�nt equal to the s�i��� of tlie ti�tut priee for eac13 separately ideutified itein of Unit Price Wnrk tviles tlze estimated c���aniity of each ite�n as indicat�d 'ui the Agree«�ent. B. The estimated quantities nf itetr�s nf Ur►it ��-ice Wozk az�e not ��aranteed aud are salely for tlie pt��•�ose o�' con�par�son of Bids and deter•mining a�� initial Contract Price. Deterini��ations of the actual c�uantities and classi�catzons of Unit Price Work per�'ormed by Cont�actoz• wiil be made by City st�bject to the provisions of Para�•aph 9.05. C. Eacl1 u��it price will be deemed to inctude an amount considered by Cantraeto�� to be adeq��ate to cov�r Ca�ltractor's overhead aud pro�t fo�• each sepa��ately identif"ied item. Work described in the Contract Docum�nts, or reaso��ably infert•ed as x'eq��i��ed fo�- a functionally co�nplete ir�stallation, but not identi�ed in the (istin� of unit price ite�ris shall be canside�-ed incidental to u�ut price work listed and tlie cost of incidental wock inclt�deci as part of th� unit price. D, City inay make an adj��stment ir� the Cant��act �'rice in accordance witli Paragraph 12.(}1 if: 1. the c�uantity af any item of Ui�it Price VVork perforiiled by Coiitractor diffex-s ��ate�•ially ai�ci sig��i�cantly fi�o��� the esti�nated c�uantity oFs��ch item indicated in the Agteement; and 2. there is �Zn corresponding adjustment witk� ��espect to at�y other itenl af Work. E. Irrcreaserl or� Decj�errsed Qtacr�ttitie.s: The City �•eserv�s tl�� ri,�1t ro order Extra Waz�k in acco�•dance with Para�aph 10.01. If tile changes ii� c�ua��tities or the alterations do not sigx�i%cantly cl�ange the character oF work ur�dec t11c Cnnt�•act Dacu«�e�its, tlie altered wo��k will be paid for at the Contract �mit price. CITY OF POF2T GVORTH Stinilary Server Ref�abilitatio� Contract 9E, Part 2, CPN 01957 anci STANI}ARDCO\STftUL°TIO\' SPECiFICATID� I]OCUMENTS WestcJiffDrninagelmprove�nents,Phase k,CP1�I016fi9 �CV3SFOI1: ��3��2� 007200-] GENERA�. COND IT ION S Page �5 of G3 2. If the cha�lges in c�uanti�i�s or alterations sigl�ificantly change t��e character af wo��k, the Contract will be amended by a Ciiange Order. 3. If no unit prices exist, tt��s will be canside�•ed Ext�•a Work and the Contract will be a�nended by a Change O�•dei• in acco�dancc vvith Ai•ticle 12. 4. A significant c)nange in the character of wo��k occiu's when: a. the cha�-acter nf �vork for any Item as altered c�ifFers materially in kind ar nature fi�a�n that in the Contx�act or b. a Majnr Item of work varies by mnre than 25% from the o�-iginal Contract c�uantity. 5, When the c�uantity of work t� be done under any Majo�- item of the Contract is ���o�'e than 125% of ihe original quantity st�ted in the Contract, then eitl�e�• pa�-ty to the Contract may request an adj��stn�ent ta t��e unit p�•ice on tl�e portion of t�ie wark tl�at �s above 125%. b. When the q�Eantity af work to be done ��nder any Majo�• Item of tlie Contract �s less than 75% of the origit�al quantiry stated i�i the Contract, then either pa�•ty to the Cont�'act may request an adjustment to tl�e unit price. 11.04 Plajrs Qtr�rrttit}� Meastrre�rrelrt A. Plans quantities may or may not representthe exact c�uar�tity o�'work p�rfo�•tr►ed or material znoved, handled, or placed d�n•ing tl�e exec��tion of the Cont�'act. The estimated bid c�L�antities a�•e designated as final payment quantitie�, ��nless revi�ed l�y the gove�'ning Saction or t�s Az�ticle. B. If'the quantity measured as outlined under "P�-ice and Pay�nent Proc�dures" va�-ies by more than 25% (or as stipl�lated unde�• "Price and Payinent Procedures" for specifc Itenss) fi•ain tiie total esti�nated quax�tiry for an indi�id�ial Iten� originally shown in tl�e Contz-act Documents, an adj�astntent inay be made to the quantiry of autho�'�zed work done for payment piu'poses. The party to the Conkract t'equestin� the adjt�st�nent wil[ provide field measurements and calc��lations showin� the final quantity far which payrr�ent will be m�de, Payment fox re�ised quantity will be made at the unit pric� bid for that Item, except as provided far in Article lQ. C. When qtsantities are revised by a change in design app�-oved by th� City, by Cl�ange Order, o�• to correctanei•ror, or to correctanerror on tl�e plans, the pla��s quantity will be increasedo�• decreased by the amount involv�d in the change, and the 25% var�anee will apply to the new plails q�iantity. D, If tile total Contract qt�antity multipiied by tk�e ��nit pric� bid for an individu�l Ite�n is less than $250 and the Item is not originally a plans nuantity Item, tl�en the Iterz� znay bc paid as a pI�ns quantiry Item if the City and Contractor a��ee ir► w�'iting to fix the final quantity as a plans q�iantity. CiTY OF FORT 1VORTH Sanitary 5e�ver [�eha6ilit:niu3� Conlract 9l, Pari 2, CPri Q1957 �nd STAi�DARDCO\STRUCT[0� SPEC[F[CATIO\' DOCUIviF.iVTS 1VestcliffDrainagcln�proventients,Phascl,CE'NU166�I Revisio�o: A'1�2021 0�7200-1 GEiJERAL CON�ITION S Page AG of G3 E. �`ar callout wo�•k o�• r�on-siie speci�c Contracts, the pl�ns c�uantity measuz•�ment rec�uie�ments are c�ot applicable. ARTICLE 12 — CHANGE OF CONTRACT PRIC�; CHANGE OF CONTRACT TIME 12.01 Cl�ra�l�ge of Corrtract P�•ice A, T��e Cantract Price �i�ay o��ly be changed 6y a Change Order. B. The r�alue of any Woxk ec�vereci by a Change Order will be dete��tnined as follows: 1. where ttte Work involved as covered by unit pric�s contained in the Contract Doe��ments, by ap�lication of' such rrtut prices ta ti�e c��tantities af the it�tns i�lvolved (subject to the provisions af Paragrapii I 1.03); o�• 2. where the Wo�-k involved is not cavered �y linit px�ices co�itai�ied in t��c Cont�•act DoeL����ents, by a�uuh�aliy agz•eed liu��� sun� oc unit price {�vk�ich �nay u�ctude an al[ow�i��ce for ove��head and ptofit nat necessarily in acc4�•c(ance with Par���aph 12.O1,C.2), and shall include the cost af any seeondaz-y impaets that are foreseeable at the ti�ne of pricing ttje cost of Extra Woa•k; or 3. whe�•e. the Work involved i� nat cave��ed by unit pr�ces contained in tl�e Contract Documents and ag��ee��ei�t to a lump sum or uuit price is not reaclied��ndec Paragraph 12,O1,B,2, on the basis ot'the Cost of the Work {detec�r�iized as p��ovided in Pa��agraph l 1.01) pl��s a Contx•actor's fee far overl�ead and profit (determined as pravided ir� Para�aph 12.O1.C). C. Corrtf�«ctor's Fee: TI�e Cantractor's additianal fee for overh�ad and pz-aft s�iall be determined as follows: 1. a�����tuaily acceptable �xeci fee; or 2. if a fixed %e is not ag►•ced upan, the�� a fee based oii tlie follnwitig pea�centages of the vacio�is poz�tions of the Cost of the Work; a. for costs incti����-ed t���der Para�•aphs 1 i.OI.A. �, 11.O1.A.2, and 1 i.O1,A.3, the Contractor's additional fee shall be 15 percent �xcept fo��: 1) �•ei�tai fees for Conti•acto�•'s own ec�uiprr�en� t�sing standard rental r�tes; 2} boncls and u�s�u•ance; b. Fo�•costs u�curred ��ndec Paragraph 11,p1.A.4 a�id 11.O1.A.5, th� Co�rtractor's fee shall be five percent (5°/a); 1) where one nr mare �ie�-s of subconh�acts ace o�1 the basis of Cost of the Work plus a fee and no f�ed fee �s a��eed upon, the intent of Paa•a��aphs I2.OI.C.2.a and 12.O1.C.2.b is that the S�abcor�tc•actor wlio actually p�rforms the Work, at whatever CITY OF FORT Wt3k2`i13 Saf3itary Setver Reh;tbilit:ttio�� Conlr.jct 9[, Part 2, CYN Oi957 and S`1'AiVDARDC�\STRUCTI€lN SPEC]PICATtO\° DOCUMBNTS WeslclifFDrainageIniproven�enis,Phasel,CPN01669 Revisiou; Rh3/ZOzI ao�zao-� GENERAL CONDI710N S Page 47 of b3 tier, will be paid a fee of t5 percent of the costs i�c���'red by such Subcontractor u��der Paragraphs 11.O1.A.1 and 11.O1.A.2 and that az�y hi�i�er tier• Subcontracto�• and Contracto�- wiil eacl� b� paid a fee of fi�e p��•cent {5%) of the amount paid to the next lower tier• Sl�bcantractc�i•, however in no case shall the c��rnulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs iten�ized under Paj�ag�•aphs ] l.Ol.A.6, ai�d l 1.Ol.B; d. tlie arnount of credit to be allowed by Cant�act�r to City for any cl�ange which results in a net dec�•case in cost will be the annount of the achinl net c�ec�•ease in cost plus a dedt�ctinn in Contractor's fee 6y an a���o�int equai to five pe�'c�nt (5%) of sucl� net dec��ease. 12.02 Clt�ct7ge of Canti•act Tin�e A. The Contract Time may only be changed by a Change Order. B. No extensior� af the Cant�•act Time will be allowed fo�- Extxa Wark or for claimed delay uriless the Ext�•a Work conte�npl�ted or claimed delay is shown ta be on the critical path of the 1'z•oject Schedule or Contractnr can show by Critieal Path Methad analysis how the Exti•a Work o�� claimed delay adve�-sely affects th� criticat patl�. 12,03 Delcrys A. Where Contractor is reasonably delayed in the performance or comp�etinn o� any parE of the Wo��k within the Contract Time due to de�ay beyond the cont�•ol o� Cantracto�•, tlie Contract Tim� may be extended in an ainount equal to the time Iost due to such delay if a Cantract Claim is �nade ti�erefar. Deiays beyo��d the control oi Contractor shall anch�de, but not b� limited to, acts or neglact by City, aets or ��eglect of �itility owners or othe�- contractars performing ather work as contemplated by A�•ticle 7, fu'es, floods, epideinics, ab��o�-�nai weather conditia��s, o�• acts of God. Such an adj�stment shall be Conh•actor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, Ciry sha�i not be liab�e to Conh•actor for any ciaulLs, costs, losses, or damages {ii�ciuding b�it i�ot iunit�d to ail fees and charges of engineers, architeets, atta��neys, and other p�-ofessionals and all court o�- az�bitratian or oth��• dispute resolution costs} sustained by ContM-actor on o�• in connection with any other project or anticipated project. C. Contractor slisl[ not be entitled to an adj�astment ui Cont�act Price ar Contract Tim� far delays witliin the cc�nt�•ol of Contz-actor. D�lays attributabie to and within the conn•nl nf a Subconh•actar ar S�zpplier shall be deemed to be delays within the control of Cant�'actor. D. The Conhacta�- sl�all receive no compensation fo�- delays oi• hindcances to the Work, except wiien di�ect and ��navoidable extra cost to fhe Conl�-actoi- is caused by the fail��re af the City to p�-ovide infoi•ination or mate�•i�l, if any, which is ta be furr�ish�d by the City. CITY OF FOitT 1V0[2T�I S:i�itary Sewer Rchabilitation CoEitr�ic€ 91, Part 2, CPN 01957 and STA�lRARDCD\STRUCT[0\ SPFC[F[CAT[�\ D�C;UMENTS 1VestcliffDrain�gelmproveme€�ts,Pitase f,CPN01G69 Revisio�ti: R2�/2L121 ao�zao-i G�NERALCOtJ01TIONS Pa�e 48 of G3 ARTICLE 13 — TESTS AND INSY�CTIONS; CORREC'I'ION, REMOVAL OR ACCEPTANCL OF DEFECTIVE WORK 13.01 Norlc� c�f Defects Natice of all defective Wa�•� of wl�icl� Ciry has aetual knowledge wil[ be given to Conh•aetor. Defective Work Enay be rejected, cor��ected, or accepted as �rovid�d �� t��s Ai-ticle 13. 13.02 Access to Wo��lc City, indepetlde�it testat�� laboratories, and gaveri7n�ental agencies with j�lcisdictional interests will have acc�ss to the Site �nd tk�e Work at reasonable times for th�i� obse�vation, inspectior►, and testin�. Cantractor• shall provide tl�em �roper aud safe conditions for such access and advi�e them of Contractar's safety procedl�res and ��-ogcams so that they may con�ply therewith as applicable. 13.03 Te,sts crrid I17,rpectio�rs A. Conhactnr• sl�all �ive City timely notice of �•�adiness of tl�e Woz-k for all requu•ed i��s�ections, t�sts, or approvals a��d shall cooperate with inspection and testing pe��sonnel ta facilitate rec�u�•ed inspecEions or tests, B. If Cont�•act Documents, Laws or R�gulatians of any public body ha�ing j�uiscliction rec���i�-e az�y oF the Work (or paet thereo� to be i��spected, tested, o�• approved, Co�itractor shall assu�r�e fi�ll respansibility fo�• a���•anging a�id obtaining st�el� independent inspections, tests, retests or apprnvals, p�y all costs i�� conneetion therewitti, and fi�rnish City the rec�i�i�-ed cectiiicates of inspection nc apprav��l; exceptin�, howevec, those fees specifically identified in tl�e Su�plementa�•y Conditions or any Texas Depart�nent of Licens�u•� and Regt�[ation (TDLR) inspections, which shall be paid as descri�ed in tli� Supplemeiitaiy Canditions. C. Co��t�•actor shali be responsible for arrai�ging anci abtai��ing and shall pay ail casts iti con��ectiax� with any inapections, tests, re-tests, o�• approvals required foa- City's acceptance of ���aterials ot� equipment ta be incot'pot'ated in tl�e Work; or acc�ptance ofinate��ials, �nix designs, o�• et���ipinent strbtrutt�d for appz-aval p�-ia�� to Contractor's �uccl�ase thereof fat- inco��poration ui the Wo�•k. Such inspectinns, t�sts, re-tests, az• approvals shall be �erforined by organizations acceptable to ciry. D. City may a��range for tl�e setvices oF an it�dependet�t testin� ��boratary ("Testi�i� Lab") to perfarnt any i��spectio�is or tests ("Testing") far• any part af the Work, as detet•mined soleiy 6y City. 1. City wili coordinate st�ch Testing ro tiie extent passible, with Contractor; 2. 5houlcl any Testing unde�• thFs Section 13.03 D r�sult n� a"fail", "did not pass" or other si�nilar negative �-es��lt, tl�e Cont�•aetor shall be responsibie iar payin� for• any and aIl retests. Co��traeror's caticellatian witl�out cause of City initiat�d Testulg sliall be deemed a negative rest►it and ceqtEir� a retest, C[TY Ow FORT �VbRTH SaE�it.jr Se�yer Rel�,�bilit.ation Co3ztr:tct 91, Yar12, CPN 41957 nnd STAI�IDAEtDCOVSTRiJCT[6� SPECIFICAT[ON �OCiiM�.Ni'S � Westcliff Drainnge Impravements, Phase 1, CPN U1669 [tevisit3n: 8732021 0072�0-1 CEN�RAL CANDfTiO�€ S I'age 49 of G3 3. Any ama�mts ow�d for any retest under this Section I3,03 D shall be paid dir�ctly to the Tesiing Lab by Co�h•actor. Ciry will forwarc� a�l invoices for• retests to Contractor. 4. IfContracto�• fails ta pay the Tes#ing Lab, City will not issue Finai Paymentunt�l the Testin� Lab is �aid. E. If any Work (or the wor�C af athers) tha� is to be inspected, tes�ed, ar approved is covered by Conn•actor without wz•ittezl conci�rrence of City, Contractor shall, if reql�ested by City, uncover sucl� Woi•k for obse�vation. F. Uncoverin� Work as pravided in Para�apli 13.03.E shall be at Cant�actor's expense. G. Contractor slaall have th� rigl-it to make a Cont�act Claizn z�e�arding any �•etest o�• invoice isslied un�ier Section 13.03 D. 13.04 U�rcavej°i�7g Wo�lc A. If any Work is co�ered contrary ko the Contract Doc�rments or specific i�ist�•uctiqi� by th� City, it m��st, if r�quasted by City, be uncovet'ed fo�• Ciry's obsecvation ai�d �-eplaced at Contractar's expense. B. If City conside�•s it zjecessaiy or advisable that cavered Wo��k be observed by City or �nspected o�- tested by ot��e�•s, Cont�'actor, at City's request, shall uncave�-, expose, ar other�vise make available for obsetvation, inspectian, or t�sfin� as Ciry may �-eqt�i�e, that portion of the Work it� question, fi���ishing all necessa�-y laboi•, material, and eq�lipmEnt. l. If it �s %und tl�at the uncovered Wo�-k �s defective, Conh•actar sh��l pay all claims, cnsts, losses, and dainages (ir�ciuding l�ut not 1'uni�ed td all fe�s and charges of en�ineez-s, architects, attorneys, ai�d otlier professionals and aii caw`t or otl�er dispute resolution costs} arising aut of o�- relating to sueh uncovering, exposure, abs��'vation, inspection, and testuig, and of satis�actoiy replacement or reconsh'uction (incl�ding but not I�iuted to a11 costs af �•epau• or z-epl�cement of work of others); ar City shall be entitled to acc�pt defective Wark in accordance witi� Paragcapli 13.08 in which case Contractnr shall still be respansible foz- all costs associated with exposing, observing, and testi��g the defective Wo�•k. 2. If the unco�er•ed Wark is not fou�id to be defective, Contractar s��all be allowed an increase in the Co�itcact Price ar an extension of the Cont�-actTime, or hoth, directly attribi�table ta si�cl� ��ncovering, exposure, observation, inspection, testing, �'eplaceznent, and reconstr��ction. 13.05 Cit}� IYlay Stop tlte Wai1c If tk�e Work �s defective, ar Cont�-actor fails to supply suf�cient skilled workers ar suitable m�terials or eq�►iptnent, or fails to perfor��l the Wo�•k in such a way that tl�e completed Work will conform to tlle Cont�•aet Doc�imenks, City may ordej- Cotztractoc to stop the Wark, or any portion thereof, ti�ltil the ca��se for such order has been eiiminated; however, tl�is �•ig�t of Ciry to stop tl�e Work shall not give rise to any di�ty on ti�e part af City ta exerci�e this rigi�t fo�- tl�e bencfit of Contractor, any Ci`l'Y OF FORT �VORT[i S:u3itary Se�ver Reltabilitalioi� Cautract 91, Puri 2, CP�I 01957 and STA�TDAR�CO�STRUCTIO\' SPECIF€(;rtT10\' DOCUM�;N"CS �VcstcliffDrai�ageImprovemenis,Ph�se1,C1'N016G9 Revisic�n: R?i2t1�1 ao�zao-� GENERAL CAND IT ION S P1gc 5Q of 63 S�ibca��tractor, any Supplie��, any othec indi�id�tal o�• entity, or atiy �urety fo�•, o�� e�npIoyee or agent of any oF th��n. 13,Q6 Coj�s�ectrolr orRe�atr�vcrl ofDefeclive Wo�lc A. Proit�ptly afte�'receipt of written notice, Conti•actar siiall cor�-ect all cicfective Wock p�irs��ant to an acceptable scl�edc�le, wiicther o�• not Fab�•icated, ulstalled, oz- co���plcted, or, if t��e Wock I�as been rejected by City, xemave it from the Project and replace it with Wark that i� not defectiv�. Conicactor shall pay all cla�s, costs, additional testing, losses, and damages (inci«ding b��t not limited to all fees and chaz��es af engineers, arcl�itects, attorneys, and othe�• professionals and all eourt or arbin•ation or otiie�• dispute resoltition costs) ari�ing ot�t of o�- z�elating ta s�ich co�-�•ection or reiiiaval (includi��g but uot lin�ited ta all costs of repair or replace�nenk of work of othei•s). Faiiure to require the re��loval of any defectiv� Work shall not constitute acceptance ofsuch Work. B, Wlte�� co��recting defective Work ��nder the te�•ms aP this Parag�•aph 13.06 Oi' P11'�gi'��J�1 13.07, C�ntracta�- sl�all take no action that woirld void or othex-wise unpau City's special wart•anty and gu�f'antee, if ar�y, on said Work. 13.07 Ca1•i•ectio�t Perrod A. If witliin hvo (2) years aftec the date oi F'vlal Acceptance (or such Ionger period nf time as �i�ay be prescribed by khe terms of any appiicable special g,1�az•at�t�ee rec�ui�•ed by the Cont�•act Docun�ents), any Work is fo�ind to be defective, or if thc repai�• af az�y dama�es to the �anc1 or areas �nade available fo�� Cont��actoz•'s use by City or permitted by Laws and Regulations as contemp�atec� in Paca��aph b,10.A is �'ound to be defective, Contractor shall promptly, wikhc�ut cast to City and in accordanee �rith Ciry's wrikten instrL�ctio�ls: l. repai�- sucl� d�fective land o2• areas; or 2, co��ract si�ch defective V4�a��k; or 3, if the defective Wo�•k has been re�ected by City, ��e�nove it fi•om the Project and repl�ce it with Wot•� that is not defective, �nd 4. satisFacto��ily eocrect ar repau- or re���ove anci replace a��y daci�age to atile�' Wo��k, to the work of others or otl�er Ea►�d or areas resi�lti�a�; tl�e�•cfi•om. B. If Contracto�- c�oes not promptly com�ly witli the ter���s a� City's written instriictions, nr in an emci•gency whez-e delay wot�ld cause seriatis ��isk of loss or dax�age, City �i�ay l�ave the d�fective Work corr�eted or repau-ed oz• �nay have the �ejected Work removed and z•eplaced. AIl clait��s, costs, losses, and damages {i�cl��ding but not limited to ali fees and cha��ges c�f ei�gineer�, arcl�itects, atto�•neys, and otlier professionafs a��d all co�irt or otller disptite resoiution costs) arisir�g out of or rel�ting to such correction o�• eepau� o�� s�ich removal and �•eplacem�nt (inch�di��� b�it not limited to all costs af repair or replacement a� wo�•k of others) wili be paic{ by Conn-actax•. CITY bF i'ORT WORTI-1 S.u�'slair Se�ver iZel�abilit.3tion Corstr:ict 91, P.ut 2, CPN 01957 and STANDARDCfl\STRUCTIO\° 9PEC1FiCAT10\ E30CUIviENTS y 1VestcliffDrainage[mproveme�►ts,Phasel,CPN01669 Revision: 8'Z3/2D21 oo�2ao-� GENERAi. CANDITION 5 F"age S l of 63 C. In special ciz•cunns�ances wh�re a partic��lar item of ec�tiipment is p�aced i�z COI1t1T1l101IS ser�ice befoj•� Final AcceptanCe of all the Work, the correction period fo�- tha� item may sta�•t to run fram an earlier date if so provided in the Contract Dacum�nts. D. Where defective Work (and damage to othei• Work resulking therefi•am) has been correct�d or re�noved aa�d �•ep�aced under this Paragraph 13.Q7, the corz•ectian period hereunde�� with r�spect to such Wor�c may be i'ec�ui�•ed to be extended for an additio��l periad of one year after tl�c end of the initial correciion period. City shall pravidc 30 days writ�en natice to Coniractar should such additional warranty coverage be rec���i�-ed. Contractor may daspute this rec�uu�etnent by filin� a Contract Cl�izn, pursuant to Para�aph 10.06. E. Contractor's nb�igatians i�nder tl�is Paragraph 13.07 a�-e in addition to any other nbligation or warranry. The provisions of this Paxagraph 13.07 sha�l not be consirued as a substihite fo�•, or a waiver of, the provisions of any applicable statute of lin�itatior� ar repose. 13.08 Accept�rrrce afDefective Worlc If, ir�stead of requi�•ing correctinn or reinovai and replac�ment of clefective Work, City prefe�-s to accept it, City nlay da so. Contcactor shall pay all claims, costs, �osses, and dama�es {including b��t not limited to all f�es anci cha�•ges of engineers, a�-chitecfs, atto�•neys, anc� other professiana�s a�d a11 caui•t or othe�• di�p�it� resalutinn costs) attribt�table to City's eval�iation o�and dete�-n�ination to accept sucl� defective Work and �ar the diminished value of tl�e Work to the extent not otherw�se paid by Cantractor. If any suc� acceptance occi�rs p�•ioa- ka Final Acceptance, a Chang� Order will be issued incprpo�•atin�; the necessa�y re�isions in the Conizact Documents witY� �-espect to the Work, and City shall be entitled to an appropriate decr�ase in the Contrack Pi•ice, x•eflectu�g the d'unuvshed �al«e of Wa�•k so accepted. 13.09 Cit�rMayCor•�•ectDefectr'>>eWo1�Jc A. If Conhacto�• fails wi�han a i'easonable ti�ne aftex written notice frorri City to cort•rect defective Wo�•k, o�' ta remove and z-ep�ce �'e�ected Work as z-equved by City in accordance with Para�apl� 13.Q6.A, o�• if Contractor fails to perfor�n the Wprk in accoi•dance with the Contract Docuinents, o�- if Contractor faiLs to comply with any other prnvision of tl�e Co�a�-act Dncu�nents, City inay, aiter se�en (7) days written tiotice to Contractor, correct, or reinedy any such deficiency. B, In exe�•cisin� the rights a�id remedies und�r this Pa�-agraph 13.09, City shall proeeed expeditiously. I� connection with sl�cli car�•ective or remedial aciinn, City may exclude Co�ltracto�• from ali or paz�t of the Site, take passession of all or pazt of the Wo�•k and suspend Cnntracto�•'s se�•�ices related th��'eto, and incoz�parate in the Work all nlaterial� and enuipment incorporated in the Work, stored at the Site o�� for wl�ich City has paid Contractoi• b��t �vl�icl� az-e stored elsewhere. Contracto�- sh�ll allow City, City's representati�es, agents, cons��ltants, e�nployees, a�ld City's other contx�actors, access to the Site to enable City to exercis� the rights and reinedies unde�� this Para�aph. C. All clauns, costs, losses, and damages (incll�ding but �Zot li�nited to all fees aild charges o� engineers, architects, atto�'��eys, a3�d otiler• p�-a%ssionals ai�d all coti��t ar ather dispute resolution CITY OT' F�RT �VOR"CH Sanitary Scwcr RehabiEitation Conleact 91, Part 2, CPN 01957 and STANDARDCO\STRUCiIb\' SPFCIPiCAT[0\ DOCUIvtFn"C8 Westcliffllrainage Im�iro�ernen€s, Phasc I,CPN OfGG9 Itevision: 8'L�2�21 0072QD-i GENERAL CANI3l710N S Page 52 of 63 eosts) inc��cr�d n�• sustained by City in exei•cisi��g tlie rights and re�i�edi�s under this Pa�•��aph 13.09 will be char�ed against Contracto��, and � Change Oi•der• will be issueci �co�-porating the necessaiyrevisions in tl�e Contract Doc�i�ilents witk� z•especi to the Work; and City siiall be entitled to an appropriate decr�ase ir� tk�e Co�iri•act P�•ice. D. Contractor shall not be al[a�ved an extension of the Coni�act Tun� beca�ise of any �ie�ay in ttie perfa�•mance oF the Work at�cibutable ko the exercise of City's ►�ig�its anc� i•eiiledies ��nder this Paragraph 13,09, ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPL�TION 14,01 S'chec�ule of �crlares The Schedule of Values for• ]cunp sunl cont�•�cts established as prnvided in Para�•aph 2,07 will serve as the basis for pro�•ess �ay�nents and will be incorporated ir►to a fo�-na af Application for Pay���et�t acceptable ta City. P�•�gress pay�nents on accot2�lt of Unit Price Wo��k wil! be based on the �Z�itnber of linits completed. 14.02 Pj�og�•ess Pct}�riae�7t,s A. Appltccrtiofrs.foj•Pcryj�tents: l. Con�t�-actor �s responsibie fo�� p�•ovid'uig all info�•��latio�n as �•ec�uu•ed to becon�e a vendor of tlie City. 2. At Ieast 20 days before the date establisk�ed in the Gen�ral Req��i��ements for each progz�ess paynlent, Contrac�o�- sl�all subnut to City for re�iew an Applicatian fa�- Paytnent filled out and sign�d by Contracta�� covering tiie Work eo�n�leted as oi th�; date of th� Applicatinn and accon�paiued by s��ch suppor�ing documentatio�� as is �•equired by the Contract Documeiits. 3, If �ayment is �'equestec� an tlj� basis a� materials and eql�ipt�lent not incorporated in ti�e Work bl�t delivered and s��itab�y stored at t�ie Site or at anot�ier location agreed to in writing, the Application for Payrnent shall also be acca�npanied by a bill of sale, invaice, nr othe�• documentation warranting that City has receivec� the inaterials and equipment free and clear o�' all Liens aiid evictence that the �i�ate��ials anc[ equipn�er�t are covereci by appropriate insuranc� or other arrangeme��ts to protect City's interest therein, all of which nnast be sat�sfactory to C ity. 4. Beguining witl� ti�e �econci Application far Payment, each Applic�tion shall uiciude an aFfidavit of Cont�•actoc stating khat previous pro�•ess payments received on account of tlie Work have beer� applied on account to discharge Cont►•actoi's le�;itimate obli�ations assaciated �vith ���•ior Applications for Payiilent. 5. The ai�o��nt of retai��age with �•espect to progress payments will be as descriE�ed in s�ibsectiozl C. E�niess otherwise scipu[ated in the Conh•act Docu�nents. CI7'X OI' FORT WOCZTI i S�issituty 5ewer ftehubilitation Cc�nlr.jct 9[, Part 2, CPN 01957 and STANDARDCd�STROCI'f0� SPEC[F[CATIDN DDCLJMEI�"i'S WestcliFfDr�i��ageImproventents,F'hase E,CPN01669 Revision; R�ZzfL021 ao7zoo-i G�NEF2AL GONDITION S P�ge 53 af 63 B. RevretivofApplicatroirs: I. City will, after receipt of each Applicatian fn�• Payment, either indacate in writing a �•�comznendatian of payment or retu�•n the Application to Contractor indicating reasons for refi�sing paynlenk In the latter case, Cant�actor may make the necessaay co�•rections ancl resub�nit the A�plication. 2. City's processing of any payment i•equested in aii Application fo►� Payment �vill be bas�d on City's abservations of the exect�ted Work, a�1d on City's review of the Application for P ayment and khe accnmpanying data and scheduies, that to the hest of City's knowledg�: a. the Work has progressed to the poirit indicated; b. the quality oi t�e Work is gene�•ally in acco�-dance with the ConEract Docu�x�ents (sltb�ect to an evaluation of the Wo�'k as a fi�nctioning w�ole prior to o�• upon �inal Acceptance, the resi�lts of any subsequent tests called for in the Canh'act Documents, a final determination af c�uantities and classificatioizs for Work pe�-foz�med under Para�•aph 9.05, and any other q��alif'�cations stated in the r�comtnendation). 3. Processang any si�ch payn�ent will not tl�e��eby be deemed to have rep��esented that: a. it�spections made to check the qti�ality or the quantity of the Work as it I�as been perforn�ed have be�n ex�iaustive, extended to every aspect of t1�e Wark in progyess, or involved detailed inspactions of the Work beyond the responsibilities specifically assigt�ed to City in the Contract Documents; ar b. the�•e may not be other matters or issues hetween the parti�s that inight entitle Contractor to be paid additionaIly by City or entitle Ciry ta lvithhold payment to Cantracfio�-; or• c. Cantractoz� has cnn�plied with Laws and Regulations ap�licabl� to Cont��actor's p�t•formance of the Wark. 4. City may rafi�se ta process �l�e whole or any part of any payi��e�1t because of subsec��zently discavered e�idence or the xes�►lts af subseqi�ent inspectians o�' tests, and revi�e or revoke any such pay�nent previausly made, to such �xtent as may be necessaiy to protect City from loss because: a. the Work is defective or completed Wnrk has been damaged by the Contractar or st�bcotitractot's req��uing co��•ection or repl�ceme�it; b. c�isc�•ep�ncies in qt�antities contained rn previous applicat�ans fo�' payment; c, tha Conhact P�•ice l�as be�n reduced by Cl�an�e Orde�•s; d. City t�as been �•equired to coz•�-ect defective Work or compiete Work in accocdance ��ith Paragc•aph 13.09; or CITY QF FORT �VOR'1"H 5a��itnry Se�ver Reh.ibililation Cantract 91, P�rt 2, CPN 01957 and S"I'ANDf1Ii[7C0\STRUCTiON SPFCIFICAT[�\ DOCUMENTS 1Vestc]ifft]rainageImpro�ements,�'€�ase1,CPNU1669 Revision: 82�2021 oo7zoo-i GENERAI COldDfTlO�i S Page 54 of G3 e. City (1as ach�al knowledge of the occuri•e��ce nf any of the events en��merated in �'ara�•aph 15.02.A. C. Retrrirrage: l. Far contracts less than $400,000 at tl�e tii��e nf cxecl�t�ora, cetainage shall be t�i1 percent ( � D%}, 2. �'or contracts greater thdn $�OO,OQO at th� ti�ne of exect�tion, retai�ia�;e shall be five peccei�t {J%). D. Lic�aridated Dcr��rcag�s. For eaeh ealenclae day that any wozk sh�ll �•e���ain �ineompleted �£tex• tl�e tiine specified in tl�.e Contr�ct Documents, the siun pez� day specified in the A��ement wi�l be assessed against the nlonie� due the Contyactor, nnt as a penalty, but as dai�iages suffered by tiie City. E. Prc}>»rerrt: Contractor will be paid purs�lant to tl�e req��n•ements of this A��ticle i4 �nd p�y�nent will become d�ie in accordance with tl�e Con���act Documents. F. RG'LIilCJl011 111 PCl��litL'11f: l. City may r•efiise to �nake payment of tl�e amou�it requested bec��ase: a. Liens have been filed in connection with fihe Wo�-k, except where Co��tractor ilas delivcr•cd a specific band satisfactoty to City to secw•e the satlsfaction and dischar�e af s�icl� Liens; b. there are other ite�ns entitlin� City ro a set-off against tiie a�not�nt x�ecommendeci; o�• e. City has actual knowZedge of tl�e occiu•r�nce ai�ny of the events enum�rated in Pal•agra�l�s 14.02,B.4.a tl��•otEgh 14.02.B.4.e or Paragcapil 1S.Q2.A. 2, If City refi�ses to make payttlei�t oi tl�e an�otint requested, City wilt give Contractor wriiten notice stating the �•easons for sucl� actian anct pay Cont��actor any a�nnunt z'e�naining after ded��ctian of tkie amount so withh�ld. City shall pay Con�ractor the amount so withhe�d, or any adjustinent the�-eto a�•eed to by City and Cont�•actaz-, when Contractor �•emedies tl�e �•easons fo�• s��ch action, i4.03 Coiatl�crctnr'ti Waj•ra�rty of Trtle Contractor warrants anc� gua�-antees that title to al! Wnrk, niateriafs, and �c�iiipi��et�t cov�red by any Application for Payment, whether ir�co�-po�•ated i�-� tlie Proj�ct or not, will pass to City no later than the tinne af payment free and cl�ar af all Liens. CITYQF FOR'C' �VORTEI ' S��nitury Sewer Reh�l�ifitalinn Cantract 91, Y1ri 2, CPN 01957 und STAl�II)ARDCO\STRfJ('?[0\ SPLCIF[CATf4Y DOC[7MENT5 Westclil�fBrainagelmprovetnents,Phasel,CYHE}1659 RCViSfOfl: S��3I�OZ� oo�zoo-� G�NERALCONDIiIONS Page 55 of 63 14.04 Pa.r�tial Utilizatrorr A, P��iox� to Finai Acceptance of a1! the Wo�-k, City may ��se oi• occ��py any pa�•t af the Work which has speci�cally been icientiiied in the Cont�-act Documents, or which City detez-mir�es constitutes a separately fiinctioning and usable part af the Work that can be used for its intended pi�rpase without signifieant i�terference with Contz•actor's perforinance of the remaindez• af the Wo�•k. City at any time inay notify Cont�•actor in w�-iting ta pertnit City ro use or occupy any sueh part of the Woz•k wl�ich City detei•mines to be ready fo�- its intended use, s�ibject to tl�e following conditions: 1, Conhactor at any tune may notify City in writing tliat Contracfor canside�`s any such part of tl�e Work ready for its intended use. 2, Within a reasoi�ab�e tiMa�e after notif'ication as enumerated in Para�'aph 14.OS.A.1, City a��d Contractor shall n�ake an inspection of that part of the Woz��C io determine its status of can�pletion. If Ciry does not cansider that part of the Wax•k to be substantially con�plete, City will notify Contracto�• in wziting givin� the �•easons therefaz•. 3. Partial Utilization will not cnnstitiute Final Acceptance by City. 14.05 F171CllI1tS�3�C1101t A. Upan wririen notice fi•on� Contracto�� that klle entire Woi•k is S ub s t a nt ia i 1 y Camplcte in acco�-dance with the Contract Doct�ments: 1. Wikl�in i0 days, City will schedule a�inal Inspection wit� Contractor. 2. City wil! notify Contx-ac�or in writing of ail pai�ticula�•s in which this inspect�on reveais tl�at the Work is incomple�e or clefective {"Punch List Items"}. Conti•actar sl�ail ��i�mediately take such measures as are necessary to complete such Work o�- �'emedy such defciencies. B. No titne charge will I�e made a�ainst the Contractar between said date of notif'ication to the Ciry of Substantial Co�npletion and the date of Final Inspectinn. 1. Should the City det�rinine that the Work is not ready �ar Final Inspectioi}, City will notify the Contx•actor in writing of the reasons and Contract Tin�e will resu�ne. 2. Should the City concu�• that SubstanNal Completion has b�en ac�iieved with the exception of any Pt�nch List Items, Cont�act Time will ces�fn�e for the ciuratian it takes for Contractor to achiev� Final Acceptance. 14.06 Fi1ia1 Acce�trritce Upon completian by Cont�•actor to City's satisfaction, of any additionai Woz'k identif�ied in the Final Inspection, Ciry �vill issue to Contractor a letter of Final Acceptance. CfTY OF FORT 1V�RTH Sa��itary Se�ver Rehabilitatio�� Coutr�ct 91, Part 2, CPN 01957 ���d STANDAk2DCfl:�3TRUCTI�\' SP6CIFICATIO\' DOCUME�'TS 1Vestcliff Drainage Improvernems, Phase 1, CP1V 41G6�1 Re��isian: ftrZ3202{ ao�rzao-i G�N�RAL COND ITION S Page 56 of 63 14.07 FI3?ClI PCd)�I11L'llt A. Applicatio�rforPc�y�fre�tt: Upon �inal Acceptance, and in the opinion of City, Co��traetar ��ay rnakc; an appiieation for final payinent following the px•ocedui•e for progress paynients in acco��da�ice witl� the Contract Docu�nents. 2. The final Applicatian for Payrt�ent shall be accamparued (except as p�•eviously delivex-ed) by: a. all doctiinentatiar� cal�ed for in the Contract Dc�cumenis, including bi�t not litnited ro the evidenc� of instu�ance x�equu•ed by Par�graph 5.03; b. co�isent of the surety, �' any, to final payment; c. a list of all penciing o�• released Damagc Clait��s against City tl�at Contractor bclieves a��e Ul1SClt��Cj; �11C1 d. affidavits of payments and complete and legaily effeciive releases o� waiveas (sati�factoi•y to City) of all Lien rigl�ts az�isi�ig out of ar Liens �led in connection with tne Work. B, Priytl7ejtt Becol�res Dite: 1. Afte�• City's acceptance of` the Applicatian for Paymeut a�id accompanyulg docu►nent�►tion, requested by Conh�actor, less pcevious payments �nade and any suin City is entatled, inch�ding 6tit ��ot (imiteci to lic�uidated datnages, will b�co�ne due and payable. 2. After all Dan�age Cl�ims have been �•esolved; a, diz•ectly by the Cant�actc��• or; b. Cont��acto�• pcovides evidence tl�at the Damage Ciai�n l�as been repo�•ted to Contracror's ii�surance p�•ovider f�r resolution. 3. The inakir�� of tlie final payrnent 6y tlle City sha11 not relieve the Contracto�- of any guarantees or othex• ��enuu•emcnts of tiie Conri•act DocG�►nents w�ucl� speei�cal[y contin�ie thereafter. 14.08 Finrcl Cojtr�letia�a Delcr}�ec/crrrcl Pa�tral Retai�tage Release �. If fi�ial con�pletion af the Wo�•k is significantly delaycd, and iF City so confums, City ���ay, upon receipt of Contractor's finai Application for Payinent, and witliout te�-nninating the Cont��act, make payment of the balallce di�e for that portion af the Wo��fc fi�lly co�npleted and accepted. If tlie a•eznaining baiance to be held by City Po�- Work not fi.zlly complet�d or co�-�ected is less ti�an the retai�ia�e stip��lated in Para�r�p1� 14,02,C, �nd if bouds have been fu►-��ished as rec�ui�•ed in Pa��ag�•apl� 5.02, tl�e w��itten eonse�t of tl�e si�rety to the payment of thc bala�ice due for tliat CI'['Y O�' FORT «70RTI{ 5anitur Se�ver Kehuhilitution Conlract 91, Part 2, CP� U1957 and STANDAEt�C6�5TRIICTfON SPFC]FICATIO\° DOCUME3VTS Y 1VesEclifPDrainagelmpravecnenis,Phase I,CPNUl6b9 Re�ision: 8?_3f1D21 oc� 7z oa - � GENERALCONDiTIONS P1gc 5? nf 63 portion of tlie Work fully completed and accepteci shall be submitted by Contractar to C�ty with tlie 1�pplicatian for st�ch payment. Such payrrzent shafl be made �inde�• the te�-ms and conditio�is governing final payment, �xcept that if shall not constitute a waiver of Contract Cl�ims. B. Pcai7ictl Ret«iltageRelecise. For a Cont��aet that provides for a sepa�•ate ve�etativ� establishment and maintenance, anc� test and per�ar�nance �erinds foiiowing the cainpl�tion of all other constr��ction in the Contract Doc«ax�ents far all Work locations, the City may release a portion af the a�notint retained provided tl�at all otller wark is completed as deterznined by the Citiy. Befoi•e the release, all submiitals and final c�E�antities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will b� retained. 14.09 W��iver of Clairrls The acceptance of iu�al paynlent will constihite a rel�ase of ti�e Ciry fro�n all claui�s or liabi�if ies under tl�e Contract for anything done or fi�i�i�hed or relating tn tl�e �vork under the Contract Documents or any act o�- ne�lect of City related to or connected wi�h the Contract. ARTICLE I S-� SUSP�NSI4N OF WORK AND TERM�IVATION i 5.01 City Mcry Sttspend Woi'lc A. At any tune and without eause, Ciry n�ay suspend the Work o�- any pot�tion thereof by written notice to Contractor and wl�ich may fix the date on whieh Work will be resutned. Contracto�- shall resunle the Work on the date so fv�ed. Durin� te�pora�y suspension af the Wo�•k cave�•ed by these Cantract Doct�ments, for any reason, �lje Ciry will inake no extra payment for stand-by time a� construction ec�uipment and/o�- constrirction crews. B. Shou�d the Contractar not be able to complete a partion of the Project due to caiases beyoi�d the contro� of and witho��t the fault or negligence of the Cant�•aetor, and shoti�d it be deterinined by m�ihial co�isent of the Cont�•actor and City that a solution to allow consh•uction to p�'oceed is not available within a reasonable period of tir�ne, Contracto�• may reqt�est an extensioi� in Conh�act Time, duectly attributable to any such suspe�►sion. C. If it shou2d become necessa�-y to suspend the Work for an indefnite period, the Contractor sha[l stoz-e alI mat�rials in st�ch a�na��er that they wiil not obstcuct oz� i�npede the pt►blic i�nnecessarily nor beeon�� damaged in any way, and he shall take eve�'y precautiotj to prevent darr�a�e oz- deterioration of the work perfo�`n�ed; he shall provide suitable cii'air►age abaut the woi•k, and erect kempo�'ary st�•uchues whez•e necessary. D. Contractor may be reimburs�d for t1�e cost of ��zaving his �q��ipn�ent aff the job a�d �-eturning the necessary eq��i��n�ent to the job when it is detertnittec� by the City that canst�uction ���ay be resi��ned. Sucla re���bursement sliall be based on actt�al cost to the Contractar oi illoving ti�e equipment and no pY'ofit �vill bc alloweci. Reimburse�nent �nay not be allo�ved if the cqt�ipment �s rnaved to another constrt�ction project �ar the City. C[TYOF �'ORT �VORTII S:u�it��cy Se�ver Etchabilitalion Contraict 91, Yart 2, CPN 01957 �jnd �'T'AN�ARBCD\STR[1CT10\ SPBCfPICf1Tt0\ �OCUIvtEi��TS �Vestcliff Drainage lmproveme3its, Ph1se f, CPN O1b69 Rc�ision: $2i/2(I21 OD7200-I GENERAL CONDITIflN S f'�ge 58 of G3 15.02 Cit}� May Te��niitrate for Cc�use A. Tl1e occuR�z•ence of any onc or n�ore of the folla�ving events by way of exatl�ple, but not of li�nitation, may j��stify ter�nination for cause: 1. Contractor's persiste��t failure to perforin the Wo�•�C in accordance with the Contract Docu�i�ents (inci�idi��g, but nat lii��ited to, failu�•e to supply sufficient skilled workers o�• suitab�e �nat�rials or eq��ipment, failure ta adhe�-e to the Pcaject Sched�ile established t�nder Paragrapli 2.07 as adj�tsted ii•om tirne to time ptirst�ant to Pa�•agrapll 6.04, or Failuz-e to adf�ere to tl�e City's Bt�siness Div�rsity Enteap��ise Ocdir�ai�ce #20020-12-2011establisl�ed under Para�•apti 6.06. D}; 2. Coutractor's disregard of Laws or Regulation� o�' any public body havi�ig J��risdiction; 3. Contractor's repeated disregard of the autiiority of City; or �}. Cont�•actor's violation ir� any substantial way of �ny prov�Yons of the Cant�-acl Docuinents; az• 5. Contracror's tail�i�-e to pron�ptly �nake �;ood any defect in matcria�s or work�nanslup, or defects of any n�hu'e, the coz-��ectioi� of which has been d'u•ected in w�•iting by the City; or b. SuY�stantial indicatioii i��at t11� Contracto�• has m�de an unauthorized assigr-�xnent of th� Cantract o�� a��y fiu�ds due thereFi•a��1 for the bene�t of any creditor o�• for any other purpos�; or 7. Substantial evid�nce that the Conkracror lias becom� ins�lvent a�• ba��krupt, or othei•wise financially unabk; t� catiy on t�e Wo�•k satisfactori(y; or S. Coi�trac�or co����ne�lces legal actian in a co��ct of eo�npete��t jurisdictian against thc City. �3. If one or tnore of tlie cvet�ts identified in Pa�•ag�•aph 15.02A. occur, City wiil p�•ovide written notice to Contractor and S��rety ta ar•range a confe�•ence with Contractor and Su�ety to address Contractor's failure to pe�•form the W�rk. Conference sh�l[ be held not later than 15 days, �ifte�• �'eceipt of notice. 1, If the City, the Conhactar, �nd the Surety do not agrae tn allow tl�e Coz�t�•actoc to proceed �o perforiii tlze constrt�ctia�� Conh-act, tl�e City may, to the �xteut �ern�itted by Laws and Regu�ations, declare a Cot�tractor default and formally te�•minate the Cont�-actaz•`s right to co�nplete tf�e Contract. Contractnr defal�It shall not be deciared ear�ier than 20 days a�er the Cont��actoi• and Surety have received notice af conference ta adciress Conh•aeror's fail�u•e to pei-fax•nn tl�e Work. 2. If Contracto�•'s servic�s are ter�ninated, Surety shait be obligat�d ta take ove�• and perform tlie Work. If Stu�ety do�s i�Ut cotnn�ence perfort�iance the�•eof r�vithin 15 consecutive calendar days a�'ter date of an additionai written notice dei���nding S��rery's perfor�nance of its CITY OF P�RT WORTH Sani�ar Sewer Reh;ibllliAYl013 CUft€1:11:I JE, Part 2, CY�' O1957 and STA��IDARDCO\STRUCTfO\ 3PECIFICATIO\' DOCUMF.I�TS y 1,ye5tcliFfDrainagelmproven�enis,Phasel,CPN01G59 Revision: R23�?_Q2[ 00 �z oa - i GENERAL fiANDfTIflN S Pa�e S9 o f 63 obligations, theii City, without p�•ocess oz- action at law, tnay tak� ova�• any portion af the Work and cornplete it as describ�d below. a. If City comp�etes the Work, Ciry n�ay exclude Contractor and S�uety from �he site and take possession of th� Work, and all nn�ter�als and cquipm�nt incorporated into the Wo�-k stored at the Site or for whicla City has paid Contracto�• or Surery but �vhieh are stared else�vhece, and ianish the Wox-k as City may dee�n expedient. 3. Whether City o�� Surety co�npletes the Work, Contractor shall nat be enfitled to receive any fiu-ther payment until the Wo�-k is finished. If the unpaid balance of the Concx•act Price exce�d� all clauns, costs, losses and damages si�stain�d by Ciry ari�it�g out of or a-esultin� from completir�g the Wo�•k, such excess will be paid to Conh�actor. If such clai�r�s, costs, losses and damages exceedsuch �inpaid baiance, Contractoc shall pay the differ�nce to City. Such ciairns, costs, losses and danraages incurred by City will be incorporated in a Char�ge ��-der, pravided that when exerci�ing any �-igl�ts or remedies under tl�is Pai•agrapl�, Ciry sl�all not be ��equi�'ed to of�tau-� the lowest price for tl�e Woz'k performed. 4. Neitl�er City, nor any af its �•espective eonsuItants, agents, officea�s, directars or employees shall be in any way iiable ar accountable to Conh•�ctor o�• St��•ety %z• tl�e metl�od by whicl� the completion of fihe said Work, or any portion thereof, may be accompl�shed ar for the price paid therefor. 5. City, notwitl�standin�; the niethod �ised in completing the Conf�•act, shali not forfeit the right to �-ecove�• damag�s fi•om Contractor or Surety fo�• Conh-�ctar's faihue to timely complete the entire Contract. Co�iri•acto�• shall not be entitled to any c1a�11 oi1 account of the method used by City in completing the Cantract. 6. Maintenance of the Work shail contin�ie tn be Conh•actor's and S��rety's responsibilities a� provid�d for in the bond req�iu�err�ents of the Contracf Dacuments or ar�y special ��az-antees provided for und�r the Conhact Docum�nts or any ottjea• o�ligations otherwise p�-esc�-ibed by law. C. Notwitl�staY�d'ang Para�€aphs 15.02.B, Conh•actor's se�•�ices wall r�ot be tert�ui�ated if Contractor begins within seven days of receipt of notice of intent to te�-minate to co��'ect its fai6��re ta perfo�-m and peoceeds diligently to cu�•e s�icli failure withifl no mox-e than 34 days of �•eceipt of said notice. D. Where Contracto�•'s servic�s have bee� sa tei�i�inated by City, the tei-�nination will not affect any �ights nr remedies of Ciry against Co�h-actor then e�sting or wl�ich may thereafter aecrue. Any retention or paymeilt of n�oneys dl�e Co�ltractpr by City �vill not release Contractox• fi•ozn liability. E. If and to the extent tk�at Cont�acto�• has pro�ided a perforn�ance box�d zu�de�' the provision� of Para�•aph 5.02, the termination proced�ires of that bond shall not supersede the pr•ovisians of this Articic. CITY OF �'OIL'i' �VORTH S�nilary Sewer Rei�ubilitalion Contract 91, Part 2, CNN Ot9S7 and STANDARDCDlSTAUCTION SPF,C[F[CATIO\ DOC'tIN1El�TS 1VestcliffDr�tinageltnprove�ne[tts,l'haseI,CPNOl659 Revision: Rr1_3/1021 o��zQo-� GENERA� CONDIT[ON S 1'age 6U of G3 15.03 Ci.ry May Ter•�trirttrte Fot• Co�7vertiertce A. City may, witho�it cause a��cl without p�•ejt�ciice ta any othei• ri�ht oc cetnedy of City, te�-minate tl�e Contract. Any termir�ation s�iall be effectedby mailir�g a notice oithe iermir�atian ta the Contracto�• specifying the extent to which periar�nai�ce o�' Work undc:r the conh•act is t�rt��inated, and the date upon which stich termination beco�nes effective. R�ceipt of the notice shall be dee���ed ca�c�usively p�•esumed anc� estabtisl�ed wiien the lette�• is p[aced in the United Statcs Postal Service Mai1 by the City. Furthec, it sllall be dee���eci ca�lclusively presu«ied and established t�iat si�ch tez-rnination is made with just cause as therein stated; and no proof in any cIaim, d�mand or suit shall be �•ec�uu•ed of the City regardin� such d�scretian��•y action. B. A�ter receipt of a notice of teririination, and except as ntherwise d'u-ected by the City, the Contractoi• shall: k. Stop wo�•k imde�• the Co�ltract on tile date and to the ext�nt speciiied in the notice of tertnination; 2. pl�ce no fi�rtl�e�• o�•ders or subconh•�cts foc materials, seivices az• �aeilities except as �nay be necessa�y iar completion of sucli partion of the Work under the Contract as is not te�-minated; 3. tcr�ninate all orde�s and sub�ouh•acts to tt�e exter�t that t�iey relate io tlic performar�ce of t��e Work terminated by noticc of �ertninatron; 4. tra�lsfer title to the City aud deliver in the rnanner, at tl�e tir�es, and to tlie extent, if any, directed by the City: a. the fabricated or unfabricated parts, Wo�•f� in ��•o��ess, completed Work� Sll�]�711�5 and other n�aterial prodt�ced as a part nf, Ol' �CCjUII'�C� lil COilil�CtIOI1 wittj the perfo�•���ance of, the Wa��k termi��ated by the notice of thc te��nination; and b. the coinpleted, ar partial(y co���pEeted plans, ci��awin�s, inf'nr�7�atioj� a�ad other property whicl�, i� tl�� Cont�•act l�ad been completed, woiild have been cequired ta be f�i�-�}is(�ed to th� City, 5. complete pe�-fo�-���ance of such Wo��k as shall not I�ave been te�•�x�inated by tlie notice of termination; and h. take such action as inay be necess�ry, or as ttje City n�ay di�ect, fo�• the pr•otection a�id preservakioa� of the property related to its contrack which is in tlie possession of the Contracta�- a��d a�� wllich the owi}er has oi• may �cc�uire tlie resk. C. At a tune not later than 30 days after tl�e te�-�nination date specified in the notice of ke�-rnination, tl�e Contractor may submit to tl�e City a list, ce�•ti�ed a� to quantity and quality, of any ax� all items a� tea•z��ination inventary not p�•e�iotrsly disposed of, exclti�sive of items tlie disposition of which ha� been dicected ar• autharizecf by City. CITYOF FpR`t' WORTIi Sunit�Er Sewcr Rchnbiiilation Conlracf 9i, Puri 2, CPN 01957 �knd STAYDARDCO:V3TRUCTION 5PFC1FICAT[OY �OCUMENTS Y WestclifiDrainageimprovemcnts,Phasel,CF'N�166�3 klevisim�: R'L3/2021 ao�zao-i GENEi�AI. C4NDITi0t1 S P age b 1 of G3 D. Nat later than 1S days thereaft��•,the City shall accepttitle to such it�ms p��ovided, that the list submitted silall be subject to Werificatiot� by the City t►pon remaval of tlse items or, if the items are stored, witl�in 45 days fram th� date of su�missian of tlie list, aild any necessaiy adj�istments to correct khe list as sub�nifted, shall b� rnac�e p�•ior to final sett�ement. E. Not ]ater than 60 days after the notice of tez-���ination, the Contcac#or shall submit l�is terrnination claim to the City in the forrt� �nd with the ce��tificatian presc�•ibed by the City, Un�ess an exten�ion is made in wcitii�g withiij srrch 60 day period by the Contractor, and ��anted by the City, any and all sucl� clai�ris shall be conciusively deemed waived. F. �n such case, Contt•actar sha�l be paid fo�- (without dupiication of any it�ms): l. cornplet�d a��d acceptable Woi•k executed in acco�•dance with the Contract Documents prio�• to th� eFfective date of termination, inciuding fair a�id reasonable s��n�s fo�- overhead and p�•ofit on st�ch Work; 2. expen�es sustained prior to the effeetive date af termination in performing services and fi�r�ishu�g labor, material�, or �quipment as requ�ed by the Conh•act Documents in conriection wikh uncompleted Woz-�C, plus fau and reasonable siuns fo�� overhead and pro�t on such expenses; and 3. �-easonable expens�s di�•ectiy att-�•ibutable to tern�i►�ation. G. In the event af the failure of the Contracto�• and City to agree upon the whoie amo�int to be paid to tl�e Contractor by reason of the termination of the Wo�•k, the Ciry s1�all dete�•mine, on the basis of information avai�abl� to it, tl�e amount, if any, due to the Contractoz• by z-eason of the termination anct sha11 pay ta the Contcactar the a�7lounts detennined. Conh�actar shall nnt be paid on account of loss of anticipated profits or revenu� or other econon�ic loss a��ising out of or resulting fro�n s�ieh terminatio�l. ARTICLE 16 -- DISPUTE H.�SOLUTION 16.01 Metlrods cr�ad Procerlan•es A. Ei�her City or Contractor may �-equest m�diation of any Conh-act Claun submitted for a decision ��nd�r Paragraph lO.Ob be�ore such decision becomes final a��d binding. Th� request for mediation shall be submitted to the other party to the Contract. Tirnely s�ibinission of the rec�uest shaIl stay �he effect of Pa�•agraph 10.06.E. B. City and Contracror shall participate in the mediation process in good faith. The p�•ocess shall be commenced withir► 60 days of f�lu�g of the x•equest. C. I�th� Co1�t�•act Cl�itn is ��ot resalv�d by mediation, City's act�on under Paragraptz 10.06.0 or a deniai p�u'suant to Paragraphs 10.06.C.3 or 10.06.D shall beco�ne finai and binding 30 days after tern�iation of tl�e inediatian unless, witi�i�i that tune p�riod, City oz' Conti•actor: C1TY bF I'ORT �VORTE I Sanitnry 3ewer Reh��bilitation Cot3trlct 91, P�rt 2, CPN 01957 :md STA�I[IARDCb\STRUC7f0\ SPHCIEICAT[OY DQCUIvSEI��T'S IVestcliffDraittagelntprovements,Phnscl,CP1VOk6G9 k7evisio€�: RrLl�l D0 72 00 -1 CENERAL CO�IDITION 5 Page 62 of 63 elects u� writing to invoke any other dispute resolirtiort process p��ovided for in the Su�plementary Conditions; o�• 2. a���s with the othet• party to submit the Cont�-act Claim ta anothe�• disptite resolutic�� process;or 3. gives w�•itten natice to the othez- pa�-ty of the u�tent to s��bnut the Contract Claun to a caurt af competent jurisdiction. ARTICLE 17 — MISC�LLAN�OUS 17.41 Givi�tg Natfce A, Whenever any p�•av�sion of the Contract Dac��ments rec�uu�es the gi�ving of written natic�;, it will be deemed to have been validly given if: l, deliver�d in person to tlie ir�dividual or to a��1e�Y�ber o� the fi��m or to an c�fficer oi tlie co�-poratioi� foc w�ip«� it is intended; or 2, c�eli�erec� �t o�� se�it by registered oi• cez-tified mail, postage prepaid, to khe last b�isiness acid��ess known to tiie givec of t1�e notice. B, Bi�suless acidress changes r����st be promptly �nade i►� vvriting to the ot�er party. C. Wl�e��ever the Coi}tract Docu►i��jlts specifes givi�lg �lotice by electronic nleans si�ch electro�uc nntice shall be dee�ned suffcient ��pon confirmation of �-�ceipt by tlie �•eceiving party. 17.02 Co�rlpirtatiorr ofTij�res When any pe��iad of tune is referred to in the Contx•act Documents by days, it wIll be co���puted to cxclude the ���st and include the last day of s�cii pe�-iad. If the last d�y of any sti�ch periad falls on a Sat�i��day or Sunc�ay or o►� a day made a iegai lioliday the next Wo��ki��g Day shall become tl�e last day of the per•ioc{, 17.03 Ci���tt�ltctive Re�lleclies The duties and obligations imposed by these General Conditions and t��e rights and remedies avai�able hereunder ta the parti�s hereto aze in additian to, and are not ta be canst�-ued in any wayas a limitatio�i of, any �•igi�ts and re�l�edies available ko any o�• �il of tliem wl�icll a�•e otlierwise i�nposed o�• avai[able by Laws or Regulations, 6y speciai wa��x�anty or g�iar��itee, or by other pro�isiot�s af tl�e Contract Dacu�-nents. The provisions of this Parag�-apla will be as effective as if repeated specif'ically in the Cont�-act Doc�i�nents in connection witli each pa�-ticular duty, obligation, r•igl�t, and �-emedy to w�tch tlley apply. CETY O�' �ORT 1�ORT}{ S.u3itar 5ewer Reh<ibiliEalion Contract 3l, Pcstt 2, CPN O1957 and STANIIAFtF]C6�I5TRUCT[0� SPEC[F[CAT10\' DOCUMEI�ITS y lyesfclfffDrai3�ageImpro�ements,k'hasel,t;PNU1669 [Zevision: RrL�/ZD21 00 �z oa - f GENERAL CONp1710N 5 Pngc b3 of G3 17.04 Scrr��ivalofObligcrtiojrs Ali �•epresentations, indemnifications, warranties, and gua��antees made in, rec�t�ired by, o�- given in acco��d�nce with the Conh�act Doct�tnents, as we�l as all caniir�uing obligations indicaled in the Contract Doc�uilents, will survive final payment, coanpletion, and acce�tance of the Work or terrnination ar completion oi the Contract or termination of the servic�s of Cont�actor. 17.05 Her�dil�gs A�•ticle and p�ra�aph 1leadings are inserted for convenience only snd do nat constih►te pai•ts of these Genez-al Canditions. C[TYOF POEZT �VORTH $pnifary Se�ver Kel»bilitatio» Conlracl9l, Parl 2, GPN D19S7 smd STAN[]ARDCO\STRU�T[0� SPCC[F[CATIO\' DOCUNiEA'TS 1VestcliffDrainageLnprovemcnts,Phasel,Cf'NOlfi69 Rcvisio�r R�L?/2021 oa �3 an svP��.���r�TA��r coNo�Trarrs Page � �e� S�CTION QO 73 00 SUPPLEMENTARY CONDITIONS TO G�NERAL CONDITIONS S��pplementa�•y Conditions These Snpple�nentary Conditions �nodify �ti�d supple�nent Section 00 72 00 - General Conditions, and other provisions of the ConEract Doci��nents as indicated belo�v. All provisaons of tlie General Conditions that are moclified or s��pplemenied reniain in fiill force and effect as so modi�ed or suppleinented. All provisions of ihe General Conditions �vt�icif are not sn modifed or suppletnented ��ernain in ft211 force and effect. �e�neti Terms Tl�e terms used in these Suppl�mentaiy Conditions ��liicii are defined in the General Conditions l�ave the meaning assigned to thetn in tlie Generaf Conditio�is, �mless specificaily noteci her�in, Niodiiieations anti S��pplements The fallo�ving are instructions ti�at modify or supplement specific p�ragraphs in the General Conditions and ott�er Contract Documents. SC-3.b3B.2, "ltesalving Discrepa�eies" Plans govern over Specifications. SC-4.OlA Easement limits sho��n on tl�e Dra�ving are approximate and �vere pro�ided to �stablisli a basis for bidding. Upon receiving tlfe �nal ease�nents descriptions, Contractor shall conapare them to the lines shotvn on the Contract Dra��vings. sc-4.OlA.i., L°AvAilability of Lflnds" Tlie following is a list of kno�vn outstanding riglit-of-�vay, and/or ease�nents to be acquired, if any as of Not�enaber 2, 2021 Outstanding Itight-Of-tiVay, and/�r Easements to Be Acc��i��ed PAACEL OWNER NUMBEA EX1 - Draittage Garnett TARG�'1' DATE OF POSS�SSION 01/30/2022 Tlie Ca�itractor unde►•stands and agE�ees tllat tl�e dates listed above are estimates only, are not guaranteed, and do not bind i��e City. If Contraccar considers the final casements provided to differ inaterially Gon� tlie representations on the Contract Dra�vings, Cont►•actor sl�all witl�in five (5) Busiifess Days and be€ore proceeding �vith tlie Work, notify City in �vriting assoeiatec� �vith tlie diffcring easement line loeations. CITY OF rOC�T �VORTH Sanitary Sewer Rehal�ili�ation Contract 9I, Part 2, CPN 01957 & STANbAELD C�NSTRUCTI�N S[�GCIFICA'F'IQN DOCUM�NT9 �Vestclii�'Drainagc [c2�proveEnents, Phase l, CPiV Ok6G9 Revised March 9, 2020 Adc3endum No. 1 DO 73 �0 Sl1PPL�'MF,IVTARY Cf3NDiTIONS P:�ge 2 ofG SC-4.O1A.2, "Availabilify of Lands" Utilities or obstructions to be remave�i, adjusied, ancllor reloeatec� TI�e following is iist of �itilicies and/or obstructio�is tiiat have not been removed, �djasted, and/or re[ocat�d as af Noe�c�n�bey 22, 2021 EXPECT�D OWNER UTIL[TY AND LOCATION TAAGET DATE OF AD.iUS'1'MENT Oncor tI Tc4c T Utilily�o]e; i��rrltipJe utililies _ ___ __..__.._._ .....----._.._....--------- --- Teleconll»�alicaliolrs Pj•rni• !o CO11S11'i1C11071 Pr�ia• !o corrstj•ttclio�r Tkie Contractor �mderstands and agrees tl7�t tEie dates listed above are estimates only, are not gtiarsnteed, �nd do nat bind thc City, SC-4.02A., "Subsurface ancl Pi�ysical Conditions" The follo«ing are reports of exploratio�zs and t$sts of subsurface conditions at tlie site oi the Wor�C: A first Geoteclrrrrcrrl Report No. E17-0924, daled Decc�nrber 20, 2017, p�•epared by ,411ra1rce GeolecJtnic�crl G1�vrrp a sub-consuttant of Wade Ti•ini, a consultant of tlte City, pro�iding aciditional inforniation on 1) ea;�Joj�c� Ihe sr�6strjface ca�rditio�rs al !{re sile; 2) evalua/e !he �re�'tiltettl ertgi�teering prnpe�7ies of !he sub,S�l1.�C1C� i11ClIL'l'1(dIS; .3J JJ!'OV1fIB 1'BCUl1tlY1L'17LICl1i0itS for opeu cttl rrttd prpe backfilli��g; 4) add�•ess cortst�'ttclrrbilrty i,ssttes r•elated !n g1•otutdtis�aler deSvratef•ing; ��rd Sj provide fotrj��latron reconl�t�ettdufioyt.s for• !he head+vall slj•ttclttre. A second Geoleclt�rical ReJ�nr't No. DE19-350-RI, dnfed Noi�e�rrbej• 12, 2019, pre�ared by,411ir�t2ce Geoleclt�ticcrl Gt�oz�p, a stib-consuit�nf of Wnde Ti�itt�, a const�lt�nt of tiie City, providing addikional infon�iation on �at�enzejat cores ajrrl rorrdwa�� bores. A tltird Geotecltrtical Repaj•d "Laboj•ato�y Cles�rlts for Tes! Hnle aird Plcrslicity Ijr�e.�" Pt'oject Sa�ttlaty Seivej• Re6ta6 Cvitt�•act 91, P�•ojectl# 01957, DOF Na. 7052, daled Ntarcft 2014, prepa��ed by Ci1y of I'v�'l Worllr T/PW S�i! Lab Setvices, providing additional infor�nafion o�i p�rveme�rl cOl'G'S. An ��tviror�n�e�atal Reporl datedArrgrrs127, 2020, �repaR'ed by Cox[McLai�r Envi1•o�inientral a st�b-consultant of Wrrde Ti-ntr, a consultant of tlie City, providing additional information ott Wate�s of!/te USrlelijteatiojt rrjrr! USCE�el�yirrtti�ig. TEie foElot�in�; are drawings of pl�ysicai canditions in or relating to exisrin�; sui•face and subsurface str��ct�u-es (except Underground F'acilities) �vhiciz nre at or co��tiguosEs to ti�e site of tl�e Work: "S. U.E. Plcr�t Sheets " 1 of 9 ihi•ntrg{t 9 af 9(fatnrd in Corrslr•uclion plairs), datecf Jtrrie 20.�0, by T{te Rios Grottp "Strn�mrry�� of Tea•t Hole I��forj�ratian arrr! Covj•rlrrtalc�s" �f011liCl lld fifJ�JBI!(II,l�, dated Jarne 2020, b}� Tlte ftios iil'011 f_� SC-4.46A., "Hazardo��s �nvironrr►ental Conditi�ns at Site" Tlae folta�ving are repnrts and dra�vings of exisEing I���zarcfo�ts ei�viron►nental conditions kno«�t to tlic City: Norre C1T'Y OF' CORT 1VORTH Sanilary Setiver Rekiabilitation Conlract 9l, Part 2, CPIV U1957 & STAI�lDARD CONSTRUCTION SP�C[FICATION DOCU1viENTS 1Vesicliff Dr�inage Improvc�nettls, Phase l, CPN 01G69 Reviscd Marcla 9, 202U AddeEid�n� No. 3 00 73 00 SUPI'LGMGNTARY CONDIT[ONS Pagc 3 ni'6 SC-5.63A., "Certiiicates of Insurance" Tlie entities listed beiow are °nddidanal inst�reds as their interest n�ay appcar" incl��ding t�leir respective officers, directors, agents and employces. (t} City (2) Consultants: Wade Ti•im, hrc,, Klmley-Hot•�t, Ittc., crrt�l f;JFS, I�tc. (3) Othe►•: Noue SGSA4A., ��Contractor's Is�sura€�cc" T'he limits of liability for tl�e insi�rance reqi�ired by Paragraph GC-5.�4 shall pz�ovide tl�� fallo«ing coverages for ��ot less tl�an thc fallo�ving amounts or greater �vl�ere reqtiired by la�vs and regt�fatipi�s: 5.04A. WoR�kers' Compensation, under Paragraplf GC-S.Q4A. Siatutoyy lin�ils Eruploy>er`s liabrlity $100,000 each accicle��t/occu�•i�ence ,�100,000 Disease - each emp7u}ree $500,000 Diserrse -��nlic}> lijrait SC-S.04B., °GContractor's Insurance" 5.�14B. Conimercial General Liabiiicy, t�nder Paragraph GC-S.O�IB. Contractar's Liabilify Insurance ��nder Paragraph GC-5.04B., �vhicl� shall be on a per project basis cavering the Contractor �vitl� �ninimu�n limits of: $1,000,000 each occuj�rerrce $2,000,000 aggiegate JirrTit Tlie poiicy must i�ave an endorsement (A�nendment — Aggregate Limits of [nsurance) making tlie General Aggregata I.imits apply separately tv eacii job site. Tlie Commereiai Gei�e��ai Liability Insurance policies sliall provide "X", "C", and "U" coverage's. Verifcatian of st�ch co�crage �nust be siiotvn in the Remarks Article af Ehe Certificate af Ins�irance. SC 5.04C., "Contractor's Insurante" 5.(14C. A��tomobile I.iability, under Paragraph GC-SA�iC. Contractor's I,iahiiity Insurance �tnder Paragrapli GC-S.04C., �vhich shall be in an amount not less than Ehe follo�ving ainonnts: (1) Automobile Liability - a co►nrnerciai business policy siiall pro�ide co�erage an "Any Auto", de�ned as autos a�vned, hi�•ed and noi�-o�vned. �1,000,000 eacli accidet�t on a cotnbined single limit basis. Sp1it limits are acceptable sf litnits are at least: .�250,000 Borlily Ir jtvy pej� perso�i / $.500,OD0 Bodily Ir jtn�� pet� ctccidejrt / ,� l 00, (100 Pt•opel7y Dcr�1►age SC-5.04D., "Contractor's �nsurancc" Tfie Contractor's constriiction activities �vii[ req►iire its etnployees, agents, s��bcontractors, equipntet�t, and nlateriai deliveries to cross railraad properties and tracks No,�e. CITY OF FORT 1VORT[� Sanitary Se�vcr Etcha�ilitation Cnntract 91, Part 2, CPIV 01957 & STANDARI7 CONSi'I�UCTION SP�CiFICAT[OI� DOCUMENTS 1Vestclift'Drainage Improven�ents, Phase l, {;PN 01669 Aevised Marcl� 9, 2020 Ac[dendu�n No. l QO 73 00 SUPPT,�M�I+iTARY CONDITIONS Page 4 of G Tlie ContracEnt• s}tall condtict its op�ratio�zs o�t rail�•oad properties in sucl� a tnanner as not to interfere �vith, L�inder, or nbstr��ct Ehe railroad conipany in any in�nner �vhatsoeve�' in the use or aperation of its/their trains o�' otl�er property. Si�di operatians an railroad properties may reqtiire tEiat Cantractor to executa a"Riglit of Entry Ag►•eement" witt� tlie partictilar rail�•oad eot�apany or coinpanies involved, and co tl�is end tEie Contractor shos�ld satisfy itself as to tl�e reqt�it�eznents of eacti i•silroad company snd he prepared to ex�cute the right-of-entry (if any) required by a��ail��oad co�npany. "I'1�e require�nents specified herein like�vise relate to tlie Contractor's use of pri�ate and/or constrtiction access roads crossing ssid railroad co►np�ny's praperf ies. "T'l�e Contrachial Liability coverage required Uy Paragraph S.04D of tfie Genei•al Cotiditions shaii provide coverage for not less tlian tl�e follo«ing amounts, issued by ca�npanies satisfactory to tlie City ancf to the Railroad Ca�npany for a ter►n cli�t cnntinues for sa long as the Contractor's oper�tions and �vork cross, occupy, or toucli railroad property: ( I ) General Aggregate: (2) �acl� Occurrence: _ Rer�rtir•ed for� i{ris Coj�lj•c�cd N/A N/A X Not r•eqriil•ed fnr tJris Cvj�lj•acT With respect to tEie above outtined insura�ice reqi�i�•c�nents, tl�e %I�o�ving sl�aEl go�ena: l. Wliere a singie railro�►d co��lp�ny is in�olved, tlfe Cnntrnctor sl�all provide one insurance poEicy i�� ttie na�ne of t[ie railroad co�npany. However, if mnre tlian one grade separation o�• at-grade crossing is affected by tl�e P�•oject at entirely separate locntions on tlie iinc ar lines af tl�e same raiiroad co�np��fy, separate coverage inay he �•ec��iired, e�cl� in ttte ��tlo�int stated abavc. 2. Whcre more tlla�� one railraad company is oper�ting on the same rigl�t-of-�vay or �vliere several railroad co►npanies are involved and op�rated on thei�• own separaEe rights-nf-«ay, tiie Contractor tnay be reqtti►•ed to provide separate insurance palicies in tEae n�nte of eaclt raiirand cot�tpany. 3. If, in addition to a g�•ade se��ratinn o�• an at-grade crossing, oti�er �vork or �ctivity is proposed on a railroad campaEiy's right-of-�vay �t a loc�tion entirely sep�r�tc from tt�e grade sepsration or nt- grade e��ossing, insurance coverage for cltis tivork mi�st be included in the policy eovering tlie g►•ade se�aration. 4, lf no grade separation is in�olved bt�t otlzer �vnrk is proposed on a railroad co�npany's right-of- �vzy, all such otlier tvork �nay be covered in � singEe }�olicy for tfiat eail�•oad, even tl�aiigli tlie �vork may be at two or mo►•c separate locatio��s. No rvork or activities o�t a railroad cainpany's propez'ty to be performec� by tl�e Contraetor shall be coin�nenccd �mtil t1�e Contractor i�as fiirnished t1�c City witli an o�•iginzl policy or pniicies of tEte ins�irance for eac�� raiiroad co�npany nnmed, as required above. All stach insur�nce n�ust be sppi•ovcd by the City and eac�a affected Railroad Con�pany prior to tlte Contractor's beginning tvoR'k. The insurance specified abo�e ni►tst be carried until alE Work to be perfaraned ot� tlae rai3road rigl�t-of-tvay has becn cai�pleted and the grade erossing, iFany, is no longet• used by tl�e Contractor, In addition, inss�rance mt�st be carried during all maintenattce andlor repair ivork perforined in tif� railroad �•iglit-af-way. Sl�c[i insi�rance mtist name the rail�•o�d campany as the insurecl, togetl�er witl� any te�iant or lessee of tl�e railroad coinpany operatin�; over tracics invalved in tlfe Proj�et. SC-6.04., "Project 5chedule" Prnject scltiedule shall be tie�� 3 for tl�e project. C1TY OF FQRT �VQRTi[ Sanitary Se�ver Rei�abililalion Contr�ict 9i, Part 2, CPN �3957 & STANDAFiD CONSTRUCTiON SPGCIFICATiON DOCUM&NTS 1Vestc[iffBrainage Imprn�ements, Phase 1, CP1V �1G69 Revised Mareh 9, 2020 Adde»duna [�lo. 3 ao 73 o0 SUPPI.I:NICNTAk�Y CONDtT10NS Page 5 aC6 5C-6.07., "Wagc Rates" Tiie follawing is the �revailing rvage rate table{s) applicable to this project and is provided in the Appendixes: 2013 Prevailijtg Wage Rales (Hecr��y� ar�rt Hrghtincry Cvjrsir�irclio�r Prnjecls) A copy ofthe table is also a�ailable by accessing tl�e City's �vebsite aE: httns:l/auns.fortr�+oartl��exas.�ov/ProiectResou��ces1 You can access tlie fi[e by fnlln�ving the directo�•y path: 02-Construction Dacuments/Speci�cationslDiv00 — General Conditiflns SC-6.09., "Permits and Utiiities" SC-5.04A., "Contractor obtained perm�ts and licenses" The following are kno�vn pennits and/ar licenses required by t13e Gontract to be aeq�iired by the Coniractor: 1. Crt}� of Fnrt Yf'o1•th Street Use Per r�rit for Co�ast�•ricfrorl SG6.Q9B. "Cit,y obtained permifs and licenses" The folloiving are kno�vn pertnits snd/or licenses reqtiired by the Cont��act to be acquired by the City: I. USACE Natinliti��ide Pe� 1r�its — see E�rvi�•ntt��ie�ala! Repnr�l iir A�r�x 2. Cit�� of Fort Woy-tFr Floodplai►t Developn�errl Perf�rrl 3. CityofFa�lWortftPai�k�Iccess,4gr•eettte�rt 4. CityofFo�7 Waj7h Grc�dijtgPerinid 5. Ci1y of Fort Wot•th Tree Reutovcrl Pei•tnii SC-6.09C. "Oufstanding permits and licenses" Tt�e fol[o��ing is a Hst of knnrvn o��tstandii�g perinits and/or iicenses to be acy��ired, if any as af Nove»iBer 2, zo2r. Outstanding Permits and/ar L'►censes to Be Acqui�•ed OWNER P�RMI'I' OR I,IC�NS� AND LQCATION City of Fort Worth City of Fort Worth Grading Permit Tree Remnval Permit SC-7.02., "Coordination" TARGET DATE OF POSSESS[ON 12/30/21 12/30/21 Tlfe indi�idt�als or entities listed belo�v h��e catttracts witlt tite City for tt�e perforinance of other �vork at Ehe Site: Vendor Sco e of Work Coordination Au#horit Norre CITY OP FORT 1VdItTH Sanitary Sc�vcr itehal�ilit�tian Conlract 91, Part 2, CP1V �1957 & STA3�DARD CONSTiZUCT[OIV SPECIF[CAT[ON DOCUM�NTS �Vestcliff Deainage Impr�vements, 1'hase l, CPN O16G9 Revised MarcE� 9, 2020 Addendum No. 1 ao �� oa SUPPLGMGNTARY CONDITIONS Page 6 o£G SG8.01, "Communications to Contr�ctor" 1, Ca�I�•actnr� s{trrll �e�,fo�•nr explo�atol�� e.tcavaFio�ts pr•io!• !o catstr•trctio�r. 2, Cat�I�'acta'sftrrll pt�lect t�•c.�c�s pe�• easente�at e,rJtibil.s �rjrd tree protecliar details. 3. Cotilj�actnr sltcrll �larr cryrcl cvnsb•trcl in�pro��e��le�ats ota Mar�derl�� to provide drivetiva}� access to the Fi�s! Cojtgj•egativ�ral Clrttr•cJt,fot• clrrtrc{t sej3�ice.r afrd peal•-1•orrnd pre-sckool/daJ�ccrr•e crcliti�itie,s. 4. Colttractor shall sclredrrle cn�isti•cretint� ta keep 2022 arrd 2023 Co�vtoav�a Ma!•�r!{rnrr rnrrles clecv� of co�rst►•trctro►r dru•irig !{re ey�ent. S. Co�rtj•crctor slrall sclredrrle enjasii•xetint� fr�r f•elevrr�rt portions of Coj�trrrct 91 ararl Weslclrff 17/1�7T'Ol�E7H2ilt.S Id h2 COlTSIJ'1�C18CI CI(f171i� IJ�6 SIl7/1117G'i'S f0 ftljOrCl TIHjJ(iCIS 10 f7�lJ7llC sclaon! 1raJJ'ic, Un rvclds rrrcli�ditrg brit »at Iintiled to Ti'ail Lake D�•it�e, SotrtJt D�'ive, and Wesd ,Seiltiitaj�� Drive. u. Trail Lake Drive, Senlinmy Drive, cr��d SnrNh Drive ecr�r v�rl}� be closed to tj�affrc in ,sa�iunret• nao�rths (Jirf�e tlarorigh r�rtgrr,sc) �Irrr�iyag ��or1-scirnol sirn�rric�r• brecrk pe,�iorls, birt �rot botfr ,sb•eets at 1he scm�e tinre. Glo,sirr•e �•er��rit•ed, fnr �vark ori 7"j�aiJ Lake is etpecled to be co»dcrcled i�i Slil?ll?l Bl' ZO22, ajrd clo,srrr•e for tivo�•k a�r Seu�ivar�� ct�trl So�rllt is etpected i�r satnt�lter 2023. 6. Cr�i�lj�ctclor sltall p{rase the ca�islrt�cliayr nf Cn�71j•ael 91 Prrj•f 2 a�rd Wc�stclrffPhase 1 to elil»i�rate r•e- tivork. SC-9.01., "City's Project Manager" The City's Project Manage�' for tliis Contract is Mike Be►tjtell, PE, PMP, ar liis/l�et• successor pursusi�t to �vritten notitication fro�n tl�e Director of T,•a,ispo�•latio,a arrd Pzrhlic War�k,s. SG13.03C., "Tests and Inspections" Cortlj•acto�• shall verifj� tlre locrrtin�r a�rrl ele►�ativ�l aJ'y�ariv�rs rnrde�gl•ornrrl rrtilities to coordrnale cottst�•trclioli tivi!{r �ttilily otivitet:s; co�atac! Cil}� I�tspeclot• trtttl City� P1�ojecl Mrtttagel• if cor�icls �vilh Csngrlrec��''s rlesigjt ar'e rliscovererl. SC-1bA1C.1, "Metl�ods nnc� �'rocedures" Spee1�1 co��srde►'atiojts �rjtd ca�islj'ui�rfs foj' Wc�slcli/)"Drainage It�tprove»tettls are i�tclttded wilh Weslcliff Ti•r�ffrc Go�r��ol Pla�rs. END OF SECTIQN Revisian Lag DATE NAME SUMMARY OF CHANG� �12212016 F. GriFfin SC-9.01., "City's Project Representative" wnrding changed to City's project Manager. 3I912a20 D.V. Magana SG8.�7, Updated the iink s�ch that files can be accessed �ia the City's website. CCTY OF F'ORT 1VOEtTII Sanilary Sc�ver Rei�abilitation Contraict 91, Par12, CPN 01957 & STANDARD CONSTRUCTION SPECIFiCATION bOCUMENT5 1Vestctif3 Drainage Ln�rp�etnents, Phase l, CPN O lGG9 Revised March 9, 2�20 Addendum No, I oi �too-� SUMMAIZY OC' WORK P�ge 1 af � � 3 PARTl- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 SECTION 01 11 00 SUMMARY OF WORK A. Sectian Includes: 1. Summary of Work to be performed in accordaz�ce with the Cont�'act Documet�ts B. Deviations from this City of Fo�•t Worth Standard Sp�cificatinn 1. None. C. Related 5peci�catian Sections include, but are not necessariiy limited to: I, Division 0- Biddir�g Requirements, Cont�•act Forms, and Conditions of the Contract 2. Division 1- General Requit•ements 12 1.2 �RICE AND PAYM�NT PROCEDURES 13 A. Meas�rrement and Payme�t 14 1. Work associated with this Itetr� is considered subsidiary to the various 3tems bid. 15 No separate payraent will be allowed for this Item. 1b 1.3 R�FERENCES [NOT USED] i7 1.4 ADMINISTRATIVE RCQUIREMENTB is 19 20 21 22 23 24 zs 2b 27 28 29 30 3I 32 33 34 35 n � Work Covered by Cnntract Docunients l. Work is ta include fiirnishing ali labor, materials, attd enuipinent, and perfo�-�ning all Work necessary foi• this const�•uction praject as detailed in the Drawings and Speci�catiotis. Subsidiary Work 1. Any and all Wo�•k specitically governed by documentaiy requi��ements for the project, such as conditions itnpc�sed by the Drawings or Contract Dacu�i�ents in «hich na specific ite�n for bid has been provided foz• in the Proposal and the item is not a rypicai unit bid item included on the standa��d bid item list, then the item shall be considered as a subsidiaiy ite�n of Work, tiie cost nf tvhich shall be included in the price bid in the Proposal for various bid items. C. Use of Premises l. Coordinate �ises of pt•etnises t�nder direction of the City. 2. Assume futl a•esponsibility for p��otectio�� and safekeepit�g of rt�aterials and equipment stored on th� Site. 3. Use and occupy oi�ly pot�io��s af the �ubiic streets and alleys, o�' othex' public places or othez� rights-of-way as provided for in fhe ordinanccs of the City, as shown in tl�e Contraet Documents, ar as may be specifically suthorized in writing by tl�e City. CITY OF FORT �VOATf � 5anitnry Setiyer Rehabititation Contract 9 t, Part 2, CPN 01957 and S`CANDrLRD CONSTl2[1CTION SPF'CIFICATI�N DOCiJIvtENTS �Veslciiff Drainage Improvemettis, Ph�se l, C['I�T Q16G9 Itevised Deceanher 20, 2Q 12 Ol I10�-2 SUIvI�viARY dF WOR[{ Page 2 of 3 1 a. A reasonable amount of too(s, mate��ials, and eqt�apr��ent for constr�ict�on 2 p�i�-poses may be stored in such space, but no rnore than is necessary to avnid 3 delay in the constiuction operations, 4 b. Excavated and waste materials shail be stored in such a way as not to inter%re 5 wiih th� use af spaces that may be designated to be lef� free and unobstructed 6 at�d so as �iot ta inconvenience occ�ipants of adjacei�t pi•aperty. 7 c. If the street is occupied by raii�•aad tz•�cks, the Work shall be car�•ied an in such 8 manne�• as not to 3�terfere with the operation of the railroad. 9 1) AlI Work shall be in aecardatice with railroad �-equirenlents set fax•th i� 10 Divisinn 0 as well as the railraad germit. � iz l3 D. Work within Easernents 1. Do not enter upon private property for auy �ur�ose without I�aving pt'evio��sly obkained permission from the owner of such prope�•ty. 14 2. Do not store eq�tipt�net�t or material on private propert� unless at�d until the 15 specificd approval of the property aw��er has l�eei� secured in writij�g by the 1 G Contractor and a copy fiirnished to the City. 17 3. Unless specificaily provided othet•wise, clear all rights-of-way or easennenis of I8 obstt�ictians whicli tnust l�e removed to make pc�ssibie proper prosecution of the I9 Work �s a part of the praject constiliction operations. 20 4. Preserve and use evei•y precautian to pt'event damage to, all trees, sh�•��bbery, plants, 21 lawns, fet�ces, c�ilverts, ct�rbing, and all other types af structu�'es or improvements, 22 ko all water, sewer, and g�s lines, to all coi�duiis, overhead pole lines, or 23 app��rkenances thereaf, �ncl�ding ti�e constructian of tempnt•ary fences and to all 24 other pubfic or private prope�•ty adjacent to ihc Work. 25 26 27 zs z� 30 31 32 33 34 35 3G 37 38 39 40 41 42 43 44 Notify the praper rcpresentatives of the owl�e�•s o�• nccupailts of the pttblic or p�•iv�te lanc�s of interest in lands which tnight be affected by the Wark, a. Such notice shall be �iiade at least 48 hot�t•s in advance oFthe begiilning of thc Wock. b. Natices shail be applicabie to both public ancf pt•ivate �tility companies and any corporation, ca��paaay, ittdividual, oi- otlter, either as awne�•s az• occupants, whose la�id or ii�tere�t itt land inight be affected by tlic Work. c. Be res�ansible for ail damag� or injuiy to property of any characte�• �•est�lting frot�� any act, otnissiott, neglect, ar �i�isconduct in thc mai�ner or r��ethod or execution of the Wor�, ot' at any ti�ne ciue to defecti�e work, �naterial, or equiptnent. 6. Fe��ce a. Rcstore ail fe��ces eiicountered a�td re���aved di�ring constructiou of the Projeet ta the original ot' a better ti�an original candition. b. E�•ect temporary fencing in p(ace of the %ncing retnoved �vheneve�• the Wark is not in pragt•ess attd when the site is �acated ov�rnight, at�d{or ai a[i tiines to provide site security. c, The cost Foc all fence work within easements, including removal, tempo��ary clost�res and t�eplacement, shaii be subsicEiaiy to the vat�ious iteu�s bid in the project p�•aposal, unless a bid �tem is specifically provided in the proposal. CITY OF E'ORT tVORTH Sanitnry Sewer Rehabilitalinn Contract Hl, P1rt 2, CPI� 41957 :md STAN�ARB COtdSTRUCTION SPECIFICA"TION DOCUMENTS Westclif€Br�jii��ge Impro�erne»ts, Pl�ase l, CPN O1fi69 Revised decem6er 20, 2012 o� uon-3 SUMivIARY OT' �VOIZK Page 3 of 3 1 2 3 4 i.5 S[1BM11'TALS [NOT USED] 1.6 ACT�ON SUBMITTALS/INI'ORMATIONAL SUBMITTALS [NOT US�Dj L7 CLOSEOiTT SUBMITTALS [NOT US�D] 1.8 MAINTENANC� MATER[AL SUBMITTALS (NOT US�D] 5 I.9 QUALITY ASSURANCE [N�T USED] 6 L10 D�LIV�RY, STC)RAGE, AND HANDLING [NOT US�D] 7 1.I1 FI�LD (SITEj CONDITIONS [NOT USCD] 8 1.I2 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USEDj l0 PART 3- EXECUTION [NOT USED] �I 12 END OF SECTION Revision Log DA"['E NAME SUMMARY OF CHANGE 13 CiTY (3F FdRT �VORTII �1�����y Sewer Rehabilitatian Con�ract 91,1'nrt 2, CPN O1957 �nd STANDARD CONSTRUCTION SPECIr(CATION DOCIIMENTS 1Vestcliff Drainage 1�npro��ements, Pl���se l, CPI�3 01669 Itevised Decc�3�6er 20, 2� 12 D 1 25 OD - 1 5UE3S3'1TUT[O� PROCEi7URES Pagc l nf 4 SECTION Ol 25 00 2 3 PARTI- GENERAL 4 1.1 Si1MMARY 5 6 7 8 9 ]0 11 12 I3 l4 iS A. Section Includes: SUBSTITUTIDN PROCEDURES 1. Ti�e �rocedtire for req��esting the approval af s��bstittition of a product that is not equivalent to a produet whicl� is sp�cified by descriptive or perfortnance c�'iteria or defined by z•eference to I o�- more of the following: a. Na�ne of �nanufacturer b. Name of vendo�� c. Tx•ade name d. Catalog number 2. Substitutions are not "o�•-equals". B. Deviations fi-ain this City oFFai�t Wor�h 5tandard Specification 1. Nonc. Ib C. Related Specification Sections inci«de, but ar� not necessarily limited to: 17 1. Di�ision 0— Bicfding Requirements, Contract Forms and Conditions of the Contract 18 2. Divisian 1— General Rec�uirements i9 1.2 PRIC� AND PAYMENT PROCEDURE,S 20 2l 22 A. Meas�trement and Payment 1. Work associated with this Ite�ii is considered suhsidia�y tn the various iteins bid. No separate payment will be aliowed for this Item. 23 1.3 REF�RENCES [NOT USED] 24 1.4 ADMINISTRATIV� REQUIREMENTS 25 2G 27 28 29 30 31 32 33 3� 35 36 37 38 39 40 A. Request for Substitution - General 1. Within 30 days after award af Contract (unless nated otherwise), the City wiil consider formal requests fro�n Contractor iar siibstit�itiot� of products in place of thosc specified. 2. Cei�tain types of equipment and kinds of material are desc�•ibed in Specifications by �neaiis nf references to nanies of manufacture�•s and vendors, trade names, or catala�; numbers. a. When ti�is metl�od of specifying is used, it is not intended to exclude froin coi�sideration ather prod�tets beariug other manufacturer's or vendor's naines, trade nam�s, oa• cataio� numbers, provided said products are "or-ec�uals," as determined by City. 3. Otl�er types of equipmenk and icinds af materiat may be accepta[�Ic substihitioi�s i�nder the followin� canditions: a. Or-eq�ials a�-e unavailabie dt�e to strike, discontinued p�•aduction of products �neetit�g speci�ed rec�uireinents, or other iactars beyond cotitrol af Contractor; OI', CITY OF FOR'1' �VORTH Sat�itary Se�vcr Rehabilit.ation Co€�trnct 91, Part 2, CPN 01957 attd STANI)ARB CON5TRl1CTI0�! 3PEC1i�lCAT10N BOCUM�NTS �Vestcliff ➢rai��age Imprnveme��ts, Yftlsc E, CPN O1G69 Revised July I , 2011 Di2S00-2 SUI35TITU'CION PR(3C�DURES Page 2 of 9 6. Contractor propases a cost and/or time red«ction incentive to th� City. 2 �S SUBMITTALS 3 A. See Rec�uest far Stibstihition For�n (attached} 4 B. Proced��re for Requesting Si�bstitiitian 5 l. Substitution shafl be conside►•ed nnly: 6 a. Afte�• award of Contract 7 b. Undec the canditions stated herein 8 9 10 ti 12 13 14 15 1G 17 i8 19 2p 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 3$ 39 40 41 2. �ubillit 3 capies afeacl� writtet� t'ec�uest for sitbstin�tion, inclttcii;n�: a. Documentation 1) Complete data substatttiaiing compliance ofproposed substitution with Contract Doct�meiits 2} Data relati��g ta cl�anges iu construction sehedule, when � reduction is proposed 3) Data relakit�g tn changes i�z cost b, �o�• products 1) Pf•oduct ident�fioation a) Manufact��rer's ��an�e b) Telepl�one i�umbe�- and represe��tative cn��tact na��ie c) Specification Section ot• Drawing reference af originally specified pz•oduct, i��cluding discrete name o�• tag iiuinber assigned to oz•ig[nal product in the Cot�tract Documents 2) Mant�fackurer's literature cfea�•ly marked to sliow compliance of pr•opnsed product w�th Cantract Dac�iuiei�ts 3} Iten�ized con�parisan of origitsal and pt•oposed p�-odE►ct addressing pt•oduct characteristics including, but not necessa��ily timited to: a) Size b} Composition or �t�aterials oFcot�stnictio�� c} Weight d) Electrical or mecitat�ical requirements 4) Pt'oduct experience a} Location of past pt'ojects utilizing product b) Natne and telephone number of pez•sons associated with refe�•enced projects lcnowled�eable cancerning proposed pz•oduct c) Available field data and re�arts assaciated with pt•oposed proc�uct 5} Samples a) P�'ovidc at request of City. b) Sampies become the pt•operty of the City. c. Far eonst�•E�ction methods: 1) Detailed descriptiot� of proposed n�ethod Z) I�i►�st►'aiian drawings C. Approval or Rejection 42 1. Written approval or rejectint� of substih�tiot� give�i by tl�e City 43 2. City ►•eserves the right to cequire praposed prod«ct ta comply with color and pattern 44 of speciiied product if necessa�y to secui-e desi�;n intent. 45 3. It� the event the substitiitioi� is approveti, the resulting cost and/o�' tin�e reduction 4b will be docutne��ted by Change Order iii accardat�ce with the General Caiiditiotfs, C[TY OF FOR'f 1VORTH Sanitary Sewer Reha�ilitation Contract 91, Ynrt 2, CPN 01957 and STANDAR� COAISTRUCTIOAF SPEC[FiCAT[ON DOCUMENTS 4Vesteliff Dr.sinage lmprovements, P13ase 1, CPN OiGG9 Revised July i, 20t I D12500-3 SUBSTITUT[ON PROC�DIJRi:S Pagc 3 of 4 4. No additional canta'act time will be given for substitution. 2 3 4 5 6 7 8 5. Substitution �vill be rejected if: a. Submittal is not th�-ough the Cnnt�•actor witl� his staxnp nf apprava[ b. Request is not made in accardance with this Speci�'icatian Section c. In the City's opinion, acceptance will require substantiat r�vision of the original design d. In the City's opinion, suE�stitfition will nat perfarm adeqi�ately the fi�nctinn consistent with the design itttent 9 1.6 ACTION SUBMITTALSIINFORMATIONAL Sl1BMITTALS [NOT US�Dj 10 i.7 CLOSEOUT SUBMITTALS [NOT US�D] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] I2 1.9 QUALITY ASSURANC� l3 i4 15 15 17 18 19 20 21 ZZ 23 A. In makin� request for substituiion or in using an approved px�oduct, the Contractor represents that the Contractor: l. Has investigated proposed product, at�d has deterniined that it is adec�uate ar supe��ior in ali respects io that specified, and that it will pe�'faa�n function for which it is inkanded 2. Will pro�ide same guarantee fot• subscihrte itein as for praduck specified 3. Will coordinate inst�►[lation of aecepted s�ibstiiution i��to Work, to include buiiding modificatians if necessaiy, making s�ich changes as �nay be required for Work to be complete in ail respects �. Waives all clain�s far additional costs relaied ta substitution which subseqtretitly arise z4 1.i0 D�LIVERY, STORAGE, AND HANDLING [NOT USED] 2S 1.11 FIELD [SITE] CONDITIONS [NOT USED� 26 I.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 30 END OF SECTION ftevisian Log DAT� NAME SUMMARY OF CHANGE 31 CITY bi' �OItT \i7pRT�I 5�tniEary Sc�ver Reha6ilit�uio�i Conlracf 9[, Patt 2, CPN OE957 anct STANI7ARD CONSTRUCTION SPECIFlCATiON DOCUIvIENTS Westcliff Drainage Lz�proven�ents, Phasc 1, CP3�I {�[669 Revised July l, 20l 1 o� zsoa-a SUBS�'I`I'UTFCl1+I PROCEDClItG5 Pege 4 af 4 I 2 3 4 5 G 7 8 9 i0 �I 12 I3 14 15 16 1'1 18 19 20 z� 22 23 24 25 26 27 28 24 30 31 32 33 34 35 3 fi 37 3� 39 40 41 42 43 44 45 46 47 48 49 EXHIBIT A REQUEST TOR SUBSTITUTION FORM: PR�JECT; DATE: We hereby submit fo�• your consideration Hie following product instead of the specified item for the abovc project: SECTION PARAGRAPH SPECIFIED ITEM Propos�d Substitution: Reasan for St�bstih�tia�t: Include coiiiplete infnrusation an chauges to Dt'awittgs and/or Specificatzotis which proposed st�bstit�ition will reqtai�•e for its proper installation. �ill in Blanlcs Belotiv: A. Wili the undersigned contractor pay for changes tc� the buiidin� design, including engineering atad detailing costs caused by the �•ec���ested sttbstit��tion? B. What effect does substittitia�i t�av� on qther trades? C. Differet�ces between propased substihition and specified item? D. Differences in p�•aduct cast or product delivery ti«ie? E. Mat��ifacturer's guarantees of the pz'oposed and specified ite�ns a�•e: Equal Bettet' {explai�i at� attachment) The unde��signed states that the function, appearance and quality a�•e equivalent ar superiot• to the specified iten�. S�ibmitted By: Fo�• Use by City S ig«at€�rE as noted _ Recon�iner�ded � Reco���nleiided Fii�n Add��ess Dat� Telephone �, Not recommended �Received late By Date Remaz�ks For Use by City; Approved City Date Rejected ClTY OF FORT �VORTII 5TAN17AIZb CONSTRUCI'IQN SP�CIPICAT[�3� T]OCUMENTS Rev'ssed luly l, 2011 Scmitary 5e�ver Reh.ibilisuliun Con�n�et 9l, P��rt 2, CPN 03957 :md Westcliff Drainage I�npraven�enls, �'hasc l, CPi�f Ul6Fi9 ai 3i ig- a PItiiCONS'T'ILUCTION M�ETING Pa�;e L of 3 i 2 3 PARTI- G�NERAL � 1.1 SUMMARY S�CTION O1 31 19 PRECONSTRUCTION MBETTNG 5 A. Section Incl��des: 6 1. Provisions for the preconstructian meeting to 6e held prior to the start of Work to 7 clarify construction contract administration procedures 8 B, Deviations fi•om this City of Fort Vilorth Standa�•d Specificatian 9 1. None. 10 C. Related Speci�catian Sections incl�ide, but are not necessarily limited to: 11 I. Divisian 0— Bicfding Requirernents, Cantract Forms and Conditions of the Contract. 12 2. Di�ision 1— Gene��al Requi��etnents 13 1.2 PRICC AND PAYMENT i'ROCEDURES 14 A. Measurement and Paymen� 15 1. Work associated with this Item is considered subsidiary ta t�e various itcros bid. 16 No separate payment will be allo�ved for this Item. 17 l.3 REFER�NCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconsttuction meeting. 2i 2. Represe��tatives of Contracto�', subcontractors and suppliers attending ineetings 22 shali be qualiiied and a�ithorized to act on bef�alf af the entity each represet�ts. 23 3. Meeting administered by City may be tape recarded. 24 a. If recorded, tapcs will be used to prepa��e mi�3utes and retain�d by City for 25 future reference. 2G B. Pceconstruetion Meeting 27 1. A precoz�struction meeting will be held within 14 days after ihe execution af the 28 �greement and befoz•e Wark is started. 29 a. The xneeting will be sclieduled and administered hy the City. 30 2. The Prajcci Represe�stative wi11 preside at the meeting, prepare khe ��otes of the 31 meeting and distribute capies of same to all pa�ficipants who so i-eqi►est by fiilly 32 complekit�g thc attendance fo�7n to be cia•culated at the beginnin� o£ the meeti�fg. 33 3. Attenciance shali include: 34 a. Project Rep�•esentative 35 b, Conti•actor's project inanagez• 36 c. Contractor`s supez•intendent 37 d. Any s�rbcontracto�� or suppliex• representatives whoin the Cont�•actor may desire 38 to invite or tiie City tnay re�uest 39 e. Other City representatives CiTY OP PORT IVnRTH Sanitary Se��er Rel�abilitation Cot�traci 91, Part 2, CPN (iE95"I a�d STANRARD CONSTRUCTIOIV SPECfFTCATIOi+i DOCL#IvIENTS '�Vestc[if€ Drain:tge l�np€aveme��ts, Ph1se l, CPN 016b9 Revised August 17, 2012 D[ 3l 19-2 PRBCONSTRUCTipN MEETiNG Pagc 2 of 3 z 3 4 5 G 7 8 4 10 11 i2 13 14 1S 16 17 18 19 20 21 zz 23 24 25 26 z� 28 29 30 31 32 33 34 35 36 37 38 39 40 �41 42 43 44 f. Others as apprap�•iate 4. Const�'uction Schedule a. Prepare baseliue co��st�•uction schedule in accardance with Section OI 32 1G ancl pcovide at P��econstcuction Meeting. b. City will notify Contractor af any sched�ile changes ��pot� Notice of Preca��struction Meeting. 5. Preiiminaty Agenda may include: a. Iutroduckia�� of Project Ferson��el b. General Description of Pcoject c. Status af �•ight-of-way, utility clearances, ease�nents ar other pe�-tinent permits d. Contractor's work plat� and schedule e. Cont��act Time % Natice to Proceed g. Cot�sttuction Stakin� h. Progress Pay►nents i. Extra Work a��d Change Order Procedures j. Fietd Orclers k. Disposal Site Le#te�• %r Waste Mate�•ia1 l. Insurance Renewals m. Payro[I Certificat�on i�. Material Certi�cations a��d Quality Cantrol Testing o. Public Safety and Convenience p. Doct�t�ie�itation of P�•c-Construction Conditio��s q. Weekend Wot•� Notificatian �'. Legal Holidays s. Trench Safety Plaus t. Confineci Space Entry Standards u. Coordinatio�a with tl�e City's rcpresetttative fot• operatiot�s of existi�ig water systems v. Ston�i V4Jake�' Polh�tion Pceventiot� Pla�� ��v. Coordivation with ot�ter Contractors x. Early Wa�•ning System y. Coutractoc Evaluatian z. Special Conditians applicable to tt�e project. aa. Damages Claims bb. Subrnittal Procedures cc. Substitution Procedures dd. Correspondeitce Ro�itit�g ee, Recard Drawin�s ff. Ten�porary canstruction faciiities gg. M/WBE or MBE/SBE proced�ires hli. Final �cceptance ii. Finai Fayment jj. Questinns ar Comments CI"fY OF FORT 1V0[ZTt� 3anita€y Sewer ReE�abilifaliott Co�tract 9l, Part 2, CPN (�I)57 and STANDARD CONSTRUCTIO�I SPECIFICATEON DOCUMENTS WesfcliFf Drainttge Int�iravectienEs, Ph�se l, CPN p[669 Revised Attgi�st l7, 2�12 ai 3t C�-3 PRf;CONSTRUCTION MEETING Page 3 of 3 i 2 3 4 5 b 7 & I.5 SUBMITTALS (N�T US�D] 1.6 ACTIUN SUBMITTALSIINFORMATIONAL SUBMITTALS jNOT USED] 1.7 CLOS�OUT SUBMITTALS [NOT US�Dj 1.8 MAINT�NANC� MATERIAL SUBMITTALS [NOT USED] I.9 QUALITY ASSURANCE [N�T i1SED] 1.1� D�LIVCRY, STORAC�, AND HANDLING [NUT USED] 1.11 �IELD [SITE] CONDITIONS [NOT USCD] 1.12 WARRANTY [NOT USEDj 9 PART 2- PRODUCTS [NOT US�D] 10 FART 3- EXECUT��N [NOT USEDj 11 i2 END UF SECTION Revisian Lag DATB NAME SUMMARY OF CHANGE 13 CITY OF I�ORT �VdRTH Sanita€y Sewer Rei��Ebilitatiaik Contract 9i, Pact 2, CPN 01957 and STANDARI} COI�lSTRUCTION SPECiPICATCON DOCUMFNTS �Vestclil'f Drlinage Improveme��ts, Wkinse 1, CPN 01669 fZevised August l'7, 2012 �13i 20-! PItO1TsCT MCiET1NGS Page 1 of 3 1 2 3 4 1'ART 1 - GENERAL 5 1.1 SUMMARY b 7 8 9 10 il 12 13 14 15 1.2 16 17 18 19 1.3 S�CTION 01 3l 20 �xoJ�cT ME�T�tGs A. Section Incl�tdes: l. Provisions far p�•oject meetings chraugi�aut the constr��ctian period to enable orderly review of the progress of the Work and to p�-avide for systematic discussion oi potential probleins B. Deviations this City of �nrt Wo�•th Standard Specification 1. None. C. Related Specification Sections iz�clude, but are not necessariiy limited to: 1. Division 0— Biddin� Re�uirements, Contract Fo��ms and Conditions of the Contract 2. Division 1— Generai Requirements FRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is cansidered sFfbsidiary to the va�•ious items bid. No separate payment will be allowed for this Item. R�FEH�NCES [NOT US�D] � 20 1.4 ADMINISTRATIVE REQUIREMENTS 21 A. Coordination 22 1. Schedule, attend atxd administer as specified, periodic p�•ogress meetings, and 23 speeially called meetings throughout pragress of the Work. 24 2. Representatives oi Co�itractnr, subcoixtractors and suppliers aktending �neetings 25 shaii be qualified and authorized to act on behalf af the entity each represents. 2G 3. Meetings administered by Ciiy may be tape recorded. 27 a. If recorded, tapes will be used ta pa'epa�'e minutes a��d retained by City fo�• 28 future reference. 29 4. Meetings, in addition to those speciiied in this Sectiora, znay be helci when reqt�ested 30 by th� City, E�igineer or Coz�tz•actor. 31 B. Pre-Constructian Neighborhood Meeting 32 1. After the execution of the Agreement, but beFore construction is ailo�ved tn begin, 33 attenci 1 Public Meeting with affected residents ta: 34 a. P��esent projected sched�ie, including constiuction start date 3S b. Answer any const�•uctian related questions 3b 2. Meetii�g Locatioil 37 a. Lacation af ineeti�ig to be deter�nii�ed by the City. 38 3. Attendees CTTY dF FORT �VORTH S.snit�iry 5e�ver Rel�abil'Nation Contract 9�, Part 2, CPN 01957 and STANDARD CONSTRUCI'iON SPEGIFICATION DOCUM�NTS 1Vestcliff Drainage [mprovements, Phase 1, CPAi OL66�) Re�=iscd Jttly l, 2Q[ I 013120-2 PROJECT MiGTI1VGS Pa�c 2 uf 3 i 2 3 a. Contractor b, Project Represenkative c. Othcr City f-epresentatives 4 4. Meeting Schedul� 5 a. In general, the nei�;hborhaod meeting will occLiz� within tl�e 2 weeks fallowing 6 the pre-const��uctiou conference. 7 b. In no case vvill constt•e�ction be allow�d to begin until this meeting is ��elci. 8 C. Progress Meetings 9 1. Fortnal project coordination n�eetings will be held periadically. Meetin�s will be 10 sched��led and adnniniste�•ed by Project Representative. 11 2. Additional pt•ogress �neetin�s to discuss specific topics will b� conducted on an as- 12 needed basis. Such additional meetings shall inciude, but ��ok be limited to: 13 a. Caardinaiing shtitdowns 14 b. Tnstallation of piping and eq�iipment 15 c. Coardi�aation� betweezi other canstruction projccts l G d. Resolution of constrf�ction issuas 17 e. Equipment app�•oval 18 19 20 z� 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 3b 37 �x 39 40 41 42 43 44 45 46 47 48 3. The Project Represet�tati�e wiil preside at pro�t'e�s meetit�gs, prepare tl�e «otes af the meet.ing and diskribute copies of the same to all psrticipants w��o so reqs�est by fi�lly cotnpleting khe attendattce fn�•if� to be circulated at thc begit�ni�ig o€ each meetiu�. 4, Attendance shall inci��de: a. Cot�tractar's p�•aject managcr 1�. Ca��tractor's superintet�dejjt c. l�ny subcontractor or stipplie�• r�p�•esentatives whom the Contractor may desire to invite ar the City �nay rcquest d. Engii�eer's ��epresentatives e. City's �•ep�•esentatives f Others, �s i•equested by the P�•oject Represez�tative 5. Preli�nivary Agenda may incltide: a. Review of Wo�•k prog�•ess since p�•evinus nneeting b. Field observations, �roblems, co�iflicts c. Items which impede construction schedule d. Review of off-site fai�rication, delive�y schedules e. Revievv of construction inte�•facing and sequencing req��ire�nents with other construct.ion conti�acts f. Corrective t��easuz'es a��d procedut•es to regai�i prajccted scl�edule g. Revisions to construction schedule h. Pragress, schetlule, during succeediilg Work period i. Coordination of sc�edules j. Revier� submittal schec�ules k. Mair�tenance ofq�iality standards !. Pending changes anci substitutions r��. Review proposed changes for: 1) Effect on construct.ion sched«Ie and on completion date 2) Effect oii othe�• contracts of the Project n. Review Record Documents a Review manthly pay reqt►est CITY OF FO[2T 1VORTH 5:milary 5etver Rehal�ilitaiion Contract 9l, Part 2, CPN 01957 aad STANDA[ZD COIVSTRUCTiON SPGCI�'ICAi'ION DOCLiivIENTS WestclifiDrainc�ge Impro�enients, PE�ase i, CPN 01669 Revised 7uly 1, 201 1 oi 3� 20-3 PItOJEC"I' tvf EGTI�IGS Page 3 of 3 I 2 3 4 5 6 7 S 9 10 11 i2 13 14 15 p. Review status of Requests fo�- Info�-mation 6. Meeting Schedule a. Prn�ress meetixigs wiil be held periadically as determined by the Project Representative. 1} Additional i��eetings rnay be held at the a'equest of the: a) City b) Engineer c) Contractor 7. Meeti�ig Lacatian a. The City will establish a meeting foeation. Ij To the extent practacable, meetings will b� held at the Site. 1.5 SUBMITTALS [NOT USED� 1.6 ACTiON SUBMITTALSIIN�'ORMATIONAL SUBM�TTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT I15�D] 1.8 MA�NTENANCE MATERIAL SUBMITTALS [NOT USED] 16 1.9 QUALITY ASSURANCE (NOT USED] i7 I.10 D�LIVERY, STORAGE, AND HANDLING (NOT USED] t8 1.11 FI�LD [SITE] CONDITIONS [NOT US�DJ 19 1.12 WARRANTY (NOT USED] 20 PART 2- PRODUCTS [NOT USEDj 21 22 23 PART 3 - EXECUTION [NOT USED] END OF S�CTION Revision Log DATE NAME SUMMARY OP CHANGE Z4 CITY OP F'ORT 1VOR'CH Sanitary 5ewer Reh:ibilil�tion Cn�atrctct 91, Part 2, CPN Q1957 .�nd STAt�CC7ARD CONSTRUCTIOi�i SPECIf�ICATION DQCUIvfENTS Wesfcliff Drainage ImpraveEnen�s, Phasc l, CPN U1669 Itevfsed July 1, 201 i O13216-1 COIVS'CEZLIC"C'ION 1'EtOGIt�SS SCHEDULE F'age 1 of 10 2 3 �ART 1 - GCN�RAL 4 l.l SiJMMARY 5 A. Section Includes: S�CTIUN Oi 32 1G CONSTRUCTION SCHEDULE 6 1. General requi�•ennents �'or the preparation, sub�nittal, updati►�g, status reporting and 7 zz�anagement af tiie Const��uction Pz•agress Schedule 8 2. Specif"ic �•equirements are presented � the City of Fort Worth Schedule Guidance 9 Document 10 B. De�iations from this City of Fort Worth Standacd Specif�ication 1 I 1. Nane. 12 C. Related Specificatian Sections incl�ide, but a�•e not necessa��ily limited to: 13 1. Divisian 0— Bidding Requi�'ements, Contract �orms and Conditions of the Contract I4 2. Division I-� General Requi��ements 15 16 17 18 l9 20 21 z2 23 24 25 26 27 28 29 30 D, Purpose The City of Fort Worfih {City} is committed to dclivering qualiiy, casi-effeetive infi�astr�ict�ire to its citizens ici a timely manner. Akey tool to achieve th�s p�arpose is a properly structured scheduie rvith accu�•ate updates. This supports eifective monitoring of pt'ogress and is input to critical decision making by the pt•aject mana�er tluaughout the life of the project. Data fi•om the updated project sched�a�e is utilized in status reporting to �arious level� of the City organization and the ciiizenry. This Doc��znent compiements the City's StandardAgreement to guide the construction contz•actor (Coniractor) in preparing and submitting acceptable sc�edules for use by the City in project deli�ery. The expectation is the pecformance of the work follows the accepted schedule and adherc to the contt•actual timeline. The Contractar will desi�;nate a qt�alified representative (Praject Scheduler) responsible for developing and updating the schedule and preparing status reporting as required by the City. 31 1.2 PRIC� AND PAYMENT PR�CEDURES 32 A. Measurement and Payment 33 1. Work associated with thi� Item is cat�siciered subsidia�•y to the va�•io�rs iteYns bid. 34 No separate pay�nent will be allowed far this Item. 35 2. No�i-cnmpliancc with th�s specii�ication is grounds for City to withhold payment af 36 the Contractar's invoices until Co�it�•actor achzeves said coinpliance. 37 1.3 REI'ERINCF� 3S ,A. Prpject Schedules CITY OF FOF�'E' 1VQIZTH S:n�ilury Sen�cr Rcl�;ihilit��litm C'canira�i 91, I'�irt �, E'E'Y O1�)57 ,iE:il STANDARD CdNSTRUCI'ION SPECfi'[CATION DOCUMENTS Il'e,tclit�f 1)�ninagr Im��r+�v4me��is, ('f��ce 1, C['N Illb(�4} Revised Au���st l3, 2U21 Ol 32 fG -2 CONS'T'CLLIC"T'ION P120G1ZES� SCiIEDULE F'age 2 of l0 1 Each project �s represented by City's �naste�• p�•oject scl�edLtle that encompasses t�e 2 entire scope of activities envfsioned by the City to prope�•ly delive�' the work. When the 3 City contracts with a Contractor to perform consttuction of the Work, the Cottt�•actor 4 will develop ar�d maintain a schedule far their scope nf vvork in alignment with the 5 City's standarci sc�edule �•equirernents as defined l�erein. The data and iz�fo�n�ation o�' b eaeh such schedule will be �ever�ged and become integral in the niaster project 7 schedule as deemed appropriate �y the City's Project Control Specialist and approved 8 by the City's Praject Manager. 9 10 l. M�ster Project Schedule l l The master praject schedute is a holistic �-epresentation of the scheduled activities 12 and mi�estones far the total pt•oject and be Critical Path Method (CPM) based. The 13 City's Project Managar is aceouaxtable foz• ovez•sight of the develop�ne��k and l4 nlaintainin�; a inaster project sc��edule for each project. When the City cont�•acts fa�• l5 the design andlor construction of the project, the master project sched�ile wili 16 i�icorporate elements of the Design and Construciion schedules as deetned l7 apprapriate by the City's Px•oject Co��tz•ol Specialist. The asszgned City P�•oject I8 Canh•ol Specia6st creates and �naintains the master pt•o�ect schedule in P6 (City's l9 scheduling saftware). 20 2f 22 23 24 2S 26 27 28 29 30 3l 32 33 34 35 2. Const�•uction Sched�le The Cantractor is responsible for developin� aud �uauitaining a schedule for the scope of the Contractor's cont�actual requireinents. The Contractor will issue an initial sched�ilz for review a�id acceptance by the City's Prnject Control Specialist and the City's Project Man��;er �s a baseline schedule far Contracta�•'s scape pf wor•k. Contractor will issue ci�rrent, accu��te updates of their scheduie (Progi�ess Scliedule) to thc City at the end of each mo�ith throughout the [ife of iheir work. B. Schedule Tier•s The City has a portfolio of projects that vary w�dely in size, comp�exity and content requiring different scheduling to effectively deliver each �rojcct. The City ttses a "ti�red" approach to align the p�•oper schedule with the criteria for eact� pcoject. The City's Project Mana�;cr determincs the app�•apriate schedulc tie�• for each prajcct, and ineludes that desig�ation and the assoeiated renuirements in the Contractor's scope of work. The followiilg is a sumtnary of the "tiers". 36 I. Tier 1: Stn�ll Size and Short Du�•ation Praject (design not required) 37 The Ciiy develops and tnaintains a Mast�t' Praject Sehedt�le fo�• thr project. No 38 schedule submittal is requu•ed fram Contractor. City's Project Cot�trol Specialist 39 acn��ires any necessary schedule stat�s data or info�•ination thro��h discussions wit� 40 the respective party on an as-ncedeci b�sis. 41 42 43 � 45 46 47 48 49 2. Tiez• 2: S�nall Size ai�d Short to Mediuin Duratian Project The City deveiops and maintains a Master Praject Schedu(e for the project. The Contractor �dentiiies "start" and "finish" milestone dates an key elemer�ts of theu woz•k as agreed witE� the City's Pt•oject Manager ak the kickoff af thei�• wat•k effart. The Contractor issues to the City, updates to the "start" aiid "fuiish" dates for such milestones at the end of each tnonth throughout the li�'e oithei�• work on the pro3ect. 3. Tier 3: Mediurn a��c# I.az•�e Size aa�clloz� Caznple� �x•ajects Re�az•dless ofDuratio�� CL'I'Y OF FOR1' �VO[t('H 5.init.�ry 5ct�'l'f FZl'E31EI11II�:Illllil Ci73E�Y:itl 91, Narl 2. CI'�i U1957 �E�icl STANDARI� CONSTRUCI'ION SPECIP'ICATION DOCUM�NTS 41'�tleliFf' UrtEin:��,i Im��r�n'i�ntc�tt�, I'it�jec= I, C'I'��t IilGfi�i Rc��ised August 13, 2D21 o� az �6 -a CONSTRUCTION PROGRESS SCHEUULC Page 3 af 10 1 The City deveinps and mau}tains a Master Project Schedule faa� the project, The 2 Contractor de�elops a Baseline Schediile and maintains the schedule of their 3 respective scope of work on the project at a levei of detail (generalty Level 3) and in 4 alignment with the WBS structui-e in Sectian 1.4.H as ag�'eed by the Project S Manager. The Contractar issues to the City, updates nf theu• r�spective schedu�e 6 (Progress Schedute) at the end of each month throughout the life of thei�• work on the 7 project. S C. Schedule Types 9 Praject delive��y for the City utilizes two types oFsched�les as �}oted below. The City 10 develops and maintains a Master Project Schedule as a"baseline" sched��le and issue I1 monthly updates to the City Project Mauager {end ofeach month) as a"progress" 12 sehedule. The Contractor pz•epares and submits �ach schedule type to fiilfill their 13 contractttal requu•ements. 14 1S 1. Baseline Schedule 16 The Contractor develops and submits to the City, an initial schedule for their scope 17 of work in aGg�iment with this specification. Once reviewed and accepted by the 18 City, it becornes the "Baseline" scl�edule and is the basis against which ail pragress 19 is tneasured. The baseline schedule will be ��pdated when thez•e is a change o�• 20 additian to the seope af work impacting the daratiQn of the work, and only after 21 i•eceipt of a duly authoi•ized change order issued by the City. In the e�ent prog�-ess s 22 signi%cantly bel�ind schedule, the City's Project Managcr tnay autho�•ize an update 23 t� the baseline schedul� tn facilitake a rnore practical evatuation of progress. An 24 example nf a Baseline 5chedule is provided in Specification O 1 32 16.1 25 CQS�S�CLICiIpl] PxpJiCi SG�1�C�UIC B�SC�Iri$ EXBTTl�I�e. 2� 27 2. P��ogress Schedule 2S The Contractor updates their schedule at the end af each rnonth to represent ihe 29 progress achieved in the wnrk w�ich includes any impact from auti�o��ized changes 30 in the work. The updated sched��le anust accuz�ately z•ef�ect Yhe curi�ent status of the 31 wo��k at that point in time and is re%rred to as the "Progress Schedule". The City's 32 Pro�ect Manage�� and Fi-oject Control Specialist revie�vs and accepts each progress 33 schedule. In tl�e event a progress schedule is deetned naY aceeptable, the 3� unacceptable issues are ident�ed by the City within 5 wo�•�ing days and t�e 35 Contractar rnust pa•ovade an acceptable progr�ss schedule within 5��rorking days 36 after rec�ipt of nan-acceptance notificatian. An exampie of a Pt•ogress Schedule is 37 provided in Speciiication O1 32 1b.2 Co�zstruct'ton Project Schedule Progress 38 - Example. 39 D. City Standa�•d Sched�le requirements 40 The following is an overview of the methodology for developing and �naintaining a 41 schedule for delivery oia �roject. G1TY OP FORT �VORTH S;uiil:iry 5cti+�rr 12ch,d�ili[a�ia» f'uiilra��t `3l. E'�srt 2. {'I'�I t119S7 ;uicl ST�INRARD CONS"�R[JGTION SPCCIF1CATlOv i70C1]M�.NTS 14'�:sl��lilf C3�;ti��,+�e IEnprr.3�-en�cntc. f'hn�e. I. Cf'�d t11GG�) itevised August 13, 2021 Ol 32 l6 -4 CONSTRUCTION PROGRGSS SCH�,UiJI�� Page 4 u f i 0 1 2 3 4 5 b 7 8 9 10 I1 12 13 I �F 15 16 17 l8 19 20 21 zz 23 24 25 26 27 28 29 3a 31 32 33 34 3S 36 37 38 39 40 41 42 43 44 45 46 47 1. Schedule Ft'a�newark - The sclied�ile will be based on the defined scope ofwork and foliaw the (Critical Path Methodology) CPM method. Thc Contractnr's schedule will align vvith the requi�•emei�ts of this specification and will be cost loarled to reflect th�u plan far exectttian. C�mpliance with cost laading can 6e ��•ovided wit� t�•adiiional cast loaciing of line items OR a pra�ected cost per month for the projec� when the initial schedule is sut�mitted, updated ort a q�arte�•ly hasis is significant change is anticipated. Overall sched��le d�rration will align with the contractual z•equu•em�nts fo�• khe respectiv� scope of work �nd be z�eflect�d in City's Master Project Scheduie. The Project N�imber and Natne of the Project is requi�•ed on each schedule and must �natch the Cit.y's project data. E. Schedu4e File Name All scliedules siibmitted to the City for a project will have a file name that begins with the City's prnject izteylt be1• followed by the ric�nt e of tlte pr�oject fol�or�ved by 6aseli�te {if a bas�line schedt�le) or the year nrid rtrafttlr (if a prag�•ess schedu�e), as shown below. • Baselin� �ched���e File Name Fo�•mat: C�ty Pro�ect Number_Project Natnc Bas�Iine Exampl�: 101376 North Mnntgomery �kreet HMAC_Baseline • Progress Schedule File Name Fo�-mat: City Pro�ect Nuinber_Project Name_YYYY-MM Example: 101376 North Montgomery Skreet HME�C_Z018_Ol • P�•oject Schedule Pro��•ess Narrative Fi�e Narne Format: City Project Number_Project Na�ne_PN YYYY-MM Example: 10I376_North Montgomery St�•eet HMAC_PN_2018_Ol F. 5chedule Tetnplates The Contractor will utilize the �•elevant sectians f�•om t}�e City's kern�Eates pz-ovidEd in the City's docuznez�t �nana�emeitt system as the basis fbr c�-eatuig thei� respective project schediile, Speci�cally, the Contt•actar's sched�ile wili align with the layo��i o�' the Constr�iction s�ctian. Tl�e te�nplates are identified by type of project. as noted below. • Arterials • Aviat�on • Neighborhood Streets • Sidewalks (later) • Q�riet Zanes (lake��} • Street L�ghts {tater) • I�Ztersection Iinproveme�its (later} • Parks • Storin water + Street Maintenance � Traf�c • Water 48 G. Scheduie Calet�dar CI'1'Y QF FORtI' WORTH SaEri[;�ry Sun���r lZ�Et�it,ilil�itiun C�,�ilr;iet 91, I'url �. CPN t}1�157;i�xl STANDARD C(�NSTRUCi'10�' SPE;CI['1CATfQ� DOCUMSNTS FYi�IC'IIII I)�fEkll:ikc I�ai�uuv��me�ilti. 1'hac�� l, CE'N 11[6(,�) ttevised August 13, 2�21 OE 321G-5 CONSTRUCTION PROGItESS SCIi�DUL� P age S of i(3 I The City's standard calendar far schedlile develop�nent purpases is based on a 5-day 2 �voz•krveek and acco��nts for the City's eight standard holidays {New Years, Martin 3 Luther King, Memorial, Independence, Labor, Thanksgiving, day afte�• Thanksgiving, 4 Christmas). The Contractorwillestablish a schedule calendar as pa�'t ofthe schedule 5 developme�}t process and pra�ide to the Project Control Specialist as part of the basis 6 for their schedule. Variatior►s between the City's calendar and the Contracto�•'s 7 calendar must be r�solved prinr to the City's �cceptance oitheir Baseiine pro�{ect 8 schedule. 10 H. WBS & Milestone 5taitdacds fot• �chedule Deveioptnent 11 The scope of work to be accomplished by the Cont�-actor is �-eprese��ted in the sched�ale 12 in the form of a Work Breakdown Structure (WBS). Thc WB5 is ihe t�asis for the 13 development of the scheduie activities and shall be imbedded and depicted in the 14 schedule. 15 16 17 18 19 24 21 22 23 24 25 The following is a summary of the standa�-ds to be foilowed in preparing and maintaining a schedu[e far prnject defivery. Contracto�• is rec�uired ta utilize the City's WSS st�•ucture and respecti�e project type template for "Construetion" as shawn in Section 1.4.Hbetpw. Additional activities may be added to Levels 1-� to accommodate the needs of the organization executing the work. Specifieally the Contractar wiIl add acti�ities under WBS XXXXXX. &�.83 "Construction Execution" that delineates the activities associated with the various components of the work. 26 2. Contractor is t•equired to adhere to the City's Standa�•d Milestones as shawn 27 in Sectinn 1.4.I belo�v. Contractor will irici«de additional inilestones 28 representing intermediate deliverables as required to acc�irately reflect then• 29 scope ofwoxk. 30 3I T. Schcdtile Activities 32 Activities are the disc�•ete elements of r�ork that make up the schedule. They will be 33 az�ganized und��• the unnb�•ella of the WBS. Activity desc�•iptions should adequately 34 describe the activity, and 'ui some cases the extent af the activity, All acti�ities are 35 logica[ly tied wifh a predecessor and a successor. The only exception to this rule is for 36 "p�•oject start" and "project finish" milestones. 37 38 The activity dui•ation is based an the physical ainount af wark to be pez•for�ed forthe 39 stated activity, with a maximum duration of 20 working days OR a continuous activity 40 in nne loca�ian. If the wa�•k for any one activity exceeds 20 days, brcak that aciivity 41 down inc�•ementally to achieve this du�•ation canstraint. Any exceptian to Yhis cequires 42 review and acceptazace by the City's Project Cantrol �pecialist. 43 �4 J. Change Ordecs 45 When a Change O�•der is issued by the City, the impact is incorparated i��to the 46 previausly accepted baselina sched�ile as an update, to cleariy show impact ta the 47 project tuneliue. The Coi�t�-actoi- submits this updated baseli�ie schedule to the City for GI"i'Y OF PDEtT 1VORTH S,utitury Sc�vcr Rrh,ibifilcilic�rt C'u�tlratl')1. Part 2, Cf'N 01957 .iEid STANDARI) CONSTl2UGTION SFI?CIF[CATIpN []OCUMENTS 1VeslrEifl [)r�i�t.s�e lmp€�,v�mei3ts, F'kta�e I, C"#'� U1GG1J Itcvised Aug�:st 13, 2021 01 32 16 -G CONSTRUC"CIOI�f P[tOGRGSS SCHEDULG Page 6 of 10 1 2 3 4 5 6 7 S 9 IO I1 12 l3 14 l5 l6 l7 18 19 20 21 za 23 24 25 2C 27 zg 29 30 31 32 33 34 35 36 37 38 3y 40 41 42 43 44 45 46 �}7 review aiid acceptance as described ui Sectio« 1.5 belaw. Updated baselu�e schedu�es adhe�•e to the following: l. Time extenstons associated with �pproved cnntract modifications are lirnited ta the actual atnou�lt of time the pro�ect activities az•e anticipated to be delayed, t�nless otherwise appz•oveci by the Program Mana�;er. 2. The rc-baselit�ed schedule is submitted by the Cont►•acto�• wrdiift ten wof•krlrrys after the date af receipt nf the approved Change Order. 3. The cY�anges in lo�ic or di�rations approved by the City are iised to analyze the impact of the chauge and is inch�ded in tl�e Cliange Order. The coding fnr a new activity(s) added to ii�e schedule for the Change Order includes the Cha���e �rder aiur�iber in the Activity ID. Use as many activitics as needed ta accurately show the work of the Cliange Order. Revisians to the baseline schedu�e are not effective until acce�ted by the City. K City's Work Breakdnwn Structure WBS Code WBS Name XXXXXX Project Name �:XXXXX.30 Design XX���C.30.1Q DesignCnntracto�•Agreement X��XXXX.30.20 Conceptual Design (30%} XXXX�CX.30.30 P�•eliniinary Design {60%) XXXXX.X.30.4� Final Desi�n XXXXXX.30.50 Envic•onmental XXXX���.3Q.b0 Pe�-mits XXXXXX.34.60.10 Per•mits - Idenkif�ication XXXXXX.30.60.20 Pez•n�its - Review/Appro�e XXXXXX.�O ROW & Gasements XXXX���.40.I0 R�W Negotiatia��s XXX����.40.20 Condemnation XXXXXX.70 Utility Relocatian XXX��XX.70.I0 Utility Relacation Co-o�•dinatian X�i;XXXX.84 Const�•uctio� XXXXXX.80, S I Bid and Award XXXXXX.SQ.83 Construction Execution XXXXXX.80.85 tnspection XXXXXX.80.$fi Landscapit�� XXXXXX.90 C[c�seaut XXXXX.X.90. l0 Canstruction Contract Close-out XXXX�CX.90.�40 Design Coni�-act Closure L. City's Standard Miiestanes The follo�c+u�g mi.lestone actzvities {i,e., unpo�•ta«t events on a project that �nark criticat points in time) are of particula�- interest ta the City and must be reflect�d in the project scheduie iar ali phases ofwork. Cf`CY O� FO[tT GVOR'E'H Sns�ilary� $i41�cr 12cli�lbilitii11E1F1 CU]llFiEl'I ��I. Nurl 2. CI'l�i fil�)57 �ittcl STAIVDARD CONSTRUCTIOi� SI'ECI�'fCATION �QCUMENTS ���c'.cl�'I111 I3liilil:t�;c lm�u������r�i�ni�. I'I��j�e I, C'1'��i �IIGb9 Itevised August 13, 2p21 a� az �� -7 CON57'IiUCTIdN PROGR�SB SCI[iDULG Page7oFl0 i 2 3 4 5 b 7 S 9 10 I1 12 l3 14 15 16 17 18 19 20 21 22 23 24 25 2� z� zs Z9 30 31 32 33 34 35 36 37 38 39 l.4 40 41 42 �3 44 4S 46 Aciivii.y ID Activit.y Name Design 3p20 Award Design A�reemenk 3040 Issue Notice to Proceed - Design Engineer 3100 Desi�n Kick-off Me�tu�g 3120 Siib�nit Conceptuai Plans ta Utilities, RQW, T�•affic, Parks, Storm Water, Water & Sewer 3150 Peer Review MeetinglDesi�n Review meeting {techl�ical) 3160 Cond��et Design P�ibiic Meeting #1 (requu'ed) 3170 ConceptualDesignCotnplete 3220 Submit F��eliininary Plans and Spec�catians to LTtilities, ROW, Traffic, Packs, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting #2 (�•equi�ed) 3260 Preliminary Design Complete 3310 Submit Final Design to Utilities, ROW, Trafiic, Farks, Storm Water, Water & Sewer 3330 Conduct Design 1'ublic Meeting #3 (if requi�•ed) 33b0 �'inal Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 70�0 Utilities Start 7120 Utilities Cleared/Coinp�ete Construction Bid and Afvard 8110 Start Advertisement 815fl Conduct Bid Opening 8240 Award Construction Contract Construction E�ecution 8330 Conduct Constructian Public Meetu�g #4 Pre-Construction 8350 Construction Start 8370 Substantial Compietion 8540 Constructiatz Campletion 9130 Notice of Completia�/Green Sheet 9150 Construction Cont�•act Ciosed 942D Design Cantract Clased S[JI3MITTALS A. Sc�edule Subinittal & Review The City's P�-oject Manager is responsible for re�iews and acceptanee of the Contractar's schedule. The City's Project Controi Specialist is respansible for ensu�'ing align�nent of the Contracior's baseluie a�fd progress schedutes �vith the Master Project �chedule as sirppo�•t to the City's Projcct Mana�er. The City reviews and accepts or r�jects the schedule witllrfa ten �vorkclays of Cantractor's submittal. CI'CY O1� FOlt7' 1VOR7'H S;inil�ir)+ S��rcr It�hcshili�illtlVll C(7F1lfill'I �II, P.irt 2, C'E'Y 01957 :irtd STA�IDARD CONSTRUCTIOIV SPI"sC1FICA`f'IO�i DOCUA4E%!TS N'c.si��li!! 1)r�in��c Im��ro��ei��e.E�ls. I'hac,. 1, C'I'� Ill(�(�{} Re��ised tlugust k3, 2U21 ai 32 t� -s C�I�TS"i'RUCCIOI� P[tOGRESS SCHEDL�LE Page 8 of 10 1. Schedl�le �'ormat 2 The Contractor will submit each schedule in two electronic forms, one in native file 3 fot�mat (.xet; ..l'iIII, .mpx) a�id the second i�� aJ�df format, in the City'S CIOCLlI11EIlt 4 management system in the location dedicated for this purpose and identified by t��e 5 Project Manager. In the event the Contractor daes not use Pritnavera P6 or MS 6 Praject for scheduling purpases, the schedule infarmation must he subinitted 'ui.xls or 7 .xl�Y fornlat in ca�npliance wikh the sample layaut (See Specification O1 32 16.1 S Construction Praject Schedule Baseline Example}, incluciing activity predecessors, 9 successors and total float. 10 11 2. Initial & Baseline Sehedui� 12 TI�e Contractor wi11 develop their schedute far theu• scope of work and st�binit theu 13 i�iitiai schedule in e�ectronic form (in the �le formats nated above), i�i the City's I4 document m�nage�nent system ii� the locatian dedicated for this purpose rrt lerrst 5 I 5 wol�kijrg days l�t•iof� ta Pre Canst�'IlCflOfl MBBflltg. �� E7 The C�t.y's Pro}ect Managei� and Project Control Spec[alist �'eview this initial scl�edule I8 to dete�•mine alignment with the City's Master Praject Schedule, including format & 19 WBS strt�ct�ue. Following the City's revicw, feedbac� is p�•avid�d to tl�e Cantractoj• 20 for their use in �nalizing tl}eir init�ai schedu�e and issuing (ivitlziir five rvnr•kdays} tl�eir 21 Baseline Scheduie for final �•eview and acceptance by th� City. 22 23 3. Pxo��•ess Schedule 24 The Contractor will u�date and issue thei�- p�-oject scheduie (Prog�-ess Sched�ile) by tl�e 25 last day of er�c{r �n a�rtlz throughouk the tife of their work nn the prajeet. The Pro�ess 26 Sched��le is submitted in elect�•onic fo�•zn as no�ed abo�e, ir� t�ne City's docu�nent 27 managemer�t system in the locatio�z dedicated for this purpase, 28 29 3� 3I 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 Ti�e City's Project Ca�t�•ol team R•eviews eac�� P►•ogress Schedule foz• data and infarmation thak stipport the assessment of tlle update ta the schedule. In the event data or information is missing or incamplete, the Praject Controls Specialist oommunicates directly with the Contractnr's scheduler fnc prnviding san�e. The Contractor re-submits the cori�ccted Progress Schedule withi�i S►vo�krlays, fol[owing the st�bmittal process nated above. The City's ProjectManager a�id Project Co«trc�l Specialist review tl�e Contractor's pragress schedul� for acceptai�ce a�id to mot�itor performance a�d prog�•ess. The following list of items are required ia ensu�-e proper status informatioz� is cnntained in tlie F'rogress Sched�ale. • &�seline Start date � Baseline Fir�ish Date • °/n Complete • Ploat • Activity Logic (dependencies) • C��iticat Path * Activities added ot• deleted w �xpected Baseline Finish date � Vari�nce to the Baseline Finish Date Cl`I'Y OP FOft'f WOR"I'H 5anitc�ry 5u�vcr E2ei3uhililation Ca��tr�tcl 91, f'urt 2. CI'�i [119�"7 a�id STANDAftD CONSTRUCTIbi�� SPECI[�iCATCt3N DOCUMi:NTS �Vttii['IIfI C)i�Eill:k��e liri�»�rFv��r�ienit. k'liac� 1. C'P� IIIGf��} Eievised Augusi 13, 2021 OI 321G-9 GQNS'I'RIJCI'[ON PItOGftESS SCl[LpUL� Pagc9of Ep i 2 3 4 5 6 7 8 9 l0 11 12 13 14 ]5 B. Monthly Construction Status Report The Cont�•actor subtnits a written status report (re%rred to as a progress nar��ative) at the monthly p�•agress meetin�; (if monthfy meetings are held) or at the end of each month to accompany the P�-ogress Schedt�le submittal, using the standard farmai provided in Specification O1 32 16.3 Construction Prajec# Schedule Progress Nar�•ative. The content af the Construction Project Schedide Pi•ogress Narrative shourtd be concise and complete to include only changes, delays, and anticipated problems. C. Submittal Process • Schedu�es aud Mnnthly Constructioii Status Reports ai•e submitted in i�� the City's document management system in the Iocation dedicated for this purpose. + Once the project has bee�i completed and Final Acceptance �as be�n 3ssued by the City, no f��rther progress schedules or cons�ruction status reports are requi�•ed fram the Cont�•actor. 1. 1G I.S ACT[ON SUBNIITTALSIIN�ORMATIONAL SUBNIITTALS [NOT USED] 17 1.6 CL�SI;(}UT SUBNIITTALS [NOT USED] 18 I.7 MAINTINANCE MATERiAL SUBMiTTALS [NOT USIDj 19 �.8 QUALITY ASSURANCE 20 21 22 23 24 2S A. The person prepa�-iiig and revising the construction Progress 8chedule shall be experienced in the prepara�ion of schedules of similar complexity. B. Sehct�ulc anci supporting documents addressed in thi� Specif�ication shall be prepared, €�pdated and revised to accurately reflect the performance of the construction. C. Contractor is responsible %r the quality of ail submittals in this sectian meeting thc standard of ca�•e fo�• the construction industry fo�• similar prajects. 26 i,9 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.10 FIELD [SI1�j C�NDITIONS [N()T USED] 28 1.11 WA12.R.ANTY [N�T USED� 29 1.12 ATTACHMENTS 30 Spec Ol 32 16.1 Construction Praject Sched�de Baseiine Example 31 �pec O1 32 16.2 Canstz•uction Project Sched�le Pragress Example 32 Spec Ol 32 16.3 Constructian Project Sched��le Progress Nari•ative 33 CI'1'Y QI' FRIt'I' 1VQIt"1'H 5unit.3ry Sotvcr 12cEE.Etrilil:El[[fit CEllllfill'i ��I, P�irt 2, CPi I OliJ57 :IEFI� STANDARD C��ISTRUCTI01�' SPEE'IFICATION I]OCl1IvII:NTS IVe,tcliff l)�ain��� Imprnve.mes�l�. I'ftayc i, Ck'N Ulfifi�} i2evised August 13, 202i 01 32 1G - t0 Cf�NS"1'IZUC`I'CON i'[ZOGiiliSS SC3i�DULE Page l0 af (0 2 PART 2- PRODUCTS [NOT USEDj PART 3 - EXECUTION [NOT USGD] END OF SI:CTION Revision Lag DATE NAME SUMMARYOF CHANGE 8/13/2021 Michael O�vei� �evised Ia u�date speci#'icatinn req�3irei3ientsand elimii�ate dupiicate schedule speci�cations. C1TY OI' FOR3' 1VOItT1-1 5anilur�� Sc���cr R�frihilil:uiun Cn�ilr.ici 91, Purl ?. C.P� IO[957 �mci STANDARD CONSTRUGTIOI�I SPGCJFICATION bOCCIMENTS IVe,tc�lil l 17rain:i�;c 1�3tprnvcmc��15. I'13atii= t. C'P�i iiEGb`) Revisecl August 13, 2021 �i 321G.1 CON5TRlICTIOi�' 1'EtOGRCSS SCFlEDC7LE —I3ASELII�FE IiXAMPLE Pa�e 1 oiS 2 SECTION O1 32 1G.1 CONSTRUCTION SCHEDULE — BASELINE EXAMPLE 3 PART 1 � GENE1tAL 4 S 6 7 S 9 ]0 11 12 13 14 15 16 17 IS 19 20 21 Zz 23 24 25 26 27 28 Z9 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 4b The foilowing is an exampte nf a Contractor's project scheduie that ill�istrates the data and expectatinn for schedule conteut depicting the baseWie far the pro�{ect. This �ersion a�t1�e schedule is referred to as a"baseline" schedule. This example is intended to provide g�iidance fo�• the Cnntraetor when developing and submitting a bas�line sched�ale. See CFW Specification O1 32 lb Construction Schedt�le far details and requu•ements �•egarding the Contractor's projectschedule. CITY OF FOIt'C 4VORTH 5c�nit.�ry Sc���rr Rch;tbililalii}n Cattlr.irl'3[, Nurt ?. CI'� 01957 ;utcl STANbARD COI�STRUGTIOn SPECIFICATIOI�I DOCU�vIENTS Il'c:�Eclil I' 1.7r�in:�gc Inapri�ve�aicrits, I'hnce. t. C'I'N fiEGG�) Re�ised August 13, 2021 01 32 1 G, l CONS'i'IZUC"I'ION PROGAGSS SCH�.DULG— QA�Ei.INS EXAMPLE Pagc2of5 � � � rn �4 � ` fj a� i Sl� � � «. n C L 4. � � �� � a re W � a 4 V �I V d> .� �. d a�i � � Q., � � U � � � � S � ..."i '_""" ; "_""' ..••-I---�---� -�--._._. ....----._. _.._ _._....� ._...--'-• ---"--'-�..... S : 3 1 ....'_"'_"�"' _"....i ._..'"'. _...."' _"i"'"' i i i ...-----�- -F•--•-•• •I. ...--•-•------- -f-.... � .,...-r. _.. _... _ _.......'"f".._..._ S I . ........�._.._...'_"._...._a.._.._.... i i ......_�._..__..__ ....... .:.......... ----•- . � -�---. r__._.. .:_. ..-----�- ;-----•- -;--...----_._::_ :�u_ -•- ra:n i ._._� ...._ . _ . _ .. -- • �,-�:.:::-._: --- , _ ...-•.--- --• � t � � ' ; ............... ' ..._. � - -----------.... � a... . ,...... �_. _..._....._.. � �-----•-•, ..---l--..-_---1�.....1.._..-•------.- i•-••-•••-;•:- --._._...._�.-�-•-•-i-----.5�_... .....--•--•-�-- ,...F � -• ��--�-�-� --••-� � —r--�-' i i i i � ,. �_, �� � � � . r� .. � � � ;� .� , � �� ;i �7,ti =i f: {�; ''fS i- u� R_ y='1=�{= 1= !�� r1 � . . . � , �.�' °; I !f'� :i , 'r _� „ R� �� � �Y ' ; `-i1 _� � ` �i'�: =i ; i-' �� �n: � ri r� �e Pn �i j: � �, � iri li�i nl ��1 •! �r� �, ��l �� �,l i•7 i,1 i i r] �ri . ri :�J - i r'l rl r7 '. ��f I �rr i.l r] �, i'i i i i0 I � '� �ii 14 i �•� �u c� it ''-t •i a � i�i �� �e ��r �� �= �:� ��� u Y c�'�n .i P'n �n �=�� �in ,� f�.i� iy :`! :I [�7��];Ll Ll t] C� �] [J tl�.LT :1 � �� � �s �:.. �i i-. r-. �i � �,../ W 0 G C .� L � � � � C � � � a ir� + W V; 41 L � .�� .�. � � � r . � . � •.. ... �� �. �<. iT �r� ..� �.. .0 �a w .� � .., �. ... .... ..i w u� �.. .�. ... ... w ..• Q [] tJ {• . •1 1. • �,� I.J �� - � U � � ^�1..F�;� l".1 1� � fl Yl l:f �I.J U T l c] O'�:I L] O � � II il�il :1 �� 1� -1 11 i'I il tl fl `j :�� � 1 1 41 �:� N N fl.f�.��� tl [I � r S t • � . � � � 4 ;,' i� ��. n .�r u � u i� � i i �i Vi . � i S . � �; :, y � �'u y S � � .i i � ��� w f� �� 1 ,{ � ij �1' � r�i -o ' u •i, �� L'� i7 �-i i�� i �� .f, � l Cl u�'} [� 1/:] L� i] I] i. L � S �'T,T� '3��7 'F � '7 ,� .�.. !� ' S. ' �S S <, J' i'-,�. ' .S..i, _ .S C �/1 . r� .„. 'i' j u_ ia ci ri �-- 7i �a i�r, • ii o ti,ri;ci ^-- •- u.- � u �^, b. � - � , � , , , , ,o .� �o ,o �o.��� ,< <<. ,^. �� .� R, , � ,�� ��� ��� ��� n� v, n� � � �a �o o� bG "� ' i n n.�� n� � i. ��� �i�'J �i•n:n o r� ri ,f„ � i : i :'i �•i oi � i .`;i ,,i i�� i .-i c'i c� i � ��i � � ^ r-� � � i - "�i �� �,�i � � f � i7 �i - ��i � ��i � : i : i c� r� <� d. Gv L � � �.: ._ n m in m �i Fi ia i� y�=i � n - i i`� � ,i � �' Si �: : i :. i � � I, � r 'f '{ '{ � '�' � r�� n m o ri� id • p. �' � ni � y '� �1�ii1� �'r� ;i �� �i �Vi (i_ (1 �1 F"-I �: `��'r�: `�� �- ii �� �; raii� i ti� f� ii� �A in in ri rn .. .. . � . �. � _ .ti' . , : : — — � �ry _ ' '. '. � . . . . W �� w 4, u �- _ `i � � u�� ��� in ��; ��i in ',--.', o�r _ m � in io � yi,o u� �n �n �-; �J u�, u r � J �' : - .- C � ; � " - ;; � � u ,. j. ' , , �; ,,, „ :� �i t� �-� :' � . . ,,. , , ,.',�s �; �, „ <i:'<I � „ �w� e; . ;p w � r� Z.. W I � _L a ' r, i ` �7 f7 �U }; ir I� � - lN � � c� w i � /, Y � 11 "a C I �l � .� �1� t .1 �n �y ' , C _ IL '-' . �}-�r � ri ,v 1: �7 � p � �'� � i :J a U ii �' ♦ ♦ i � s � � �� cy . � L�' , � � " � � i i U ��;�; � y� - . «. r � ` N �n u Y ;k, � � ' ,�; �, ., , N S} y. ��. 4 ii:� � �� r: �. �' � t� � 1 � 11 ; . w' ' � � v, ' ` " � ' I�h � �? �'ii n V c �[" . P �u �j� �Y ni � n. � :ii 1 0l � J R 1ti `� � i�i ' v� R' no �� � �� .�a n 1 C 4 Y F � � �� ' �� ' 'i'fi E�� ,; .r. ni S,t l-" g.L".� < < �j 'i� ��� IL q .� 'I '� � e i Y � p 4 S i; ' ' � tc ' U j,� ��� .: U� ' Iq � ;,� � �� � -.s f 7 ,� - ,^ ', � �r � F3 � . �K ci. . � � � H � -; �i r u. �C] ni il r� a '� i;.� :-. � � � V ,... .. .- . . �, � � , .4 �. . � ' u � G � F F � � � � '� �v � � F �. : H . F : B t� C1 i'a ^� 's' �q � �1 CL 'G __ i L�✓ � y.�� i"�''� � �ii �i ii ir. . y i'-� '� �'�:(1'�ua iTl i ii [r.��,•. � c '�u i � m ^ _ _ 6 r^ ;? 00 � � i � ., �� � �-, r, � . � l� � � i` F."i:i o� i�i i w� �• .= r'' � r=-' . :-' � r ��i s.� � ct �C CJ fii � �. . .. , q r, n� � �i M T �o � . i � i � �6 �� �p � ; �o ^ m � ri ; m T ro �.� �n .��� �7 �r ri ' N r :j�- � x a �' S�. . a R "�i� `� i�'iii iI. i{ "i N N � �i ��� `' C1TY Qk FORT 1VORTH Sanil:iry Scs��cr 9Zchahililuli�m Cunlrurl 91, Purt 2, Cf'N 41')S7 ,ind STAN�ARD CQNSTRUGTION SPE,C1f�ICAi'[OI� DOCUMH:�T'S �Y�;lclilf l)iain�ige liTtpr��vemc.ulc, Ph;�cc ], �_ k'� UIGf,~l Revised August 13, 2021 OY 32 iG.l CON57'IZlJC7'ION PROGR�SS SC:NI[i[)ULE- BASELIN� CXAMNL� Page3of5 uo � ;� � Q � �� ? q1 `(�1{ � +! � � ❑ l. � E; ��� � ---�---�� -� -----��--� ---�-�• �-� --..._�_._.... _ �.-� ---� -- ...�.�.�.A...�...�.J.....___ f ._.___ �.... '...'.� _..__ =s_. _�._ i i i i i . . � r . ...�.�.�.d.........{....'_"'�""". �_.-... _{._....." 1 ! I ! � � � F, , . . . , , . . . � . , . . . _....;.__._._..;._..._.....�....__ ...:........ .............._... . I I . : . .._. i i ' r : ' -�- -;.__.... .�.y.,...... .�_ ..__...d . ...------ �� •• � _ . . . ... _ .. I I ! � 1 i � i � � i ` : : � . � .... �... ..-...'•'� "'"""' """"_�� " � F" �" �'"'... l i i i � � fi7 i i i A/ F�1 n 47 -�-�-----�-�---. ��.;._..__._.;._...... ,v_,.�,__......-�-----�---•-----�---•---- ---------•-----------•---------T- - �..L,► • � � � � � � �, ti .. � . �.— , ; ; ; � � i � � �, , __ ' ' ' �� -•-•-.=•-•-.-•-._••-----�'--�---._.�._.......!......._ �._......--'----....�.__._._..�._.. _...--•--'--•--------'----...__. �.._... _ -, , , � '- i i i i i i i i i i i i � :}� �� �.- ` u LL' f1.:a.I, „-, :i .. �. _ • ._�,r,, � �. �..., ._, � . � - _:v �_ �� - � �� :i 7f � c� p Cu. ��~ ., •� . . . . . . , . . . . V �. � - o o u-, c _ _ � u � i ��/' r� :�i =i iL e`: �' e � ' �. � r� i. r_ � �� � � . i•i :' :, �� (, �i =i i� i � i S.�i 4� � �. M � .�. i%i in �o �. �. � rr ��- � i- �� i�i �%i ��� ��•t'� ;,� ao �I ic I LL ia �o u� +ri �n 0 i--� �+ � E`• �_ � °' C' �. ; a � �VVV ,. � ;< � :. N p - r , r r �; , r - � , r� r - � ' � ' i—' +� •,�}� ��. � i,: i= u u� •i i� ��=��vr �ui�- o���n•u c 1,' i�i�ri �r o C!7 41 . 'i� {�. �. i. �. �i i; �i �: �. �. i`� �s 'Y �. ;'f f�� ��.�n r.� � � �� i��.m r� r � � . � � . � � � r �r - .. O �j C. 'J�G 4�,\.G f� �] f� �] C i` �: O'�1 C� � � r5.�li'•lC.l ••, •r "' il �1 �_] �] i i' U Q� � �' `�`� �,`� � 7'±�{ : �� ����� � �; . ������ �� �,�3`� �,� �. �� � a E� . � , , v r (' 7; ' v y ���' u ... 4{ - e �y ��.' u � a � ��� L i�. L1�[ c�. G�y �y 2-q p r."yi � Ci i: Y* L O i] ��r u. .ti_' �r .� �f �; �1 ? d' � 7 fr l/ O i: �d . ,k -. �� .�.r '� - � •� S d,- -S ,h �} _< <n u� F �r ir ' .4 � � � u � r, n c.- i-i� [� u�� c, i: n� i. .- �� �� ., � o. u�� � e r. .• rf ^- � ' � a_ m rc �� � �� m a+ �o �c �� u ��^ w n � � m m �r '� � w u n u� s, bil ��".. . V r, n r' r �- i�: n n r= �� �. r, n � i' -� i�i u i� u �� r �N 4� � i n ej ( , f�i u ci i c, r. '. 2; c � ri i i i i o i i i i. e�i n r .� ;� ri r � �� �:r� p �� �s � a ; � ` �� �� � S � �• �, � � 4 � ,�, �� :�� � �s ; � �, , � � J, `^ � � � � � � r r � � -� y. i ' �. ? , - .�e.1a c o��� ic r• n � r-�P ! -=`y i� n^i �i. �t�i � : i I �� �n a� y �+, �� . - r.� ��i n i`. r� n �i /�/ �� }-1 ++ � ! 1 � � w � �. ��t � c�.�,�r:�{ .o tir q�9 � �t �i�r ���in.�r n u a ���o���c' u i',i:' y� �� �ry in i� u n n �J .� , ` �, , , ,', ^ ^ , i 'v� f m u� u � L, _ .0 . !t e a ,�-,t� ��iu�n ,o u . � o�,�' " ,o — _ , _ _ .`a � � i . �r ��.r� ,�� 0. . I ', ' , ; U � , I I I� I I I ��� � � I I I I C� l � ' � � I I ' i ', �,� � I i � '�' � � � � � b; C� I �E'� � ;4; ""'� y , �` ;- �I �1i � � , , ni � i� '� I " - � !J �! � � �� " ; e � � .� 5' :� ' ;� M ' � � �. � � a , � ;;, �'; ., . � :; — s o � � � '" L ±�1� �. A ; ;:; ;., � � � o a ; .x .;, � � r E _ � �� � �' R .� �. �, - � a :i �� � ' ,� � '" �'i �i c� y a .... � � �. , v L n. ; �: J � � �� j U� �! !y i1 a r, ,� o. �- �� 'i g r� r3 � ;� 1 L Q g :Z � ,. �' � ;r �; �t �� k' :k � � � �; �i � ' n R �' f5 � F, v �' n�� � ;�: �j i�� rt�� v e" ;�� m :'. . i V � r.. c �� � � �] . f9 � i- ^ ' ;� n c� i; � �s ! o -• �� �� ', �� �i. �.� Fj � �5 � � � � : i �'i �. � � �V � g � n �, ' � � � ' w F �' €' w ' • 'i1 � � ' � n - � � PI v ni: 'u � �� i� r� E r � o c.7 y k � � a � � Q �4 � r ��m,�;; , r� i[ fl n ' n,r. :S �(� � i� ��+� is� i�� e� n f' i> « r, : r.. : ii p a7 S �'i � c � y0 "� r] r�_ q� r r'c n'i�n � r. r� rt r'f R �� r_i �7'r�:�+ �. o��� � o � �, A � (7 k;j'�; .i c ir'. �2 i. �o �i� o a k ;, r: •i'in_�u c i. �g vi;o .- �i _ a 5 ��- � m s_. � Cf] 3 �n i- �. �� �. �. �. n� ����i R r. .� i�i �%i-R '� i ai ni'ri'in r� i ' e� � in � m. c; 0� V � � r 4 ' �' .'Z � ' fi � . � � FI �N � �1 Q V n �r.l�c u: M� u� ❑�� I' � � J p. , 1 2 CITY OF FORT WOCZ'C3I Sanil:iry 5cS+rr kchuhililation Co3�trul 91, Y.ir! 2, CI'i1' 01957 ,ind STAtJDARD CONSTRUC�f'ION SPECIFICATION I)OCUMENTS 14'e.sl�'lill [.)rai3i;��e Intpro�•cmc=nl5, Ph;icc I, (.'I'�i U1661) Kevised August 13, 2021 D3 32 1G, I CO�lSTRlJCTIONE'1LOGRESS SCHGDULE-BAS�.[,INEEXAMPLE PageApfS l� '"i'_.-..�.. � � i � c7 O i �' V ' � I� � f.7 _•:1�„-.,-.. O Oi „ y f•1 �7 . ......... 'L � } . �... +d-i Sa � [.} -y�---.._.. � I � � � � U - I -.-..-.. 4 �� I d1 'L i f.l : _ " �""""' m r O d u � � �% � �rf� 0 L. 0. � � � ❑ � N � = m � .� U � I � � � � a � 1-- � • � � v�,nl`�II I ' r� I I ri �.-.�rs o - :�� �-��i�i. a� x� . i� , m' v� �. rn T m � ' � o ❑ r�i i - : � ��1 tl � y �' o. � i i �,? r ; r e � , ' �,.}.,};�_: � ;„ ,�. n ;�� n' ry ;y� �� �, i�! I�I �. ��� in I � rY �..- �]� . � I�; II I � �•�' ! 1 � � �� I � �� �: y y e. i �U �MI � 5 i�i ;' V ri n o : a p � ' ak �l E_ � i1 4 ll , ry _ V� ,1:L! ii: I�I ` � � , : F A i � � y �ir }lu. n � '�1 rl .l I _'1 : ll � CI � i, �,.�;,,;.s: in T.*� m;m; II i 1�� � � � � a 0 .� 4 �N Y rQ� ~ v./ �1�+ � �"� {�l 9� � � ❑ QJ r_-r � �� .��, � �� 1 � 1 � h'�i 1� Q 1� U {J c n� �" c �S � 5 r r� � fl �' i 1 S ra Ly fi � � � C.J C.1 * * 4 � � ♦ 1: n � � �.' L '�. U , .. � i:+ ri Ai � C � '`- fL n �� � �u�rJ ' I I CITY OF FOIZC NORTH SaniLuy 5cn�cr Rchnhil�l:rliun Cunlr;tcl 91, Parl 2. CI'N U1957 ,ana! STANI]ARD CONSTRUCI'IOI� SY[:CIP'iCATION D�CUMENTS �1`e;lcljll I)iailt�g�. lnlprmemcnl�, E'h�i:i= I, C'I'N Illh(��) Revised August 13, 2021 r��y�r�r� CONSTRIJCTiON PROGFtE:SS SCH�.DL1LE—BASELIS��Is'XAMYLIi P age 5 oF 5 � �vn or sEc�oN Revisio�i Log DATE NAIVIC SiJ11�IMARY OF CHANGE J�ily 20, 2018 M. Jarrelt {nitial lssfse May 7, 2021 M O���n [te�risecf namedue to revising the sct�eclule speciiication Ci'1"Y OF POftT WORTH 5unitury 5o+t�cr Rehahikilatiun C'unir,ir191, i'.t€l ?, CNN 01957 ,ir�d STANbARb CONSrRUCT[ON SPECII�ICATIO� DOCU�IGNTS 11'ecic•Eiif l)r;tir�a�+e )mprf�veinc�eis, Phncc i. C'l'� [)1G6+] Rc��iscd August 13, 2021 01 321G.2 COIVSTRUC'i'TON PiZOGRGSS SCHEDU�.�, — PR�GRESS EXAMI'LE Pagc t nf4 � 3 4 S 6 7 8 9 10 11 l2 13 I� 15 1(� 17 18 19 ZO 2t 22 23 24 25 26 27 SEC'TTON O1 32 16.2 ' CONSTRUCTION SCHEDULE —1'ROGR�SS EXAMI'LE PART 1 - GEN�RAL The following is an exainple of a Contractax''s project schedule that illustrates the data and expectation �'az- schedule cont�nt depicting the pragress �o�• the project. This �ersion of the schedule is referreci to as a"pt•ogress" sched�le. This exa�nple is intended to provide guidance %r the Cantractor when deve[oping and subcnitting a progress schedule. See CFW Spee�cation OI 32 16 Constr�iction Schedule for details and r�qu�-ements re�ard�ng the Contracta��'s projeet schedule. Cl'['Y QF FURT �VORTH 5uiiil�try Su�ver Rcl�.ihilita[icsn Cunlr:itl 91, Part ?, CNN (11�1i7 ,inil STP.IVDARB CONSTl2UCI'10N SPECII'ICAT[O�S DpCUtv[f;t�lTS 41'�,Icliff ()rain:i�;r liaipr��v<+me�als. 1'kF�iec I. ('['N Ufl�(i'} ELevised Augeist 13, 2021 Ol 32 16.2 CONS'I'1tUCTIDNPROGR�55 SCE�E,llULE-iROGR�SS LXAMPL�: Page 2 of 4 � W•------ � fIhl ��.v-. •--•••- C � a ,- � � c� r_r ;S .__.... ra fu .__.... �� R tK.__.... Q.__.... � �I ----�- � �� � 2; p r.� � 8 �� rt� �i ' h � L � ai •L t� Rh r� � a V 0 ;..� U t�l .� � � ,� ]a Q} '� ❑ � �--� � n � � � � 1 ti" Q.. ;7 �, J -:------..1 ......_.1.._......�.'_.._..---;--------------.._ i ....._.�.....-._..�-•-•--- i ---------..J ......:.........'---•-•---�-- M•�w-y •-i--------t..�.....+.........�. i_..,..,.. i------------.... _ �..... _..�..... _. _..� _. _. _.. �. _._.._y' _.._.. _,� ......... i.....,.--- �-- � � � � � � ._F_.....--t-------t-._..._._.{_.._......{ ..................._�.....__�....._._..�_.-._..�....._...�--._..__}......_..�.._._.__.{... � � r i i � � i � i i i i i i i 1 GI , . , . . � , . . . � � � � , _!_..... i .----.i.._..._. s ...... : ........._..... �...----�----•-•--;_._._..! ._._.._?_..-----�----..__!.._..._..:... � -F_..... .L.._.. .1. _ .1..........!_ ......'_'....._1........-J..'•"'_"L_._._..1._._..-1-.._..__L......__J....._.__.l_. � . . , . � � . � . � � � � .;.._......___....._..-;....._ � � ._:—....._....._.__.r-._. _.,...._.._. •-------•-•-•-•-••�. ._ . .__:....._._-•�- _..... ._.._ — - - -- — — � -- - - - - - - -� - -- „� .� � � � � , . , , ,. ,. . ,.,,,.,��, �, .,�., �, �,�. .,,,,�. �, .. �., ., �, �, �, ., .. ., ., ., o " . ; r� �� ' 'r n c n nn�ii� �':n�n - �-. n n:n�n.-� n,� n' pd . I ��� � - - . .� `-l� r _ - �I :� i �- � �n {: �n : �,: {;- ��:�,��_ iD ^,',' p M1��![ '� � n f�� •� ' rrt �n m m - m�ii m M n� ('. �+ � -�i-� �i ~ � � � j e�� �j i'�,u u J' i u i f Q re �� e r` �i �� i P o 0 0�' u� t+' µ i � h r��; �, �( ri ol n N f�l r1 V � ��'� �f �i � � ] !7 . ] - .� " J � ]I � 1 q� L J � J i 7 f �j , 4 8 Jhl r1 Ih1 2 -r% fl �� ! l : 7; 1 y�f II {] (1 lh9 i f�, Q 11 !1 �� 7 f fl fl f1 Li �f q � ri .- cb b .h "} . � , - � a d �rS, �c°, �iia' id � � '` - „5 b �n t ia. J� �b � �n d -5 - �S �r , cl c� rl ..- P, i� ' N�ri� r�. 1 r�i rl rl u� r c1 r � fl � m.� N Y: t',.l •� Q� ��C . .., n ��� m^ n �i .�i •i ..m m w i{ �u r, i�i m�.a ui µU rt� N�C ro�n ir� �n �i n O 1�+ co o co �a o�� w - - .- � � T i� uli� ' i� `rZ !i �� j �l c � �`� i � i� ii ti ii i 3�`7 � ra'�� =� n i��� Fl i1 �l C� � ri t ii fi r� {I r� w i, R }, ! �' rn. ` � rn rn m� 1� Fi l iS � Cn rn Gri S� � �", ft�f��,�' `•'k�f"',s��,��.� � , .�.r.�'� �Y��,w: �a-�,� �.. �. CI 17 f1' U � � ."-' a o .� u . x r, n :. � � F; ;�i �.� � r:� =� i'+.:T� ; � : ; ci u :-' :. �n � :� S'S �'S :S � i� � �_ ui u �� „ ui u ri ' m .i,�r �n u� ui n� u� ui iu o� iu u� n m w � p' �i {:��i a. �u a�� u J7 � U � � i � ' .' � n � - ' `: i i �, u . r � � � � .- � � .- .- .- .- � .- n r . il � t�l�i! ('1 [I 11 '� 1� fl:�� - � i�l fl i�l CI i�l (� � [1 [�1 C'I�:J i i�l.' � f� C�1 (-I:.fl fl il (1 51 � w � � ,{ � _ _ � � ; f, i � � � ii . r� � t{� � ' 'Y �� �� � � �� Y � �' �� � �y 4� , R y !A i� li � G+ t � � Y �r� i�, � ,J, �� ;i I el � [ [] i.l [.l .F,.. rt. U L7 � [} L� il IJ L7 W O �1 • � f') �i r il i�l - ,'� � �1 � r1,.1 .i . il i r� . . �r � �.� . i'�.tl il . . . i� � � rl � 1�1 � �+I ►C+ i � �/� i�� a ��:u��u� a w ui �n n ni n) rli �i m ��,��� ey �l� n} � u�.�i� i� I.�- � � �. 1�� �Y ui u� i �Y � V� !i ii ij i�i.l1 ii ii e:i ��'7 � ii �j � �i ii� i i2 i3 �;;�� S� "i :i ri `j�f1..;��,`� i� ii :i i; :� 7�] �1 il `.7 �1 ,a � .{ r� �� { ,{ ;� .� ;� r` v' n ts rs a � " �'•�' � � r 7 m'i � �i a3 � � '? � .� .� �; �,.b.ifi � ^� -i i � i� i ai ri rr r. �a .r, � � � 0 � �� � .. .. �' r�,;"' m m �3! ", � �i ,! :'C �� .. �: r�; a^� �), ..� , � b1J f . " � ."�� � �a .a n ��, c m � .� ,� .� � .� u o 0 0�� '�� � u � c .� t, ,a . �r ,(+ nin , 1'•� . . . � fv �� : u'la',�I�. .., - �, i. ��'�. y� m �� . . � �.a;�� �' a Y� w.u,:�r,�,y ui , r: : � ,r ,y � ,� I f� m `- ���. i ��s�i� � � , i1 �! ' t, ��i ;- ' w " "� j}j • ' ^ I�`f1` � �I� ^ �. � ��liu �'� �.��! �i'CII'J M i4i � i . � il '1 �! il �i {1 ^ ' u' • � " �/ ,I�� � i � ; i. , � i . f3 � I 'o � � Ik' ; � ' � i �3 h �r � N � � , , � t� � :,' i G• '� � � � L ' . � � � � '� i ' � � � � � � Q, � ! i ♦ ♦ � .$ ', � �r , � , I " f I� �� 4 ' , i ',, , '. � 1 � 5 � ♦ ♦ � � r5 r� _ 1 I � � � ° � 9 ' , . � �' � � y b t� �i, w� - ,. r �;�._ n .�t�`' • ��? , .t��a,rT � l : i �' tin . r� ii � -i 5 , 7. ? S � � n A� - i 1; Li •�� 9 � � n � , �, � u• ���.; m i ..� a n c �. r , �. � . �: +�.�"� � - 1 N x R , � t '� Lry F, - o' _ n�� . i� �y . 71 �- r� o �y I v � r�y ' � SY 1 y. y' � r Lir.�i.x �� �i 'rl .., U �:f� �l- I �� .iJ ��, o �U:.,M��i� r �_-3�s ,4:��.���.. -,,,�:��„ �;E�,L,�r:E �, } �� �� y - ` ";u w ` � _ " � �, � � �� � � ` a � 2' �'°''� ;.j { ' ,� � ' -- u`n. t �t"' �� n n� r�,n� ti �ti. Cp ` k� i:�.'s� i�.. c� � cr i- .� i- uS.�� n c,�� �� ��- -� r- �_� i� n h� ti;�i � f- '� �•� �v � '� � ri r [6 . r� n � ��y i � Rr � ui � u �� � n n n � � + ^ � U L. fL u o �a u 4 �� ��'7. � S� 3�,� �4. ��ni � e0 � .�� .r ri � r� '�i �: �. f:'��i �� r�i �i 1 I; :) 4� m o� o� a io ai ' ai �n a �n � a N I U _ ' � I CiTY O� FORT 4VQR`I'H S�uiiEary' Sc�+'rr Rrlmhililaliun Cunlrcir� 9l, Parl 2, Cl'�! U1957 ;mcl STANllAEtD CO�STRUCI'ION SPECIFICAT[ON DOCllMENTS IY�:lc•lill I)raiio,tig� [mprov�:���en15, E'h�j�e f. C'ih�! f11GG�) ]ic��ised Aiigust l3, 2D21 DI 321G.2 CQNSTRUCTIONI'EZOG1t�S5 SCHEBULE—k'KQGRESS EXAMPLE Page 3 af 4 i 2 ui � CJ � p � CJ i!� � fV � 41 � �} � C d � R �' 0. � � � R a � � .� L a -------•--�--....-r...-••- , , """"" _ _ �"". _..... _ d _... _.. _ � �� �y� �eFlL�-Ti.{w a.��F.14�' ��a 1�S � ��y/ �1 � � .y .�,��civ i�� v� u �i ��� .. c���r� .� .i �� �� �� �� i , � . .v r� u i�,u ri r. u u �� .� t� i�. . i. i �" iti :ai':.i �ri �.'� �;i �p n r� _'-� n ,p a p nlln'nlr.. n- n�� a r_�n o n _ n__ n �. �, I � �� �i ^ :T, �,� , ,'� u � , ,. ,�� � ��� ,� �� �'i i �e'ii ;3 ii i i i'I �=� '"i'�� 'i ir `n �i rrI @^i l�i�c ri r� �� . }i ni r' c� '~ ,�, i 5 S J� i � i t� r� "� �� �i if f j o� i� + n ri � �Y! k� t_ `� rr��� Y� I S�'t �';,' � hi n Y_ � '� �, i� i, 5 5 h 1� 5 5 a Z f f tid'��?:.':'LdSr;r}(�.�ie?-1tiL?r'.�. i.S r3 �r f�i, �������.�,il��; n-�'� ,� a �i .r �'i �'�,.'� :i s°� ri �i �- n ri r`i re -�'� i. � :S �S � �'S .i �4 �o � u ni r.� � u i�y "' !�n o� � t�'rn tn m.� y�r�,an q� m a� '� �� cn . �.i � i ci ii r� i i1 :7 !�1 �]'il 'i n`: S ii ��i �i 't+;<<Lbi - f1 il }i (,''ii i�i ��� �i ii ii ii ,^i �7 'I �� � If )�� � ` S� .i :'i]. ki � � � � �_ _ � . ;,� _a � n '� ,, i- `' > ; � � - ,� '� � �{;Y � ! 11 w'� ra r;�'.i �� �:r�� �I 7'i�'u°.� : �- 7 , -, � -+ r ; ���, ;t .! ri :� l� ! l 4- :� R G: :" fi �{ L���F1�'� L � hl n:': 73 ��i ,� :L �` �' �I i�h -Gi ii� i.�li � I `U � l-! it `I <' �'' � (.1 ' � ;T� 11 ' - f; ' tl � � n �T� � rn [' [�� �11 � - � � l� 4 �; � f = � kl 1 ` i� �5 `'� <i N � ' Klii y.�� '�.� i ia,4 � 3 n1��;i^ �r`1ti�-t'� `�i'c ��3u �ir��j'.o��� ,y�f4�., � ��ii .�� ,��: �u7,''iz'-i.t�i � � v" ��" :S . � .. � � �� �; i i i :'i '� :'i .. ' �! � � l� : . lr 1� . Yi :�i r, i N �� r. �: �� �.� �t e r -i0 u] ��., S+ �J � T fn � •l i]i (]i n � �y�i t' i' i� `'� � r�'i i: .`'Jt '� �2 "S rA�'J i^i �i z; {i� ��� �.1�'i i�' Li (I i� ii N n� �'�l i� � ' L L L 1 ' ��;� ���#Y,� ��ic'ktti����5'��ti i ;� s��� �"'., �-; ��; �s :� - t �' ��. !+ l'i ..ti . �; ti� .n �,'1� 11 P � ii I� i� 7� S ,��il:' _ ',�i ��i [1 l� .1i ' �ri Ti �j ��:5 ��'{� i 'l. u y � n .� �� .0 _ ,., ,. .� .�. ..��.. .. y. ,. r .,� ... ._ F� .r . .�, �� ... .,, .. _p: �% �l �_i', ll 1_I Ll CI iJ l� �� � P 1' � �_l IJ V I V, l7 O Ll L] :l CI 1_ LI Ll ■ L7 CI 1_I L].1� � l] � �I Ll f? • jh ��!° CI i�l r �rS �O 'l� (-1 �� fl � 4r iu •- - (I �f'1�� i � - �i . i�i .�� ^ � ;+ ��+' •i� �i �'� ' � :� ":€��fl�r� .�., ', ;. �, ,� .., � � u n . ,�L��;�_.. ;ri i , ,u �� j.; ,:, ,' „ . 'n; !,� My � , , ., ., , � ����-, - , - �' � i � �� ftS 0 � H � � � � U � � 5 /��y � � J r il I I U U: _ II III c`S i3 � � ; ' II P F I�, ;�� :;i ., '� R u ': ' I 5 � I � ji � � �;,�, �� i �.y �^I j ;-, o >. ;?'cf �- f" '�' # �� e 15' �- �. o n � f� & � �i � r � n '�'�i �j a is v� {F �4 � f5 � lfi'L �{ (� n� y 'o u. .L1 �� u iL � p� �� � �i 3S�'u - �� k �� �.�y �n jo � r � ° � t 7{ i '�''; � � '� �� �4 i� � K y � �., a , �' .c �f n � ei ? � '' �� � � U :� � S° u ii •• i."` V `o ri �- !! ri !3 ra ii . � ' I�j ` ; ' , � F'i ry .'� �� -:'' :. Ci .9 ? _< � i: f'r'7 � � . �'3 ' N " � �y �` , � � ` �a' ��4 � 2i �. � G � �', }� , �' �� � � �; :� � '�' y� .; �� '�'� � � i7',ii.� n fi" u� �� y���' u� � ii r t.� i r f���:'G. f7 t5 c��' [. ci ci:� ���Y °� �� � n n n n n ry � n i m � � �' ;� � r� rs �� �i :i ,; -' � 1� �� 'i ;,� �: �� �� ,:; � ;� �{:�i � - � ;; � ,,, ;�' � �r ;; ;�, �",r, r �, � �., � „i,,,; , � � � � ' � 4� J Ib 6�'41 �� � li o � VI J �.� N il J'��.Ed 16 Vi �) . A 0 � � Fi � t,.! � � � A� W l�� V ' � � � .� � N � a vr � � w �, ��-+ �f4r C?II / 1 � �a � 0 � C� « � � � � U �•� T. � , ' ' �I, �? m � cj � � � �J V ♦ 4 � i i � O U� � �� O 1 T � � �� y r '� : �' n 'ru m � r� � I I I CITY OF FORT 1VOK'CH Sanilarj Su�rcr I2chahifdulian Cunlr,�r[ �) I. P�irl 2, CP�f UI �)57 und STANDARD CONS-['€�ilGTION 5PECI�ICATION DOCUMENTS 11'c;lrlill U�;3i1l:1�e Inlprnvcmi:nl�. I'll�l<c: I, (_'E'V Illfifi�) Itevised August [3, 2D21 O1 32 1G.2 CONS'I'iZtJC"I'1dN PIZOGRt�SS SCI-IEDIILE—PRdGIt�SS EXAMk'LG �'age 4 af 4 1 �vn o� src�oN Revzsia� Log DATG NAM� SUMMARY OF C1�IANGC Ju1y 20, 2018 M. Jarrel[ Initial Issue May 7, 202 t 1Vf O���e�� Re�iscd name due to revisiai� flie sci3eciule specification CITY 4F FOIZT �VORTH 5,inilary 5ctvice Kch:ihili€.iliu�E L'unEr.j�'I �)l. I'arl �. CPN {ll�)57 ;uul STANDARD CONSTFtUCI'IOI�' SPECI['IGAT[ON DOCiJ�fENTS 15`c�tit�•lill I)r;iii�:t�� [mprcn�e��s�:ritc, Ph.jse I.l'I'N t1lG(i`1 Renised August 13, 2021 01 32 16, 3 —PROGRESS NA[iRATIVE Page 1 af 1 STCTTON Ol 32 16.3 CONSTRUCTION PROJECT SCHEDU�,E PROGRESS NAit_RATIVE Reparting Period: Da#e Issued: Project Name; Contractor CompanyName: City Prnject No: Contractor5cheduie Contack: City Project Manager; A. List of aciivities changed in the �. (insert text herej 2. (insert text here) 3. (insert text here) 4. (insert text here] 5. (insert text here) 6. (insert text h�rej ng periad. B. List any potential delays and prorride mitigation actions 1. (insert text here) 2. (ins�rt text }�ere) 3. (insert text her�j C, List any actua[ delays and provide recor►ery actions 1. (insert text here) 2. (insert text here) 3. (insert text herej City of Fnrt Worth, Texas Construction Project Schedule Narrative Report for C�W Prnjects S,iEiitury Sc�+�rr Ftrh�ihilit:diu�� Cunlra�•! �)I, 1',irE 2, Cf'Y I)I �I57 ;i���l Revisecf August 13, 202I 11'ccEelil I' I.lr;iiif;tgc Ii��E=rot�c=�3ic�slc, I'ft;iec I, C'E'�i t11 CF(,�) Page 1 of 3 Ol 32 33 - 3 PR�COIVSTRIJGTION VlDBO Pagc 1 of2 1 2 3 YART1- G�N�RAL 4 1.1 SUMM�IRY sa�cT�oN ol �2 33 PRECONSTRUCTION VIDEO S A. Section Inci«des: 6 i. Ad�ninistrative atld procedut'al requi�•e�nents for: 7 a. Preconstrt�ctian Videos 8 B. De��iations from this City of Fart Worth Standard Specification 9 1. None. 10 C. Related Specificatian Sectians inel�ide, but are nok necessarily limited to: I 1 I. Di�ision 0— Bidding Requi�•ements, Contract Farms and Conditions of the Contract 12 2. Division 1-- Ge�ierai Reqi�iremcnts l3 1.2 PRICC AND PAYMENT PROC�DiJR�S 14 A. Measurement and I'ayment IS l. Work assoeiated wikh this Ite�n is considered suUsidiary to the various items bid. 1G No separate payment wili be allowed for t�is Itetn. 17 1.3 R�FCRENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREM�NTS 19 A. Preconstruction Video 20 1, Praduce a preconstruction video of the sitelalignment, including al[ a�-eas in the 21 vicinity of and tn be affected by constiliction. 22 a. Pz•ovide digital copy of �ideo upon request by the City. 23 2. Retain a copy af the preconshuct[an video ttntil the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 2b 1.6 ACTION SiJBMiTTALSIINFQRMA'1'IONAL SUBMITTAI.S [NOT USGD] 27 �.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANC� MATERiAL SUBMITTALS [NOT USED] 24 l.9 QUALITY ASSURANCE �NOT US�D] 30 1.10 D�LIVERY, STORAG�, AND HANDLING [NOT USED] 3 i 1.11 FICLD [SITE) CONDITIONS �NOT USED] 32 1.12 WARRANTY [NOT US�D] 33 PART 2- PRODUCTS [NOT US�D] CITY bC C'OR7` 1VORTH Sattitary Sewee Rehabililatia�ti Contrac[ 91, YarE 2, CPN 01957 and STANUARD CONSTRUCT'[ON Sf GCIFICATIOIV DOCUI1�fEI�TS Westcliff Drainagc in�prove�nents, Phase t, CPN U16fi) Rcvised lufy 1, 20l 1 Oi 3233-2 PCZtiC;ONSTRUCT[�N VIDEQ Page 2 af 2 PART 3 - EXECUTION [NOT USED� END OF SCCTI�N Revisio�i Log DATE NAME SUMMARY OF' CHANGE CITY flF FORT �i70RTH Scmilxty 5ewer Rehabilitation Contracl 9i, Pairt 2, CPN 01957 attd STANI]Altb CONSTRUCTION SPECiFICATiON pQCU�iENTS Westcliff Drainage Improveme3�ts, Ph�se 1, CPN O1GG9 Revised luly k, 2D[ 1 013300-k SUF�MIT`['ALS Page 1 of $ � 2 3 PART1- GENERAL 4 1.1 SUMMARY S 6 7 8 9 10 11 12 13 14 15 16 17 1.2 sECTrorr o� a� o0 SUBMITTALS A. Sectian Inclt�des: l. Ge�ieral methads and ��equirements of submissions applicable to the failowing Work-related sub►nittals: a. Shop Drawings b. P��oduct Data (includin� Stat�dard Prod�ict List su6mittals) a Samples d. Mock Ups B. Dcviations fro�n this Gty of �'ort Worth Stat�daa'd Specif�cation 1. None. C. Related 5peci%cation Sections include, b�t are not necessariiy limited to: 1. Division 0— Bidding Requirements, Cot�tract Fornls and Conditiat�s of the Contract 2. Division 1— General Require�nents PRICE AND PAYMENT PROCEDLTRE5 18 A. Measuretnent and Pay�nent 19 1. Work associated with this Itcrn is considered subsidiary to the various items bid. 20 No separate payment will �e allawed for this Item. 21 1.3 REFER�NCES �NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMCNTS 23 24 25 26 27 zg 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. Notify the City in writing, at Ehc time of submittal, of auy deviatians in the submitkals fi•om the requirements of the Coniract Dacuments. 2. Coordination of Subinittal Tinles a. Prepare, prioritize and transmit each submittal sufficiently in advaa�ce of perFarming the reiated Work or nther appiicable activities, or within the time speciiied in the individual Work Sections, of the Specitications. b. Contracto�• is i•esponsibie such that the installation wi11 not be d�layed by processu�g tiines i��cl��diilg, btrt t�at limit�d to: a} Disapproval and resubmittal (if rcquired) b) Caordination with nt�ae�� submittals c) Testing d} P�archasing e) Pabricakiot� � Deli�e�y g) Simitar sequenced acti�ities GITY O�' C'OR'1' WORTH SaE�itary Sawer Rehabilitalion Ca��[rnct 91, Part 2, CYN D1957 and STANbAl2U COAISTRUCTInN SPECIFICATION DOC[7R4ENTS �Vesicliff Urai�3age Improvements, Phase l, CPN OI669 Revised C3ecemher 2�, 2012 �1330Q-2 SUBMITTALS Pa�e 2 of 8 i 2 3 4 5 6 7 R 9 10 11 12 13 14 15 1C 17 18 19 20 21 �z 23 24 25 26 27 28 29 30 3l 32 33 34 35 36 37 38 39 40 4l 42 �F3 44 45 4b c. Na extension of time will be autt�o�•ized because of the Contractar's faili�re ta tra��sinit subn�ittals sufficiet�tly in advance of the Work. d. Make submittals promptly in accordance with approved schedule, and in suclt seqt�ence as to cause no d�lay in #��e Wock or in the wark af any othe�• cont��actor. B, Subinittal Numbering 1. Wl�en s�ibn�itting shop drawi�igs or samples, �rtilize a 9-character subinittal cross- referenee identification nttmbering system in t1�e following inanner: a. Use the iirst 6 digits of the applicable Specif cation Section Number. b. For the uext 2 digits nu�il6er use numhers 01-99 to seque�itially t�ti�ttber each initial separate item or drawin� submitted under each specific Section num6er. c. Last ttse a letter, A-Z, indicating the resubmission of the saRne drawing {i.e. A-2nd s«bmission, B=3�•d submission, C-4th submission, etc.), A typical subtnittal number wouid be as follows: 03 30 0�-08-B 1) 03 30 00 is the Specifcation Sectian fa�• Concrete 2} 48 is the eighth initial submittal tinder t(iis Speci�cation Sectian 3} B is the third submissaon (secand t•Esubinission) of that pa�•tictxlac shop drawiiig c. coi�tracror Certificatian I. Review shop cirawings, pt'oduct data and sampies, ineluding thase by st�bcot�tractors, �riot• to st�bmissian to determine at�d verify thc follo�ving: a. Field measurements b. Field constructio�� criteria c. Catalog �iui��bers at�d simila�• data d. Confo��rnance tivith t�e Cantract Doctunents 2. Pravide each shop drawii�g, sample and prod��ct data subtnitted by the Coutractor with a Ce��tification 5tatecnent af��ed including: a. The Coi�tractor's Coinpany nar�le b. Signat€�re of sub�uitt�i reviewe� c. Cez�tification Stafiement 1) "By this submittal, I k►ereby represent that I have deter�nined and vez•ified �eld tneasiErements, field const�•uctian crite�•ia, mate�•ials, dimensions, catalag n��mbe�'s and sit�lilar data and I have checked a��d coordinated each item with other applicable approved shop c�rawings." D. S�tbmictal Fos�mat 1. Fold shop drawi��gs lat'gez' tl�att $%z itSches x i I it�ches ta S'/z ii�ches x 11 i�tches. 2. Bind shop drawings ar�d product data sheets together. 3. Orde�• a. Cover Sheet 1 } Description of Packet 2) Cautractor Ccrtificatiat� b. �,ist of items / Table of Contents c. Product Data /Shap Dz•awit��s/Samples 1Calctatations CITY OF FORT 1VORTH SaniEary Sewer Rel�abilit:ition Conlract 9l, C'art 2, CPI�I OiJ57 and STANDARD CONSTR[JCTIQN SP�CIPICATION DOCUMENTS �Vestcliff Drlin�ga 1��3prove�neuls, Phase 1, C�N O16b9 Etevised Decemher 20, 2Q12 01 33 QD - 3 SU[31vTITTALS Pagc 3 of S 2 3 4 5 6 7 8 E. Su6mittai Content l. The date of s��binission and the datcs of any previot�s submissions 2. Th� P�•oject title and nttmber 3. Contractor identi�cation �. The namcs of: a. Cont�'actor b, Supplier c. Manufaaturet• 9 5. Id�ntificatian of the product, �vith the Specification Section number, page and i0 paragraph(s} i 1 6. Fieid dimensions, elearly identified as such 12 7. Relatio�i to adjacent or critical feariires of t1�e Wark or materials 13 8. A�plicable standa��ds, s��ch as ASTM or Federal Speciiication numbers 14 9. identification by highiighting of deviations frnm Conta•act Daci�ments 15 10. Identification by highlighting of revisioi�s on ��esubmitta[s 16 1 l. An 8-inch x 3-inci� blank space %�• Contractor and City stamps 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 �12 43 44 F. Shop D�•a��vings 1. As speci�ed in individual Work Sections includes, 6ut is not necessa�•ily Iimited to: a. Custo�n-prepared data such as fabricatinn and erectian/installation (working) drawings b. Scheduled infoz�mation c. Setting diagrams d. Actual shopwark ta�anufacYuring instructians e. C��stom templates f. Speciat wiring diagrams g. Coardination drawings h. Individual system or ec��iipment inspectio�� and test reports including: 1) Pe��formance cu�•ves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the tnain members and Lines of the structure b. Whe�•e con•ect fabrication of the Work depends upan field measurements 1) Provide sf�ch measureznents and note on the d��awings prior to submitting for approvai. G. Prodl�ct Data 1. For submittals of pt-oduct data for p�'oducts included on the City's Standard I'roduct List, cleariy identify each ite�n s�lected %r use on the T'roject. 2. Fo�- submittals af product data for �roduets not included a�� the City's 5ta�idard Product List, sub�nittal data may i�cluc�e, but is not necessarily limited to: a. Standard prepa�•ed data for manufactured p�-aducts (sot��etitnes referred to as cataiog data) 1) S��ch as the manufacturer's product specification and anstallation iz�str�ictio��s 2) A�ailability of cnlors and patterns CITY OF POf2T �VOIZTH S�tniEary Sewee Rehnbilit�€ion Contract 91, Part 2, CPN U1957 and STANDARD CONSTRUCTidN SPECIFICAT[flN DOCEIl14ENTS Wes€cli[F Drainage In�provenie3tts, Pl�ase l, CPN 01669 Aevised Decenaber 20, 2012 ai3soo-� S UBMITTALS Pagc 4 of 8 i 2 3 4 5 6 7 8 g lU 11 12 13 l4 15 16 17 I8 I9 20 z� 3} Manufacturer's printed staternents af compliances and applicability 4) Roughing-iii diagran�s atid teinplates 5) Catalog cuts 6) Product phatographs 7) Sta��dard wiri�ig diagr�nis 8) Printed pe►•foz•mance c�irves and operational-ran�e diagt•ams 9) Production ar c�uality contt'ol it�spectiou a�id test t-epat�ts aud certiFcatiot�s 10) Mill �•eporfs � 1} Froduct operatiug and �i�aintenancc instrt�ctions and recon�inet�ded spare-parEs listiug anct printed proditct wat•�•at�ties I2) As applicable to the Wn�•k H. �amples I. As speciiied in indivicival Sections, include, but are not necessarily limited to: a. Physical examples nf the Work such as: 1} Sections af t�la��ufachired or %bricated Work 2} Small cttts or containe��s of materials 3) Cotnplete etnits af �•epefitively ��sed �rodticts coloc/texhirc/patket'n swatches and range sets 4} Specimens far coot�c�ination oFvisual effect 5} Graghic sy�nbols and units of Waz'k to be used by tl�e City for independcnt insp�ctian and testing, as applicable to the Wo�•k 22 I. Do not start Wo��k requirii�g a sk�op drawing, saniple or product data naz• a��y t��aterial to 23 be fab�•icated or installed priar to the �ppravai or qualified approval of such iteni. 24 1. Fabrication perfoR•med, �iYaterials purchased or on-site eaa�st��uctioiy acco�nplished 25 which dc�es not confor�n to app�•oved shap drawings ai�d data is at the Co��tractoz•'s 2G risk. 27 28 29 30 3L 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 2. The City will not be liable �az' at�y expense or delay due to corrections ot' retnedies req��i�•ed tn accomplish conformity. 3. Camplete project Wot'k, maiet'ials, fab�-ication, and i�istallat[at�s in confor�nance with approved sho� drawings, applicable sat��ples, atid product data. J. S��bmittal Dist�•ibution 1. Electroi�ic Distribtiiion a. Confirin development of Project directat•y for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site app�•av�d by tl�e City. b. Shop Drar�vings 1) Upload s�tbmittal to designated p►•oject dit'ectory and notify appt•api•iate City rept•eseniatives via etnail of sub���ittal posti�ig. 2} Hard Copies a) 3 copies fo�• all submittals h} If Contcacfor ��equires �na�•e than 1 hard copy of Shop Drawings rehirned, Cantt•actor shall submit more than the number oFcopies listed above. c. Product Data 1) Upload submittal to designated p�•nject directory and natify appropriate City t'ep�•esentatives via e�nail ofsub�iiittal posting. CT T'Y OF FORT \VORTH Sanitary Scwer Reh��bilitation Contract 9[, Part 2, CP1�F Ol9S? 1nd STANDARII CO?�€STRUCTidN SPECIFICt1TION 170CUMENTS �VestcliFF Drainage Improve�nents, k'hase l, CPN Ol&G9 Revised December 20, 2012 O1330�-5 3lII3M1TTALS Page 5 0€8 1 2) Hard Copies 2 a) 3 copies far all sub�nittals 3 d. Samples 4 1) Distributed ko the Project Repi•esentative S 2. Hard Copy Distrib�ition (if required ir� lieu of electronic distribution) 6 a. S�op Drawings 7 1} Dist�•ibuted to the City 8 2} Copies 9 a) 8 copies fnr mechanical submittals !0 b) 7 copies far all ather submittals 1 l c) If Contracto�� i-equires more tha�� 3 copies of Shop Dra�vin�s returned, l2 Cnnt�•actor s�all submit more than the number of copies listed abave. i 3 b. P�•odltct Data i4 I) Distributed to the City 15 2) Copies 16 a) � copies 17 c. Samples 18 1) Dist�•ibuted to the Project Rep�•esentative 19 2) Copies 20 a) S��binit the number stated in the �•espective Specification Sectians. 2t 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 �6 47 3. Distribt�te reproductions of appraved shop drawings and copies o£ ap�roved product data and sarriples, where required, to the job site %le and els�where as directed by the City. a, Provide nLtmber af copies as directed by the City but not exceeding the nt�mber previously speci%eci. K. Submittal Re�iew 1 2. The review aF shop dt•awings, daia and samples will be for generai conformance with th� design concept and Contract Documents. This is not to be canstn�ed as: a. Pennitting any deparh�re frn�n the Contract requi��en�en.ts 6. Relieving the Cantractor af responsibility for any errors, inciuding details, dimensioi�s, and inatei-ials c. Approving depa�•tures fi•o�n details furnished by the City, except as otherwise provided herein The review and approval of shop drawin�s, samples or product data by t�e City does not relieve the Contracto�• fi•am hislher responsibility with ��egard ta the fulfillment of the terins of the Con#ract. a. All risks of ea�ror and omission are assumed by the Conhactor, and the City will have no �•esponsibility there%re. 3. The Co��tractor remai��s responsible far details and accuracy, fo�• coordinatiz�g the Work with all otha�• associated rvo�•k and trades, £ar selecting fabriea#ion processes, fo�' kechniqu�s of assetnbly and for perfor�ning Work in a safe inau��e�'. �. If the sizop drawings, data or samples as subtnitted describe variations and sho�v a departure fcom the Cantract requirem���ts which City �nds to be in the interest of the City and io be sa minor as not to in�olve a change in Cnntract Price or time fo�� performance, the Ciiy znay ��eturn the review�d drawings without noting an exception. 5. Si�bmittais will be ret�irned ta the Contractar under 1 nf the following codes: CITY OF FQRT 1VORT�I SaniEary Se�ver Reliabilitcitiou Cantract 91, Part 2, CPN pL957 ��d STANDARD C�AISTR[ICTION SPECiFICATION I]QCUMBNTS Westcliff Deainage h�3proven�ents, Phase 1, CPI�I O1669 Revised December 2�, 2D12 O13300-G SL3BMITTALS Page b of 8 I 2 3 4 5 G 7 � 9 10 ll 12 L3 14 IS IC l7 l8 l9 20 21 22 23 24 2S z� 27 ax 29 a. b. c. d. Code I 1} "NO EXCEPTIONS TAKEN" is assigttied when khere a�'e no i�otations or comments on the s��bmittai. aj When returned t�nder this cade the Cantractor may rel�ase the equipnieiit atid/or material for mant3facture. Code 2 1) "EXCEPTIONS NOTED". This cade is assignec� �,vhen a confirt��ation of the notations and comments IS NOT req��ired by the Contractor. a) The Cotitractnr rt�ay release the ec�t�ipment or n�aterial for manufachire; however, afl notations and co�nments miist be i��carporated into the finai prnduct. Cade 3 1) "EXCEPTIONS NOTEDIRESUBMIT". This combination of cades is assigned whexi natatioi�s anc� coz��z��e��ts are e�te��si�re ennugh to rec�uire a res�Ebmittal of the package. a) The Cont�•acto�• may �•elease the equipment n�• material fnr inanufacture; however, afl notations aud con�tneuts uiust be i��corparated iuto the final prod�ict. b) This �•esubmittal is to address all cot�3l�ients, oinissions �nd non-conforn�ii�g iteins that were noted, c) Resubmittal is to b� received by the City witl�in IS Cale�idar Days of the datc of the City's trai�smitta( rec�uiring the resubn�ittal. Code 4 �) "NOT APPROVED" is assigned when the s��b�nittal does not meet the intent af the Contract Documents. a) The Contractor must �-esubrnit the entire package revised to bring the subn�ittal iz�ta confor��ance. b) 3t may be necessary to resubn�it using a different mam�factiit�er/vendor tn n�eet the Cnntz•act Docun�ents. 30 3i 32 33 34 35 36 37 38 3J 40 �41 42 43 44 45 4G 47 48 49 6. Resubmittais a. Handled in ti�e same mann�r as first submittals I) Correctians other than requested by the City 2) Marked �vith revision triangle or other similar method a} At Co�itractar's risk if uot t��arkcd b. Submittals fo�- each item wiil be reviewed no more than twice at the City's ex�e�jse. 1) A11 subsec���ent revicws will be performed at tiines co��ve��ie��t to the City and at the Contractoi•'s expense, based an the City's c�r City Represcntative's then prevailing rates. 2) Provide Contractor reimb�irsement to ti�e City within 30 Ca[endaz• Days %�• all such fees invoiced by the City. c. The need for more than 1 rest�b�nissian ar any ather delay ip obtaini��g City's review of subrnittals, will not eutitle the Contractor to an extensian of Contract Titt�e. 7. Fartial �ubmittals a. City �'esetve� the right to ��ot review subtnittals deemed partial, at the City's discretio��. b. Submittals deemed by the City to be not complete will be reti�rned to the Co��tractor, aud will b� considcred "Not Approved" uutil res��banitked. �Y'�y p�' �'p�'�~ +��rp�'�'F.� Sanitary 5ewer Reh�ibilitatioE� Contract 9l, P.trt 2, Ci�� O1957 <tnd STANDARD COAISTRUCTI�N 5i'ECIFICATIOAI DOCUMENTS Westcliff Drai�►age Impravemenis, Phase 1, CPN 01GG9 Re�ise�i December 20, 20k2 013300-7 SL1B[vIiTTALS Pa�e 7 of 8 � c. The City rnay at its option provide a list o�• mark the submittal directing the Contraeto�� to the areas that are i�acoznplete. 3 $. Ifthe Conh-actar considers any co�-rectian indicated on the sE�op drawings ta 4 constitute a change to the Contract Documents, then written notice must be 5 pro�ided the��eof to the Ciry at leasi 7 Cale«dar Days prior to release for 6 manufacture. 7 9. Wl�eii the shop dz•a�vings have bee�f com�leted to the satisfactian of the City, the S Contractac may cart•y out the construction in accardance therewith and no fui�ther 9 changes therein cxcegt upan writlet� instnictions from the City. 10 10. Each submittai, appropriately coded, will be returned witl�in 3a Calendar Days i I foilawing receipt of submittal by the City. 12 i.. Moc�C ups i3 i. Mock Up units as speci�ed itt individual Sections, include, but are not necessarily 14 limited to, complete units of the standard of acceptance for that type af Work to be 15 used on the Projeet. Remove at the completion of the Wo�•k or when directed. 16 17 i8 19 2Q 21 22 23 24 25 26 M. Qualifications I. If s�ecifically rec��iired in other Sectinns af these Specifications, sub�nit a P.E. Certification for each ite�n �•equired. N. IZequest far Information (RFI) 1. Contractot' Request for additionat information a. Clarifieation or interpretation of the contract docur��ents b. When tha Cont�•actor believes the�-e is a conflict between Contract Documents c. Wl�ezi th� Contractor believes there is a conflict betwee�f the Drawings and Speci%cations I) Identi�y the conflict and request cla��i�cation 2. Use t�e Request for �r�forn�ation (RFI) foz'�n pro�ided by the City. 27 3. Nu�nbering of RFI 28 a. Prefix with "RFI" followed by series niimbez•, "-xxx", beginning with "O1" and 29 it�creasing sequentially with each additional trarisrnittal. 30 4. Sufiicient information shali be attached to permit a�vritten response withaut furtl�er 31 info�7nation. 32 5. The City will log each request a��d will review the rec�uest. 33 a. If �-eview of the praject infonnation request indicates that a change to the 34 Contract Dacuments is required, the City wiil issue a Field Order or Change 35 Order, as appropriate. 36 1,5 SUBMITTALS [NOT USED] 37 l.b ACTION �UBMITTALS/INFORMATIONAL SUBIVIITTALS [N�T USEDj 38 1."1 CLOS�OUT SUBMITTALS [NOT USED] 39 I.8 MAINTCNANCE MATERIAL SUBMITTALS [NOT [TSED] 40 1.9 QUALITY ASSURANCE [NOT US�D] 41 110 D�LiVERY, STORAG�, AND HANDLING [NOT USED] CITY OF FORT �VORTC� 5a[titary Secver Rehnhilitatio�z Co»Iract 91, Pnrl 2, CYN 01957 and STAN�ARD COi+iS'C'CtUC'�IOt�1 SPEG[FICATION �OCUI�4ENTS WestcliFf �rainage Improvcmencs, Phase I, CPN 01669 lZevised Decenaber 20, 20i2 OI3300-8 BUBM[TTALS Pagc 8 af 8 1.11 FI�LD (SITE] COND�TIONS (NOT USEDj 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT US�D] PART 3 - EX�CUTION (NOT USED] END OF SECTION Revision Lag DATE NAME SUMMARY OF CHANG� 1 2120/20 1 2 D. Johnson i.4.K,8, Working Days inodifiect to Caicndar Days CITY O�' F'ORT EVORTH Sanilary Setivcr Reh.�bil'station Contracl 91, ParE 2, CI�I� OI957 anc[ STANDARD CONSTRCJCTIbN SPECIFICATION DOC[IiviGNTS Wes[ctiff Drain;tge impro�ements, Pl�ase l, CPI� a16G9 Revised December 20, 2012 �i 35 13 - i SPFs'CIAL i'RdJECT PitOCE[}UR�S !'age 1 of 8 2 3 PART1- G�N�RAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 i4 15 16 17 � A. Section inciudes: SECTION O1 35 13 5PECIAL PROJ�CT PROCEDURES The procedures for special project circutnstances that includes, but is not iimited ta: a. Coordinatian wik}� the Texas Department of Transpot-tation b. Wo�•k near High Voltage Lines c. Con�ned Space Entry Prog��am d. Air Pollution Watc� Days e. Use of Explosives, Drop Weight, Etc. £ Water Department. Notzt"ication g. Public Notification Prior to Beginning Consi�'uctiott h. Coardination with United States A�•my Corps of Enginee�•s i. Coo��dination within Railroad pe�-niits areas j. Dust Control k. Employee Par[cing B. Deviations fi•om this City of Fart Worth Standard Speeification 1. None. 20 C. Related Specification Sections include, but a�•e not necessarily limited ta: 2l 1. Divisian Q— Bidding Ree�i�irements, Contract Forms and Conditions of the Cantract 22 2. Division 1— General Reqtrit'ements 23 3. Sectian 33 12 25 — Connection to Existing Watet• Mains 24 1.2 PRICE AND PAYMENT FROCEDUR�S 25 26 27 zx 29 30 3i 32 33 34 35 36 37 38 39 40 41 42 A. Measurement a��d Paytnet�.t 1. Coordinatian within Railroad perrnit areas x. Measurement 1) Measu�•ement far this Item will be by lutt�p st�m. b. Payment 1) The wark per%rtned and materials furnished in accordance with this Item �vili be paid for at the himp sutn price bid for Railroad Coorclination. c, T�e price bid sha11 include: I) Mobilizatian 2) Inspection 3) Safety kraining 4} Additionallnsurance 5} Ins��rance Certi�cates 6} Other requiretne�its associated with general coordination witl� Raiiroad, inciuding additional employees i�equired ta protect the ri�ht-of-way and prnperty of the Rail�•oad from damage a�•isut� out af ai�d/o�- fi-om the construction oFthe Project. 2. Raiiroad Flagine« C1TY OF FQRT �VDRTH Sanilary Sewer Rehabilitalion Conlract 91, P:irt 2, CPN O1957 aE�d STANDARD CON5TCtUCTIO�i SP�CI�'1CAT10I�S DOCl1�vi�NTS �Vestcl'tf€ Drainage {n�prover€icnts, Yhase 1, CPN UIG69 lte��ised Dece�nber 20, 20i2 D13513-2 SPECfAL PRd.FECT PIZ(3CEDURES Pagc 2 of 8 1 2 3 4 5 b 7 8 9 10 II 12 13 a. Meas«r�ment 1) Measurcment fo�' this Itaix3 will be per working ciay. 6. �aymet�t 1) The work pet•formed and mateE�ials furnished in accnrdance with this Item will be �aici for each waz'king day tliat Railroad Flagmcn at'e present at ihe S ite. c. The �rice bid siiail include: 1) Coo�•dination for scheduling flag�nei� 2) Flagmen 3} Other rec�uirentents associated with Raiiraad 3. Al! other items d. Work associated with these Items is consiciered subsidiar� ta tl�e variaus Items bid. No separate payment will be ailawed for this Item. 14 I.3 R��CR�NCES 1S A. Reference Standards i6 l. Reference standards cited iti this Specification refer to the current rc%rence i7 standa�•d published at the time of the lakest ��evision date logged at the end af this i 8 Specification, unless a daie is specifically cited. l9 2. Health aud Safery Code, Tikie 9. Safety, Subtitle A. �'ublic Safety, Chapter 752. 20 High Volkage Overhead Lii�es. 2l 3. North Central Texas Cc�uncil of Governments (NCTCOG) -- Cle�n Constr��ction 22 S�ecification 23 1.4 t�DMiNiSTRATIVC REQUIREM�NTS 24 A. Coordinatian with t�e Texas Department of Transportation 25 2b 27 28 29 30 31 32 33 34 35 36 3'7 38 39 40 41 42 43 44 45 When work in thc right-af way which is under tiie jurisdiciion of the Texas Depa�'ttt�ent of Transpoctation (TxDOT): a. Notify the Texas Departtnent af Transpot�tation �rio�' to cotttmencing any work thec•ei�� in accordance with the provisinns of the perinit b. All work perfornted in khe TxDOT right-of-way shall be perforn�ed in compliance with and subject to approval f�•n�n the Texas Depa�•trnent of Tran�portation B, Work �tear High Voltage Lincs 2 3. � Re��latozy Requirements a, All Work near High Voltage Lines {ntore t��an b00 volts t��easu�-ed between ca��ductors or between a conductor and the groui�d) shall be in accordance with Heaith and 5afety Code, Title 9, Scibtitle A, Chapter 752. Waz•ning sign a. Provide sig�� af s�tfitcient sizc nieeting all OSHA rer�tiirenients. Lquiptnent ope��ating within 10 feet nf high valtage lines will require the t'aliowing safety features a. Insulating cage-type of gtta�•d abaut the boo�t� or ariu b. Inst�lator links on the lift hook cotu�ections fo�• back hoes o�- dippers c. Ec�E�ipment must meet the safety �'�qi�ire�nents as set forth by OSHA �rtd t��e safety t'eqttiren3e�its of the ow�ier of the hzgh voltage lines Work within b feet of high voltage electric lines CITY OF EORT WORT'IT 5�nitary Scwe€ Rehabilif�lion Contrac( 91, Par� 2, CPi\ 01957 and STANDAIZC] CONSTRUCTION SPECIFICATION DOCEJM�NTS Wesfcliff brainuge Lnpro�emenEs, Phasa 1, CPN O1f,69 Revised December 24, 2012 �t3513-3 SPEC[AL PROJECI' PEZOCEDURC5 Page 3 01'8 1 Z 3 4 5 6 7 8 9 t� � Lia c Notificatio� shall be gi�en to: 1) The power company (example: ONCOR) a} Maii�tain an accurate log of a!1 s��ch calls to power coanpany and reeord action taken in each case. Cooz•dination with pawe�• company 1) After nnti�cation coordinate witl� the po��ver company to: a) E�•eet temporary mechanical ba�•riers, de-energize the iines, o�• raise or lower the liraes No persnnnei znay work within 6 feet af a high voltage line 6efore the a6ove requirements have been met. il 12 13 14 15 i6 17 l8 l9 20 21 22 23 24 25 26 z7 28 29 30 31 32 33 34 3S 36 3'7 38 39 40 41 42 43 44 45 C. Co��fined Space Entry Prog�'am l. Pro�ide and failo�� approved Confined Space �ntry P��ogram in accnrdance with OSHA �•equirements. 2. Confined Spaces include: a. Manholes b. All other con�ned spaces in accardance with OSHA's Permit Required for Confined Spaces D. Air Poii«tion Watch Days 1. General a. Obset•ve the following guidelines reiating tn waa•king on City construction sites on days designated as "AIR POLLi_TTION WATCH DAYS". b. Typical Ozone Season 1) May 1 thraugh Oetober 31. c. Critical Emission Tiine 1) 6:00 a.zn. ta I0:00 a.m. 2. Watch Days a. The Texas Commissiot� an Environ�nental Quality (TCEQ), in coardination with the Natianal Weather Service, W11I i55Ue t�l� Ali Pfl�IlIii0I1 W&tC�l �]31 3:00 p.m. on the afternoatt priot� to the WATCH day. b. Req��irements 1) Begin �vo��k after 10:00 a.m. w�enever construction phasing i�equires the use of matnrized eq�iipment for periods in excess of i hoi►r. 2) Ho�veve�', the Contractoi- �nay begin work p�'ior to 10:00 a.tn. i�: a) Use of rnotorized eqt�ip�nent is less tl�a�� 1 hour, or b) If equipment is new and certifed hy EPA as "Low Emitting", ar eyuipment burns Ultra I.ow Sulf��r Diesel (ULSD), diasel en�ulsiaus, or alternative fuels such as CNG. E. TCEQ Ai�- Permit 1. Ob#ain TCEQ Air Permit for construction acti�ities per requirements of TCEQ. F. Use of �xplosi�es, Drop Wcight, Etc. I, Wli�n Contract Documents permit on the project the fallowing will apply: a. P�ibfic Notification 1) Sub�nit notice ta City az�d pz�aof of adequate insurance coverage, 24 hours prio�• tn commencing. 2) Minimum 24 ho�ir public notificatian in accordance with Sectinn O 1 31 I3 46 G. Water Depart�nent Coordinatioi� C1TY dF FORT 1VQRTE-3 3a��itary Sewer Rehlbilitai�ion Contract 91, Part 2, CP�! 01957 �ttd STAIVDARI3 CONSTRi3CTI03V SPECIFICr1TION i�OCIJMEI�iTS �Vestcliff t�rainage Tmpsovements, Phase 1, CPN O1Gb9 Revised []ece�iiber 2b, 2012 01 35 13 - 4 5f'GCIAL PRO7ECT PROC[s17UA�S Pagc 4 of 8 l 1. D��ring the const�•uctian of this prnject, it wili be necessaiy to deactivate, for a 2 pe�•iod of time, existing iines. The Cont�•acta�� shall be �•equired to coordinate with 3 the Water Departme�it ta detern�ine thc best times for deactivating and activating �4 those liraes. S 2. Coardinate any event that will require connecting to ot• the operation of an existin� 6 City �vater line systeni with the City's �•epresentative. 7 a, Coardinaiian shall be in accordance �vith Section 33 12 25. 8 b. If needed, obtain a hydrant water ineter fi-om the Water Deparitnent for use 9 dt�t'i�t� the life of ��atned praject, 10 c. In the event that a wate�• valve on an existing live system be turned off and an 11 to accammodate the constcuction af the p�•oject is req�iired, coordinate this 12 activity thraugia the appropriate City representative. 13 1) Do not operate water line valves of existing watet• system, 14 a} Failure to cnmply �vill render the Cantractoz• in violatian of Texas Penal 15 Code Title 7, C��a�ter 28.03 {Crirnit�al Mischief} a��d the ContracTor lG wi[I be prosecuted to the full extent of the law. 17 b) 3n addition, the Cantt•actor will assume ail liabitities and 18 respo�isibilities as a�ese�It of these actio�is. 19 H. Public Noti�catian Pt'ior ta Begii�ning Constt�€�ction 20 l. Prior ta beginnin�; conskruction nn any block in the project, an a block by block 21 basis, prepare and deli�ec a notice or flye�• af the pe�sding constr�ictiozz to t��e front 22 door ofeacii residence or bt�siness that wiil be impacted by cotistructiou. The notice 23 shall be pr�parEd as foliows: 24 a. Post notice or �1yer 7 days prior ta beginning ��iy cottstruction activity on each 25 block in the p�-oject area. 26 1} F��epa�•e fl�er on the Cantracto�'s tetteehead and include the %Ilowing 27 infarniation: 28 a} Nau�e af P��oject 29 b) City Project No (CPN) 30 c) Scope of Project (i,c. type ai const��ictiot� activity) 31 d) Actual co��stc�iction duratia�t withiil the block 32 e) Name of the contractor's foreman and phone number 33 f} Name of'tlie City's inspectar atid phone nu�nbei� 34 g) City's a£tet�-hours ghone nu�nber 35 2) A sample of the `p�•e-consh•uction notification' fiyer is attached as �xl�ibit 36 A, 37 3) Subix�it schedule sliowi�s� the canstruction start and finish time for each 38 block of khe p�•oject ta tlie inspecto�•. 39 4} Deliver flyer ta the City Inspectoa' for t'eview prior to distcibution. 40 b. No co�isk�'ucEiatt will be allowed to begin on a�ry black ��ttfil the flyer is 41 delivered to all residents aF the block. 42 L Public Notif cation nf Tempora�y Wate►• Service Inte����uption during Construction 43 1. Itt the event it beco��es jtecessa�y fio temporarily sli��t dowt� water service to 44 resid�nts or businesses d►�ring canstrttction, prepare and del�ver a natice a�• flyer of 4S the pending intei-�•tipkion io the fi•ont door of eacli aff�cted resident. 46 2. Prepared notice as foliows: 47 a. The noti�cation or #lyer shall be posted 24 hout�s prio�• to the tempo��ary 48 interrt�ptic�n. CITY OF P'ORT �VORTH Sanitary Sewet Reliabilil�ilia�i Contr�Ect 91, P;tri 2, CPiv p1957 and STANDA[tD CONSTRUCTION 3�'�CIE'ICATIE]N DOCUMENTS Westcliff Dr�iin�sge IEnprovemenls, Phase l, Cf'N p1fi69 Revised Dece�nher 20, 2012 Rl 3S 13 -5 SP�CIAL P�iQ3EGT PROCEDUItE5 Pnge 5 af 8 l 2 3 4 5 6 7 8 9 IO �i I2 L3 14 15 1G 17 18 19 20 2I 22 23 24 25 2b 27 28 29 3� 31 32 33 3� 3S 36 3'� 38 39 40 41 42 43 �� b. Prepare flyer on the coaat�•actac•'s letterhead and inelucie the follo�ving informatian: i) Name of the project 2) City Project Numiber 3} Date af tlie inte�-ruption of service 4} Pe��iod thc inte�Y�iptinn wili take place 5} Natne of the cant�'actar's foreman and pl�one number 6) Name of the City's inspector and phone number c. A sa�nple of the tempara�y wate�• service inter�liption notificatian is attached as Exhibit B, d. Delive�� a eapy of the temporary interru�tion notificatian to the City inspecto�- for review pi•ior to bei��g distrib��ted. e. No inter�•uption of water service can occt�r until the flye�• has been delive�'ed to all affected residents and businesses. f. Electroi�ic versians of the sainple flyers can be obtaincd from the Project Construction Inspector. J. Coardination with United States Army Corps oiEngineers (USACE} 1. At locations in the Praject where constrt�etion activities occur in areas wl�ere USACE perrz�its az•e �•equired, meet all rec�uirements set forth in each designated pe��nit. K. Coordination within Railroad Permit Areas 1 2 � At locations in the project where canstruction activities occur in areas where railroad permits are req�iired, meet all requirements set %i�th in each designated railroad per�nit. This includes, but is not linaited to, pro�isions for: a. �'lagrnen b. Inspectars c. Safety trainin� d. Additianal ins�irance e. Insu��ance certificates £ Other einpinyees rec�uircd to protect the �•igh#-of-way and property of the Raiiroad Company irom damage arisit�� nut of and/ar fi•oni the con�tr�ction of the project. Prnpe�• utility ciearance proced�ires shall be used in accordance �vith t�e permit guidelines. Obtain any sE�pplemental infornlatinn needed to ca�nply with the railroad's requireinents. Railroad Flagmen a. 5ubi�fit receipts to City fnr ve��i�catian of working days that railroad flagmeu were present on Site. L. Dust Cont��ol I. Use acceptable n�easures to contral dust at t�e Site. a. If ��ater is used to controi dust, capture and properly dispose of waste watet•. b. If rvet saw cutting is perform�d, capture and properly dispose of slu�•iy. M. Einpioyee Parking i. P��ovide parking for empinyees at locations approved by the City. CITY O�' FORT NORTH Sanit:try Setver Rel�;�bilitation Contract 9l, Part 2, CPN 03957 ¢tnti 5"CANDARB CONST[ZUCTIdN SPECIPFCAT'ION llOCUMGNTS �Vestcliff Drain�ge lmproven�ents, Phase l, CP1V OIG69 Revised Deceinher 20, 2pf2 Q135 t3-G SPECIAL PItE7.tECT PROCEDU[t$S Page 6 of $ 1 1.5 SUBMITTALS [NOT US�D] 2 1.6 ACTION SUBMITTALS/�NFORMATTONAL SUBMITTALS [NOT USED� 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDJ 5 1.9 QUALITY ASSURANCE [NOT USED] b 1.10 DELIV�RY, ST�RAGE, AND HANDLING [NOT USEDj 7 1.11 FIELD [SITE] CONDITIONS (NOT USED] 8 1.12 WARRANTY [NOT US�Dj 9 PART 2- PRODUCTS �N�T USED] l0 PART 3- EXECUTION [NOT U,S�D] il 12 END OF SECTION Re�isian Log llATE NAME SUMMARY QF CHANGE I.4.8 — Ac�ded reqtiireEne»t of comp[iance with Hea1tly nnd Safety Code, Title 9. 8/31/2012 D. Johnsan Safety, Subtitie A. P�iblic S�fety, Cita�ter 752. Higt� Voltage Overhead Li�ies. 1.4.E — Added C��itractor responsbility for olftaini�g a TCEQ Air Permit 13 CITY Oi� F'OAT WORTH Sanitary Sewer Reh�ibilitalioE� Conirac[ 91, P�Ert 2, CPI+f D1957 and S'FANDARf] C0�75TItU{;TIOI�i SPECIFICAT[OhI DpC[JM�,NTS 1Vestcliff Drainage Improvemenls, Phase l, CPN €11G69 itavised Qecember 20, 20[2 OI3513-7 5f'LiClAL PILOJECT PROCCDUR[?5 Pagc 7 of 8 2 3 4 5 b 7 8 9 to �t t2 l3 14 l5 !6 17 1s 19 20 21 22 23 2� 2S 26 27 2$ 29 30 31 32 33 3�4 3S 36 37 �XHISIT A (To t�e printed ar� Contractar's Letterhead) Date: CPN No.: Pro}ect Name: Mapsco Location: Limits of Canstruction: � THIS IS TO INFORM YOU THAT UN��R A CC)NTRACT WITH THE CITY O� �ORT WORTH, OUR C�Mf'ANY WILL WORK ON 11TILITY LINES ON OR AROUND YOUR RROPERTY. CONSTRUCTI4N WILL BEGIN APPROXIMATELY SEV�N DAYS FROM THE �ATE OF TH15 NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURlTY, SAFETY OR ANY OTHER 15SUE, PLEASE CALL: MI'. C�OiVTi�ACTOR'S SIJP�RINTENDENT> AT <TELEPHON� NO.� OR Mr. <CITY 1NSPECTOR� AT � i���P�ot�� n�o.� AFT�R 4:30 PM OR ON WEEK�NDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THlS FLYER HANDY WNEN YOU CALL C3TY OF FOR'I' 1VORTH Sanitary 5e`ver Aehabil't[atiwa CoEttrack 91, P��rt 2, CPN 01957 and STANDARD CONSTRUCTiON SPECII'iCATI�N I�OCUMENTS 1Vestcliff Drain;tge Imprc�vemeitts, Nhase E, CPN OtG69 Itevised Decemher 2D, 2012 Q13513-8 SP�CIAL PROJGCT PROCEDEJitkS Page 8 of 8 0 2 EXHIBIT B FQRT VVORTH n.se: DOS �i0. XXXlK P�'oj4et �IlaaqnR: rt07'ICE OF T�MP�RARY WA7`ER SERVICE IIr1TERRUPTIO�I �lUE 7'O iJTILITY II4�PRQV�1ViENiS ITV YOt7R 3VEIGIIBORIi00D, YOUR WAT�k2 S�RVICE WiLL B� TNTE1ZRiTPTED OIV f3r.TW�EN THE FiOiTRS OF ATVI1 IF XQLJ HAVE QUESTi01�l8 AiiOU'i' "I'EIIS SHTJT-OU'I', I'L.EASE CALL; 11�1It. A•I. (COIVT'RA,CTOR5 SIJPEItIPiTENDEtVT) (TTI,�PHONE 1�€UMB�R) OR MR. (CITY IiVSP�CTOR) AT (TEiEPIIOIYE 3�tU11�8ER) TfIIS INCAIVV�NIENCE WTLL BE AS SH012'�' A,S YOSSIBL�. THANK XOiI, CONTRACT()It 3 4 Cf"1'Y OF fY?RT GVORTH Sanit�tty Setve€ Reh.ibiliiatio�i Canlr.�ct 9I, Purt 2, CPh� Q[957 �u�d STANDARD CONSTAUCTION SPECIPICAT(QN I]OCUMENTS WeslcliFf Drainage Improvenicnts, Phase 1, CPN Q18b} Revised Decemher 20, 20k2 D I 45 23 TESTING AN[3 1NSPEC�'IC)N SERVICES Fage 1 of 2 SCCTION Ol 45 23 TESTING AND INSP�CTION SERVICES PART1- GEN�RAL 1.1 SUMMARY A. Section Includes: 1. T�sting and inspection services p�'ocedures and coo�•dination B. De�viations fro�n this City of Foi# Worth Standard Speci�cation 1. None. C. Related Specification Sections include, bui are not necessarily limited to: 1. Divisinn 0— Bidding Requirements, Contract Farms and Conditions of the Contract 2. Di�ision 1— General Requirexnents � ,2 PRICE AND PAYMENT PROCEDURES A. Measu�-ement and Payment Work associated with this Item is considered subsidiaiy to tlte vdrious Iterr►s bid. Na separate �ayment will be allowed fc�r this Item. a. Contractor is responsibie fo�• performing, coordinating, and paytnent of all Quality Control testing. b. City is responsible for perfoz•tnin:g and payment for frst set af Quality Assuranee testing. 1) If the first Quaiity Assurance test per%r�neci by the City faiis, the Contractar is respansible for payment of s�bsequent Quality Assurance testing unfil a passing tesk accurs. a) Finai acceptanee vvill not be issiied by City until all reqi�i�-ed payments foz- testing by Cor►tractor ha�e been paid in fiill. 1.3 REFERENCES [NOT US�D] 1.4 ADMINISTRATIVE REQUIREMENTS A. Tesfing 1. Cotnplete testing in accordancc with the Contraet Doct�rnents. 2. Coordination a. When testing is reqiiired to be performed by tl�e City, notify City, sufficicntly in advance, when testing is needed. b. When testin� is req��ia•ed to be cpinpieted by the Contractor, notify City, sufficiently in advance, that testii�g will ba perfor�neci. 3. Distribution of Testing Raports a. Electronic Distributio�� 1) Canfir�n development of P�•nject c�irectot•y for electronic submittals to be �iploaded to the City's docu�nent manage�nent systetn, nr another external FTP site approved by the City. C1TY OF PORT 1VORTH SaE�itary 5ewee Rehabi1i111in�s Coutract 91, Part 2, CPN 01957 nnd STANDAAD CONSTRUCTIUN SI'EC[l'ICATION DOCUMf:�1`E'S 1Veslcliff Rrainage Improvemen�s, Phase 1, CPN (�I669 Revised ivfarcl� 4, 2020 D 1 45 23 TES`I`[i�lG AI�iD 1NSPHCT[ON SERVICES Page 2 of 2 2) Upload test i�eports to designated project di�•ectary and notify apprnpria�e City representatives via email of submittal pasting. 3) Haz•d Copies a) I capy for all submittaIs submitted to the Project Representative b. Hard Copy Distribution (if renuired in lieu of etectx•onic distributinn} 1} Tests pe��formed by City a) Dish-ibute 1 hard copy to tlie Contractor 2} Tests performed by the Contractor a) Dish-ibute 3 hard copies to City's Project Representative 4. Provide City's P�•oject Representative with trip ticicets fot� each delivered Ioad af Concrete or Lime matez•ial including the fallnwing information: a. Name nf pit b. Date af delive�•y c. Material delivered B. inspection 1. Inspectian o�• lack of inspection does not ��elieve the Contractar fio►n abligation to perfort�� work in accardance with the Cont�'act Dacuments. I.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMiTTALS/IN�+ORMATIONAL SUSMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.$ MAINTENANCE MATERIAL SUBMITTALS [NOT USEDj 1.9 QUALITY ASSURANCE [N�T USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.1� I`IELD [SITE] CONDITIONS �NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PR�DUCTS [NOT US�D] PART 3 - EXECUTION [N4T USED� END OF S�CTION Ftevision Lag �ATE NAME SUMMARY O�' CHANGE 3/9/2b20 D.V. Magana �eln�ved eeference to Sua,a..s�w �i�d noted that electronic submittals be e�ploacied througli ttie City's cioc�imec�t managanie��t sysle�n. CITY Or �Q�tT 1Vfl1iTk-[ Sanitlry Sewer RehabiliEalion Contract 91, P1r{ 2, CPiV 01957 :tnd STANDARD CONSTRUCTI(3N 5E'�CIF'1CAT10N DC3CUIVfENTS 1Vestc[ifF Brain�ge Impra�eEnents, Ph�se 1, CPN 616G9 Revised iviarcl� 9, 202� ot sa oa - c T�MPOItARY FACILITIES A[Y� CO�TEZOLS P�ge 1 of4 1 2 S�CTION O1 50 00 TEMPORARY �'ACILITIES AND CONTROLS 3 PART1- G�N�RAL 4 1.1 SUMMARY S 6 7 8 9 �a ii l2 13 14 15 lb 17 18 1.� A. Section Inc�udes: l. P�•avide tcmporary iacilities and controls needed for the Woi•k it�eittding, but not necessarily limited to: a. Tennporary utilities b. Sanitaiy faciiities c. Storage Sheds and Buildings d. Dust control e. TeEnparary %ncing of the constnictio�� site B. De�iations from this City of �'oi�t Worth Standard Specification 1. None. C. Related Specificakio�i Sections include, 6ut are not necessarily ii�nited to: 1. Division 0— Bidding Requirements, Contract Farms and Conditions of the Contt•act 2. Di�ision 1— Generai Requirements �RIC� AND PAYMENT PROC�DURES 19 A. Measuremcnt and Payment 20 1. Work associated with this Ttem is conside�•ed subsidiary to the �ariotis Items bid. 2I No separate payment will be allowed for this Item. 22 I.3 REFERENC�S [NOT USED� 23 1.4 ADMINISTRATIVE REQUIREM�NTS 24 25 25 27 28 24 30 31 32 33 34 35 36 37 38 39 �40 A. Temporary Utilities 1. Obtaini�ag Ternparary Service a. Make arrangements �vith utility ser�ice campanies for temporaiy se�'vices. b. Abide by i�iles and a�egulations of utility service companies or authorities having ji�risdiction. c. Be respnnsible far utility se�•vice casts until Wo�•k is approved fo�- Final Acceptance. 1) Included are fuei, powez•, light, heat a�id other tttility services necessary foi� execution, ca�npletion, testing and initial ope�'ation of Work. 2. Wat�r a. Contractnr t� provide water req�ured for and in connection with Wark to he performed and fo�• specified tests of piping, equipmant, cievices o�• other «se as �•equired %r ti�e completion of the Wox•k. b. Provide and mai��tai�� adequate supply of potable water for datnestic cons�inptian by Cantraccor personnel and City's Project R�presentatives. a Conrdinatian 1) Contact City 1 week before water for const����ctian is desired CITY QF FOItT �VORTH 5anitttry 5ewer RehabitiEaEion Coatlract 91, Part 2, CYN 01957 and STANDARD CONSTl2UCTIQN SPCCIFiCATiON [)OCUMENTS 1Vestcliff prainage Improvements, �'hase L, CPN 01669 Revised luly 1, 2011 �I5000-2 TfiMPORARY I'ACILITIES AND COi�iTEtOL5 !'age 2 oF 4 1 z 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 2b 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 d. Contcactor Payment foz• Construckion Water I) Obtain construction �vater �neter from City far payment as billed by City's establis�ed rates. 3. Elect��icity and Lighting a, Provide and pay for electric pawe�-ed service as �•ec�ui�•eci fo�� Wo�•k, inclt�ding testing of Work. i) I'i�ovide power foi- lighting, operation of equipment, ot� other use. b. Electric power service includes temparary po��er setvice or generatar to t��aintain operations during schedtiled shtttdown. �. Telephone a. Provide emergency telephone service ai Site fnr use by Contractor pecsonnel and nkhers perfomiing work or fiirnishing services at 5ite. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary far protection or cotnpletion of Work. b. Provide ten�porary heat and ve��tilatioti to assu��e safe working conditions. B. Sanitary Facilities 1 � � Provide and maintain sanitary facilities fot• pet�snns on Site. a. Co���ply witlt regulatians of State anci local depart�nents of l�ealth. Enforce use of sa�3itary facilities by cottstr��ctiou pe��sot�nel at job site, a. �nclose and anchor sanita►y facilities. b. No discharge witl be allowed fro�xz these facilities. c. Collect and stare Sewage and waste so as nat to cat�se i�uisance o�- i�ealth problem. d. Hat�l sewage and waste off-site at no less tl�az� weekly intervais and properiy dispose in accat'dat�ce with applicable regulation. Locate facilities neac Wo�•k Site and keep clean and maintained throug�o�it Project. 4. Rejitove facilities at completion ofProject C. Storagc 5heds ax�ci �3��ildings 1. Pravide adequately ventilated, wate�•tight, weatherproof sto��age facilities with floor above ground lcvel for i��aterials and equipinct�t susceptible to weatl�ar da�nage. 2. Storage of inatcrials t�ot susceptible to weather damage tnay be on blocks off g�•outtd. 3. Store materials in a neat aud orderly manner. a. Place tnate��ia[s and ec�uipme��t to �ertz��t easy access far ide��tiiicatia��, inspection and inver►to�-y. 4. Equip bui[ding with iockable doc�z•s and lighting, and provide electrical seivice for e�t�i�tt�et�t space t�eaters at�d �eating or ventilatio�� as ��ecessa�y tn provide storage envi�-onments acceptable to specified tt�anufachirers. 5. Fill and geade site far tempocary struc�ires to pravide drainage away from temporary a��d existittg biEildings. 6. Remove b«ilding fram site prio�• to Final Acceptance. 42 D. Temporaiy Fencing 43 1, Provide and tnait�tain for t��e duratioi� or constnictio�� when rcc�uired in cnnt�•act 44 doc�iments 45 E. Dust Control CI'['Y (3F FOI�T 1VORTH Sanitary Sewer Kchabililaliun Cantract 91, Pari 2, C!'N O[957 a��d STANDARD CONS`I'RUCTION SP�t;i�'1CATION BOCiiMENTB 1Vestcliff Brai�age Improvomenls, Phase l, CPN O 1669 Revised 3uly [, 20i 1 I 2 3 4 5 b 7 8 9 10 m ai so 00 - 3 TE?MPQItAItY I�AC[LiTIES A�3D CON'TIZOLS Pagc 3 of�l i. Contt•actor is responsible for maintaining d�st control thi•ough the duration of the project. a. Contractar ren�aiz�s on-call at a11 ti�iics b. M��st respond in a timely manner F. Temparary Protection af Constrc�ction l. Contractor ar subcontracto��s are respo��sible far protecting Work from damage due to weather. 1.5 SUBMiTTALS [NOT USED� 1.6 ACTION SUBM�TTALSIINFORMATIONAL SUBMITTALS [NOT USEDj I,7 CL�SEOUT SUBMITTALS �NOT USED] 1.8 MAINTENANC� MATERIAL SL]BMITTALS [NOT USED) l2 1.9 QUALITY ASSURANCE [NOT USED] i3 i.10 DELiVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SiTE� CONDITI�NS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2- PRODUCTS [NOT U��D] 17 PART 3- EXECUTION [N�T T1SED] l8 3.1 INSTALL�RS [NOT USED� i9 3.2 EXAMINATION [NOT USED) ZO 3.3 �RCPARATION [NOT USED] 21 3.� INSTALLATiON 22 A. Te�porary Facilities 23 1. Maintaitt all temporary facilities for duration of construction acti�ities as needed. 24 3.5 [REPAIR] 1 [RESTORATION] 25 3.G RE-INSTALLATION 2G 3.'� FIELD (oa] SITE QUALITY CONTROL �NOT US�D] 27 3.8 SYSTEM STARTUP [NOT USED] 28 39 ADJUST�NG [NOT USED] 29 3.10 CLEANING [N4T USED] 30 3.11 CLOS�OUT ACTIVITIES 3 i A. Temporaiy Facilities CITY OF FORT GVORTEI 5,�nilary 3ewar Rehabilitatian Cocitract 9l, Part 2, CI'N D195i and 1 STANDAl2D CONSTRUCTI03�i SYECII�ICATIdN DOCi1MENT5 li'estcfiff Dr:�€nlge improven�ents, Phase 1, CPN (3[669 �9 Revised luly 1, 201 [ o� s000.a TEMPORAi2Y PACILITI�.S AND CONTROLS P:�gc 4 of 4 I 1. Reznove afl tetnpo�•ary faciiities and i-estore area after completion of the Work, to a 2 eo�fdition ec�ual to or bettcr than pt•iot• tc� start of Work. 3 3.12 PROT�CTION [NOT USED� 4 3.13 MAINT�NANCE (NOT USED] 5 3.14 ATTAC�-IMENTS [NOT USED] 6 END OF S�CTION 7 Revision Lag DA"I'E NAME SUMMARY OF CHANGE CITY OF F�RT 1VaRTE3 5;�nil�iry Sc�vcr R�h,ibilit:uiu�� Cunlr,i�� 91, P,i€t 2. CI'�! U19S7 ,sn�i STANDARD CdNST[iUGTION SP�G9FICATIQN DOCUMENTS �}rt�k'III I I�F'illll:i�+' liupravc:ini��El�, Ph,�cr (, C'I'k� [11E>ii`) ILevised 9uly i, 2013 01 552G-1 STR�CT US� I'EiiMli AI�d MODIFICA'ClOi�iS 7'0'I'ItAFk�1C CQN'['iZOL Page l of 3 � 2 src�oN a1 ss 26 STREET USE PERMIT AND MODIFICATIONS TQ TRAFFIC CONTROL 3 PART 1 - GENERAL 4 I.1 SUMMARY 5 A. Section Iiialudes: 6 l, Administrati�e procedures for: 7 a. 5treet Use Permit 8 b. Modiiicatinn of apprnved traffic cantrol 9 c. Reinoval of Streeti Signs 10 B. Dev�ations fi•azn chis City of Fart Woxt� Standaz•d Specification 1 l 1. None. 12 C. Related Specification Sections include, but are not necessarily l'united to: 13 1. Division 0— Bidding Requiz•enaents, Cont�•act �`aa•z�ns and Conditions of the Contract 1� 2. Division 1-� Gen��•al Requn•e�nents 15 3. Section 34 7) 13 — Traffic Contral lb 1.2 PRICE AND PAYNNI�NNT PROCIDUR�S i7 A. Measurement and Payment 18 l. Work associated with this item is considered subsidiacy ta the various Items bid. 19 No separate payrt�ent will be allowed for this Item. 20 1.3 REFERENC ES 21 A. Reference Standards 22 1. Reference standards cited it� thi� specification refe�• io th�e curr�ntreference standard 23 published at the time of the Latest revision date Ia�ged at the end of this 24 specification, unless a date is spec�caliy cited. 25 2. Texas Ma�uat an Unifo�•m Traffic ControlDevices (TMi.)'TCD). 26 1.4 ADMINISTRATIVE REQUIREMINTS 27 28 29 30 31 32 33 34 35 36 A. Traffic Controi l. Ge�aeral a. Cantractac shall minimize lane closut-es and impaet to vehic�lar/pedestrian traffic. b. When traffic contro� plans az�e included in t�e Drawings, provide Traffic Cot�trol i�� accardance with Dra�vuigs and Sectio�i 34 71 13. c. When traffic contcol plans are not included in the Drawings, prepare traffic contral plans in accardance with Section 34 71 13 and submit Ya City for review. 1} fl,ilow zninitntim 10 working days for review of proposed Traffic Control. C17'Y O� FORT 1Vf3RTH Sanillry Sewer Relt:tbilifaEioa Conlract 91, Part 2, CPN 41957 �ind STANDAltll CONSTRUCF']OI�� SPEC3I'ICAT[(3N 170CU�4ENT5 GVesicliff Drai��age I�nprovements, Pl�ase 1, CPN OIfi69 Itc��ised Marclt 22, 2021 ai ssz�.z sTxE��r usE r��zr�rr a�.�n Mo€�t��tcn�['toKs'a'a'z�►tn��tc coN�rr�o�. P age 2 0£ 3 1 2 3 4 5 6 7 S 9 �a 11 12 13 14 l5 1b 17 18 19 20 2) A traffic control "Typical" published by City of Fort Worth, the Texas Man�al Unified Tz•af fic Contz•ol Devices {TMUTCD) oc Texas Departmen� of Transpo��tation (TxDOT) can be used as an alterr�ative to pt�eparing �raject/site s�ecific traffic cont��al plan if the typical is applicable to the specif'ic prnjectlsite. B. Street lise Permit 1, Prior to installatian of Traf�c Control, a City Street Use Permit is requi�•ed. a. To abtain Street Use Permit, stibinit Tra�'fzc Cant�•ol Plans to City Transpo�-tation and Put�lie Works Department. 1) Allow a ininunum af 5 warking days for pei-mit review. 2} It is the Contractoa•'s responsibility to coordinate review of TraEfic Cont►-ol plans for Street Use Permit, sti�ch that canst�uction is not deiayed. C. Modification to Approved Traffic Control 1. Prio�- to installation ri•aff�c control: a. Subr�iit cevised traffic contt•ol plans ta City Department Transportation and Public Works Dapa�•t�i�ent. 1) Revise Traffic Cantrolplans in acco�•daz�ce with Section 34 71 13. 2) Allow inini�num 5 workuig days for review of revised Traf�c Cot�trol. 3) It is the Cnntr�cto�•'s t•esponsibility to coordinate review of Traffic Contral plans fa�• St�•eet Use Permit, such that cc�nstniction is not delayed. 21 D. Re�no�ai of Street Sign 22 1. If it is deter�nined that a sh�eet sigu �nust be z•etnoved for cous�ructian, then contact 23 City Tra��spartatioit and Public Works Department, Signs and Markin�s Division to 24 �•eznove tl�e sign. 25 E. Tempocary Signage 2b l. In the case of regc�latory si�;ns, replace permanent sign with temporacy sign �neeting 27 requu-erne��ts a� the latest edit�oi� af the Texas Manual on Uniforu-► Traffic Coa�tt�o� 2& Devices (MUTCD). 29 30 31 32 33 34 2. Install tempora�•y sign b�fnre th� removal oipermanent sign. 3. When canstruction is complete, to the extent that the p�rmanent si�;n can be z•einstalled, contact the City Transportatinn and Pi�bGc Wo�-ks Depa��tment, Signs and Markin�s Division, to reinstall the p�rmanet�t sign. F. Traffic Control Standards 1. TraE�c Contr•ol Standards can be found on the City's website. 35 LS SUBMITTALS [NOT USED� 3b A. Subinit all requued dacumentation to City's P�•oject Representativ�. C[TY OF EORT WORTH Sanit��ry Sewer Rehabilit:ilion Contract 91, P:irt 2, CPN D1957 and STA�F�ARD CON3TRUCTIOI� SPECIFiCA'i'TON llOCUME�iTS 1Vesfcliff L]rainage I�nprovemen[s, Phase 1, CPN {l[6b9 Revised Marc�� 22, 202i 01 55 2G - 3 5T[tEE'I' US�PCRMI't' AND ZvIQDIFICA'I'IpNS 7'OTRAFI'IC COtVTItOL P�ge 3 of 3 1 1.6 ACTION SUBMITTALS/INrORMATIONAL Si�BMITTALS [NOT USED] 2 I.7 CLOSEOUT SUBNIITTALS [NOT USED] 3 1.8 MAYN'IENANCE MATERIAL Si1BNIITTALS [NOT USID] 4 i9 QUALITY ASSURANCE [NOT USID] S L10 DELIVIIZY, S'POR�G�, AND HANDLING [NOT USID] b �.l l �+iELD [SITEj CONDITIONS [NOT USED] 7 1.12 WARRANTY (NOT USED] 8 �'ART 2 - PRODUCTS [NOT USED] 9 PART 3- EXECUT[ON [NOT USID] 10 � IND OF SECTION Revision Log DATE NAME SUMMARYOF CHANGE 1.4 A. Added langu�ge ro emphasize ►ninimizing of lane closw-es and impact to traf�c. I.4 A. l. c. Added la�igiiage to allow €or i�se of pnb[ist�ed traffic cantrol "Typicals" i 3/22/2021 M O�ti�en applicab[e to s�ecific �roject/siEe. 1.4 P. l} Removed reference ta I3uzzsa�v I.5 Added lan�age re: s�bn�itEal o€}�ermit I�►i' C11'Y OF T�'(3IZ'i' �VORTH SaEiitary Seiver Reh�ibiliEation Ca��tract 91, Part 2, CYN Oi9S7 and STANDAIiD CONSTftUCI'ION SP�CII�ICATION C)OCUMGNTS �Vestcliff Rrai�tage ]ntpro�ements, Phase E, CPN OF669 Revised Iv[�rcl� 22, 202I Oi5713-1 STOIZM WA'CE[t POLLUTEON PREV��'TION Page 1 of 3 1 2 SECTION Ol 57 13 STORM WATER P�LLUTION PREVENTION 3 PART1- G�NERAL 4 1.1 SUMMARY 5 6 7 8 A. Section Includes: 1, Procedures for Stortt� Water Poilution Prevention Pla�is B. Deviations from this City of Fort Wnrth Standard Specification I. Nane. 9 C. Related Speci%catio�� Sections include, but are not necessarily limited to: 10 1. Divisian 0-- Bidding Req��irements, Contract Forms and Conditions of ti�e 1 I Contract 12 2. Div�sion 1— Generai Requiret�ients 13 3. Section 31 25 00 —�rasinn and Seciiment Control 14 1..2 PRICE AND PAYM�NT PROCEDIIR�S 15 16 17 18 19 20 A. Meas�rement and Payment 1. Constr�iction Activities resuitin� in less than 1 acre of disturbance a. Work associated with this Item is considered subsidiary to the va��ious Items bid. No separate payment will be ailowed for this Item. 2. Constn►ction Acti�vities resulting in greater tha�� i ac��e nf disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. 21 1.3 REFERENCES 22 A. Abbt�eviatians and Acronyms 23 I. Natice of Intent: NOI 24 2. Notice of Tennination: NC)T 25 3. Stonn Water Pollt�tian Prevention Plan: SW�'PP 26 4. Texas Cammissian on Environmental Quality: TCEQ 27 S. Notice of Change: NOC 28 A. Reference Standards 29 1. Refe�-ence standards cited in this Spec��cation re%r tn the cu�•�•ent reference 30 stat�dard published at the time of the latest t•evisia�� date logged at the end of this 31 Speciiicatio��, u��Iess a dake is specifically cited. 32 2. Integ��ated Sto��in Management (iSWM) Technical Manual for Construction 33 Cantrals 34 1.4 ADMINIST1ZATiV� REQUIREMENTS 35 A. General 36 1. Contractor is responsible fot' t'esal�ttion and paytt�ent of any %nes isstied associated 37 with con�pliance to Stormwater Poll��tio�� Preventio�ti Plan. CITY OF FORT tiVORTEi Sanitnry Se�ver RehabiEi��cio« Contraet 91, Part 2, CPN Oi957 and STANDARB CONS'CR[3CTION SPECIC'ICATI[3N DOCUNICi�iFS �Vestcliff Drainage Imprar�ements, E'hase l, CPN Ot6G9 itevised July 1, 20l 1 a i s� ►3 - z STE7RM �VATGEt POLLUT'iQN P[2FsVk;NTtON P;��;c 2 a f 3 B. Cnnstruction Activities rest�lting in: 2 3 4 5 b 7 8 9 !0 11 12 l3 t� 15 16 17 18 19 20 z� 22 23 24 25 26 z� 28 29 30 31 32 33 34 35 3b 37 3& 39 l. Less than l ac��e of disturbance a. Provide erosion and sedin�e��t cot�trol in accordance with Section 31 25 00 and Drawings. 2. I to less tlian 5 ac�•es of distux•bance a, Texas Pollutat�t Discha�•ge Elimi�}ation Syste�z� (TPDES) General Construction Permit is z•equi�•ed b. Complete SWFFP in accordance with TCEQ z•equirements 1) TCEQ Stilall Coust�-�iction Site Notice Rec�uired ii�ide�• get�eral pern�tit TXR150000 a) Sign and post at job site b) Priar to Pz'ecanstt•uctio�i Meeii�i�, se�id 1 copy to City Depa�•t�nent of Ti�anspartakion and Public Works, Environlnental Division, {817) 392- 6088. 2) Pravide erosio�i and sediulc��t co��ti•al in accoa•dance with: a) Section 31 25 00 b) The Drawings c) TXR150000 GeiieraI Pert�iit d) S WPPP e) TC�Q reqi�irements 3. 5 acres o�• tnore af Dishrrbatice a. Texas Pollutaut Discharge Eliinii�atian 5ystem (TPDES) Getleraf Const�-uctior� Pet�tnit is required b. Co�7iplete SWPFF in accordat�ce with TCEQ requiren�ents 1} Prepare a TCEQ NOI form aud submit ta TCEQ along witli req�iircd fee a) Sign and post at job site b} Send copy to Ciiy Degartment of Tran��artatiot� and Public Wat�ks, Environmental Division, (S I7) 392-6088. 2) TCEQ Notice of Change req��i�•ed if inaking changes o�• updates ta NOI 3) Pt�ovide erasiou and sediinent control ir� accot'dance with: a} Sectiox� 31 25 DO b) Tt�e Drawings e) TXRI50000 Geileral Pe�-ix�it d) Sw��� e} TCEQ ►•ec�uir�ments 4) Ottce the project has been com�leted attd all the closeaut requirements of TCEQ have beet� met a TCEQ Notice of Tern�inatio�i can he s«b�nitied. a) Send eopy ta City Department of Transpo�'tation and Pttblic Works, Environmental Divisian, {817) 392-6088. 40 1.5 SUBMITTALS 4i 42 43 44 �5 46 47 A. SWPFP Subrr►it in accordance with 5ection Ol 33 QQ, except as stated he�•ein. a. P�•ior to the P�recq��stt��ctian Meeting, submit a d��aft copy of SWPPP to the City as follows: 1) 1 copy to the City P►•nject Manager a) City Praject Manager will forwacd to ti�e City Departanent of T�•ansportation and Public Works, Environmental Division for review CiTY OF FORT �VORTH Sanitary 5elver Rehabilitation CoEttrnct 91, P�trt 2, CPN 01957 and STANDAI2D CON�TRLICTiON SPECIF[CATIOIV I70CC7MENTS Weslctiff Drainage Improaements, Phase 1, CPN Oi669 Aevised hily i, 2011 015713-3 STORM 1VATCR POLLUTIO?�i f�1tC:V�IVTION Page 3 nf 3 1 B. Modified SWPPP 2 l. If the SWPPP is revised du��ing constr�ict.ion, ��esubmit modified SWPPP to the City 3 in accordancc with Section O1 33 00. 4 1.6 ACTION SUBMITTALSIINFORMATIQNAL SUBMITTALS [NOT US�D] S b 7 8 9 l0 ii 1.7 CL05EOUT SUBMITTALS (NOT USED] 1.8 MAINTENANCE MAT�RIAL Sl1BMITTALS [NOT USED] l.9 QUALITY ASSURANCE [NOT USED] 1.1U D�LIVERY, STORAGE, AND HANDLING [NOT US�D] 1.11 I+I�LD [SITE] CONDITIONS [N()T USED] 1.12 WARRANTY [NOT US�D] PART 2 - PRUDUCTS [NOT US�D� 12 PART 3 � EX�CUTiON jNOT USED) 13 i4 END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANG� 1S CITY OF FORT WO[tTEI SuniL•tty Sewer 1teUaF�ilitatian Contract 91, Part 2, CPN �[957 ancl STAt�IDARD COI�STttUCTiON SPECIFECII,T[ON DOCUNfENTS Westci'sff Drainage Improvemenis, Phase 1, CI'IV QI6fi9 Re�ised July 1, 20l 1 O1 58 13 - 1 Tlitvfl'OI2A1tY PROJECT Si(iNALiI� Pagc 1 of 2 l 2 3 PART1- G�NERAL 4 1.1 SUMMARY SECTION O1 58 13 TEMPORARY PR07�CT SIGNAGE S A. Section Includes: 6 l, Temporary Project Signage Req��i�en�ents 7 B. Deviations from this City of Fort Wocth Standard Specification 8 I . None. 9 C. Related 5pecification Sections inelude, but are ��ot necessacily lin�ited to: l0 1. Division 0— Biddang Requirements, Cantract Forms and Conditions nf the Cont�•act 11 2. Division 1— General Requi��ements 12 1.2 PRICE AND PAYMENT PROC�DURES 13 A. Measurement and Payment I4 1. Work associated witi� this Item is considered subsidialy to the variaus items bid. 15 No sepa�-ate payment will be allowed far this Item. 16 I.3 REFERENC�S [NOT USED] i7 1.4 ADMINISTRATIVE R�QUIREM�NTS [NOT USCD] 18 1.5 SUBMITTALS [NOT USEDJ 19 1.6 ACTION SUBMiTTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 21 22 23 24 25 1.7 CLOSE�UT SUBMITTALS jNOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANC� [NOT USED] L10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1,11 FIELD (SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USEDj 2b PART 2 - PRODUCTS 27 2.1 OWNER�FURNISHED [o�z] �WNCR-SUPPLIEDPRODUCTS (NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPCS, AND MATERIALS 24 A. Design Criteria 30 l. Provide free standitag Project Designation 5ign in aecordance with City's Standard 31 Detaiis far �roject signs. CI"TY OF FQRT �VdR"TF[ Sznitary Se+ve€ Rehabilitateon Contr2et 9l. P�rt 2, CYN Oi957 and STANDARD CONS'TIZUCTION SPFCIF[C�1,TION DOCU1b1EI�TS �Vestciiff Drainage Improvements, Phase [, CP1V 01669 Revised Ji�iy I, 20I 1 O15813-2 TGMPO[tARY [�fZOJ�CT SIGNAGE Y�gc 2 of2 1 B. Materia�s 2 i. Sign 3 a. Constructed of 3/a-inch fir plywood, grade A-C (exterio��) ar bettee 4 2.3 ACCES50RIES jNOT USED] 5 2.�t SOURCE QUALITY CONTROL [NOT US�D] f PART 3 - EX�CUTION 7 3.1 INSTALL�RS [NOT USEDJ 8 3.2 �XAMINATION [NOT USED] 9 3.3 PREPARATION (NOT US�Dj 10 3.4 INSTALLATION Il A. Gen�ral 12 1. P►•ovide verticai iustallatioii at exte�tts af p�'oject. 13 2. Relocate sign as neecied, f�pon request oFthe City, 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade I8 3.5 R�PAIR 1 RESTORATION [NOT USED� 19 3.G RC�INSTALLATION [NOT US�Dj 20 3.7 ri�LD [ois] SITE QUALITY CONTROL [NOT US�D] 21 3.8 SYSTEM STARTUP jNOT USED] 22 3.9 ADJUSTING [NOT USED) 23 3.10 CL��NjNG [NOT USED� 24 3.11 CLOS�OUT ACTIVITIES [NOT USEDj 25 3.12 PROTECTION [NOT USED} 26 3.13 MAINT�NANCE 27 A. General 28 l. Maintenar►ce will include painting ar�d repai�-s as needed or directed by the City. 29 3.14 ATTACHM�NTS [NOT USED] 30 END OF SECTION C[TY OF FORT �VO€t'I'(T 5anit�trp 5ewer Rel�16i[it�tion Contrlet 91, P,irl 2, CPIY p1957 and STANDAEtD Cd[�dSTRUCTION 5E'ECiFICA'CIQN DOCUMGNTS Westciif€Drainage Imp€avements, Phase i, CPN Oi669 Revised J��ly 1, 20l 1 D1 b0 Op PRO�UC"T REQtI[REMGI�TS Pa�;e 1 oF2 s�c� ioN o� ba oa 1'RODUCT REQUIREMENTS PART1- G�N�RAL L1 SUMMARY A. Sectian Includes: 1. References far Product Requirements and City Standard Products List B. Deviations fi•om this City of Fo�-t Wo�-th Standard Sp�cification 1. None. C. Related Specification Sections include, b�t ai•e not necessarily limited to: 1. Division 0�- Bidding Requi�•emenks, Contract Fo�•�ns and Conditions of the Contract 2. Division 1— General Requi�•einents 1.2 PRICE AND 1'AYMENT PROCEDURES [NOT USED] 1.3 RE��RENCES [NOT USED] 1.4 ADMINISTRATIVE REQi1IREM�NTS A. A list of City approved products for use is available th�•o��gh the City's website at: htt�s:/lapps.fprrivarthtexas.go�IProjectResources/ and following the direciaiy path; Q2 - Canstruction Dac�ments/Standard Protlucts List B. Only products specifically included on City's Standard Product List in t��es� Contraet Documents shall be alio�ved for use on the Froject. 1. Any subsequcntly approved p�•oducts will only be allowed for use upon specific approvai by thc City. C. Any specific produci requirements in the Con#ract Doc�iments s�ipersede si�nilar prnciucts included an the City's 5tanciard Product List. 1. The City rese��ves the right to not allow products ta be used inz• ce�•tain projecis even thau�h the prnduct is listed an the City's Standard Product List. D. Althaligh a specific product is inciuded on City's Standa��d Product List, not all p�•oducts fro� that manufactu��er are approved far use, including b�t not litnited to, tlaat manufacturer's standard pz•oduct. E. See Section O1 33 00 fnr �ubtnittai requirements of Product Data inclucied on City's Standa�•d Praduct List. L5 SUBMITTALS [NUT US�D] 1.G ACTION SUBMITTALSIINI'[)RMATIONAL SUBMITTALS [NOT USEDj I.7 CLOSEOUT SUBMiTTALS [NUT USED] 1.8 MAINTENANCE MAT�R�AL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT US�D] G1TY fl� FORT �VOKTf� Sanitary Sewer Rehabilit:ttio�s Contract 91, Part 2, CPN 01957 and STAiVDARb CONS'1"FL[7CTIOAI SPEC[PICATION �OGUMEIlTS NestcliFf ilrainagc Irnprovc�nenis, Phasc I, CPIV p16f9 Itcvisec� ivlarch 9, 2020 o i �a aa PRODUCT R�QUIR[:{v1[iNTS Page 2 af 2 1.�0 DCLIV�RY, STORAGE, AND HANDLING [NOT USEDj 1.I1 �IELD (SITE] C�NDYTIONS �NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT US�D] PART 3 T EXECUTI�N [N(lT USED] END Or SECTION R�V[Sl{?Il �.U� DAT� NAM� SUMMARY O�' CHANGE f 0/i 2112 D. 7ohnson Modified Location of City's Standard P�•oduct List 3/9/2020 D.V. Magana �emaved refereE�c� to Buzzsaw a�td noted that the City approved products list is accessible through the City's �vebsite, CiTY ��' FOR`I' 1VC3ItTH SanilFiry Se�ver RehahililalioEt Ca�3tr�Ect 91, P�Ert 2, CPN 41957 and STANDARD CONSTRLICTIOId SPEClPICATIOtV DQCLIME.NTS Westcli!'f Drai�tage Impro�etnenls, Phase I, CP1V U1669 Revised Ivfarcl� 9, 2020 Ol 66 OD - 1 PRODUCT STORAGE A�ID HAA'DLII�'G REQl11R�MENTS Pagc l of� � SECTION Ol 66 00 PRODUCT STORAG� AND HANDLING REQUIREMENTS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 ]0 11 12 13 14 15 16 1,2 A. Sectinn Incliides: 1. Scheduling of pa•oduct delivery 2. Packaging oip�•oducts far delivery 3. Pi�otection oF products against damage fi•om: a. Handling b. Expasure to elements o�� harsh envii-onments B. De�iations fi�om this City of Fort Worth Standard Specification I. None. C. Related Specification ,Sections include, but are not necessa�•ily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Canditians of the Cantract 2. Di�isio�i I— Gene�•al Reqt2irements PRICE AND PAYMENT FROCEDUI2ES 17 A. Measurement and Payment 18 l. Work associated with this Item is considered subsiciiary to the various Ite�ns bid. 19 No sepa�•ate payment will be alla�ved for this Iten�. 20 1.3 REFERENCES (NOT USED] 21 1.4 ADMIN�STRATIVE REQUIREMENTS [NOT I1SED] 22 1.5 SUBMITTALS jNOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS �NOT USED] 24 i.7 CLOSEOUT SUBMITTALS [NOT USED] 2S 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QITALITY ASSURANCE (NOT USED] 27 1.10 DELIVERY AND HANDLING 28 29 30 31 32 33 A. I.]elivery Reqt�irem�nts 1. Schedule delivery af prod��cts or equipment as req�iired to allow timely installation a��d to avaid prolonged storage. 2. Pt�ovide appropriate persannel ai�d ec�uipme��t ta receive deiiveries. 3. Delive�y tt•ucks will not be permittec� to wait extended perioc�s of tiine on tiie �ite for personnel or ec�uipment tn recei�ve the clelivery. CITY OF FORT �VOATEi Sluitary Sewer liehabilitation ConlracE 4I, P�rt 2, C�'N 01957 and STANt�AE2D CQI�'STEiUGTION SPECIF[CAT[Or DOCUME3�fTS Vi'esiclif£ Dr:tinlge In3proven�enls, Phase 1, CPN 01(69 Etevised h�ly E, 201 [ Ol GG00-2 PRODIJCT STORAGE AAlD HA1�'BLIt�fG ItEQU[AEMENTS P��ge 2 of9 t 4. Delive�• prodiicts ot• eqi�ipment in manufacture��`s original unbroken eartons or othe�• 2 containe�•s designed and const��ucted to p�•otect the contents f►•om physical o�• 3 envi�•onme�ital dan�age. �4 5. Clear[y and fulty mark and identify as to manufacturer, item and installation 5 lacaEian. 6 6. Provide �nanufact�irer's i��sti-��ctions for storage and ha��dling. 7 B. Har�dling Requirements 8 l. Handle products ar �c�uipment in accordance with thes� Contract Docum�nts and 9 inan��fachirer's �•ecot���ncnd�tions at�d i«structions. IO !1 12 l3 14 15 ib 17 C. Storage Rec�ttirements 1. Store materials in accardance with man€�fact�irer's recom�nendations and z•eq�ri�•enc�ez�ts af these Speci�eatians. 2. Make necessary provisions for safe storage of materials and ec�uipinent. a. Place ioose soii �naEerials and �naterials to bc incorporated into Work to prevent da�iiage to a��y part of Work or existi�sg facilitics a�id to «iaintaiu free acccss at all times to ail par�s of Wark and to utility seF�vice coinpany instaliations in vici��ity af Wo�•k. l8 3. Keep tnaterials and equipment neatly and compactly stored in locatians that «ill 19 ca�ise i��iniixiu�n i�iconveniei�ce to other contractors, p��blic kravel, adjoii�itsg owners, 20 tena��ts and occupants. 2l a. A�'range sto�'age ko provide easy access %r in�pection. 22 4. Restrict �tnrage to areas avaitable o�� ca��str�ictioz� site for starage af r��atex•ial a��d 23 equipinent as shown on Drawings, or appro�ed by City's Project Representative. 24 5. P;•ovide off site storage and pratectia�s whetl oit-site storage is ilot adequate. 25 a. Provide addresses of and access to off-site storage locatians for inspection by 26 City's Project Representative. 27 fi. Do nat tise lawns, grass plots ar at��e�' private property for storage purposes wikhaut 28 wrikten permission of owner or other pe�-son in possessian or control of premises. 29 7. Stoi•e in enanufacn�rers' unapened contait�ers. 30 S. N�atly, saFeiy and cotnpactly stack materiaEs deli�ered and stoi•ed alon� line of 31 Wark to avoid inconveniettc� and damage to propt�rty owners and general p��blic 32 at�d mai��tait� at least 3 feet fro�n fire hydra��t. 33 9. Keep public and p►-ivate driveways and sh-eet crossings open. 34 30. Repair o�• replace dan�aged lawns, sidewalks, 5tl'��tS OC O�Ii�I' lillpl'�V�I11�11[S i0 35 satisfactian oi City's Pcoject Representative. 3G a. Total lei�gth which tnate�'ials �nay be distributed �long roate of cot�struction at 37 one time is 1,000 linear feet, unless otherwise approved in writit�g by City's 38 Project R�presantative. CITY OF �OR'E' �VORTH 5anilary 8ewer Re��ahilit��tion Contrict 91, Fart 2, CPN 01957 ar�d STANb�1EtD CONST[ZUCT[()N Si'EC[I�ICATION DOCUM�.NTS Westcliff Drainage Improveme�ts, Yi�ase 1, CPN 01669 Iievised July 1,2011 ai ��00-3 PitODUCT STORAC,G AND HANI]C,ING E2}iQU1EZi:MENTS I'age 3 nP� 1 1.I1 FI�LD [SIT�] CDNDITIONS (NOT USED] 2 1.12 WARItANTY [NOT USED] 3 PART 2- PRODUCTS [NOT US�D] � PART 3 - EX�CUTION S b 7 8 9 �a II 3.1 INSTALL�RS [NOT USED] 3.2 EXAMINATION [NOT US�D] 3.3 PREPARATYON [NOT USED] 3.4 �RECTION [NOT USED] 3.5 R�PAIR / RESTORATION [NOT USED] 3.6 RC-INSTALLATI(}N jNOT USED] 3.7 I+'IELD �c��j SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. It�spect a[L produets or equipnient delivered to the site prior to unloading. i 4 B, Non-Conforming Work i5 l. Reject ail prodiicts ar equipment that are da�naged, used o�• in at�y ather way 16 unsatisfactory for use o�� the project. 17 3.8 SYSTEM STARTUP [NOT U,SED] 18 3.9 ADJUSTING [N�T USED� 19 3.I0 CLEANING [NOT USEDj 20 3.�1 CLOSEOUT ACTIVITICS (NOT USED] 21 22 23 24 25 26 27 28 29 3Q 3.12 PROTEC'T�ON A. Protect ati praducts or equipment in accordance with manufacturer`s w��itten dit•ections. B. Store products or equipn�e�it �i� locatiou to avoid physical damage tn items while in storage. C. I'rotect equipment fi•om expostire to elem�nts and keep thoro��ghly dry if required by t�ie �nan�iiacturer. 3.13 MAINTENANC� [NOT USED] 3.14 ATTACHMENTS [NOT US�D] END OT SECTIQN CiTY OF �ORT 1VORi�E Sanitary Sc�ycr Itchahilitatian Cvntract 91, Pur1 2, CPN Q1957 �u3d STAAiI�A1tD CONSTRUCTION Si'�Cl['ICATION DOCUNl�:NTS WestclifCDrainlge 1�3prove�nents, Plmse l, CPN O1fi64 Itevised J�EIy l, 20[ 1 ot �voo-�► PiZODUC;T STORAGE AND HANDL�NG REQUIREMEN'I'S Pagc 4 of 4 Revisian Log DA'I'E NAME SUMMARY OP CHANGE CITY 0I' PdRT �VDRTH Sani�lry Sewer Rehabilitation Contraci 91, Part 2, CPN 01957 and STANDARD CONST[�UCT[Ot�f SP�.CI�rICAT10N DOt;UMiNTS 1Vestcliff Drainxge [naprovements, Phase p, CPN Oifi69 [ievised 3uly [, 2011 Ol70OQ-1 MDBELiZATION AN17 REMOi3[[.ILATION Page 1 of 4 2 3 PART I -� GENERAL 4 1.I SUMMARY 5 6 7 8 4 i0 ll l2 i3 i4 i5 lb 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 3b 37 38 39 40 41 42 43 44 �5 s�cT�oN ai �o 00 MOBILTZATION AND REMOBTLIZATION A. Sectian lnc[�des: 7 3. Mobilization and Demabilization a. Mobiiization 1) Transportatian of Contractor's personnel, equipment, and operating s��ppli�s to the Site 2) Establishment of necessary general faciiities far t(�e Contractar's operation at the Site 3} Premiurt�s paid for perfoa•mance and payment bonds 4) Trans�ortation of Cont��actor's personnel, equ�pment, and operating supplies to another iocation witl�in the desigr►ated Site 5} Relocation of necessary �eneral facilities far the Contractor's operation frorn 1 iocation to another location on the Site. b. Demobilization I) Transportation of Contractor's personnel, equipment, and operating supplies away irom the Site including disassembly 2) Site Cfean-up 3) Removai of all buildings andlvr otlier facilities assembl�d at tha Site for this Contract c. Mobilizatian and Demobilization do not include activities for specific items of work that are for �v�ich payment is pz•ovided elsetivhere in the contract. Ramabilization a, Remobilization %r Suspension of Work specifcally required in the Contraat Dociiments or as required by City incluc�es: l ) Demobilization a) Transportaiion oi Contractar's persnnnel, equipment, and ope�•at3ng suppiies fi•oin tite Site inchiding disassembiy or tempararily securing equipment, suppiies, and otl�er facilities as designated by the Contract Documents necessary to suspend the Work. b) Sita Clean-up as designated in the Contract Documents 2) Re�nobilization a} Transportation of Contracto�'s personnel, equipment, and operating supplies to the Site necessary to resume the Work. b} Establishment af necessary gene��al facilities fo�- the Contractor's operation at the Site necessary to resume the Work. 3} No Payments wili be made for: a) Mobilization and Demobilization froin one lacatiar► ta annthar on the Sit� itt the norma[ progz•ess of performing the Wark. b) Stand-by or idle time c) I,ost profits Mobilizations and De�nobilization for Miscelianeous Projects a. Mobilization and De�nobilization C[TY OF FORT 1V�RTH Sanilary� Sewer ReEiabilitatian Contract 91, Part 2, CP�I 01957 & STANDARI7 CONSTRUCTI�N SPECiFICAT[OIV DOCU�ENTS IVestclitt Dr�inage I�3iprove�33ents, Pliase l, CPN 01b69 Re�ised I1ove�nUer 22, 2016 AddeEidu«� No. l 01700D-2 MOBILIZA'I'[ON AI�17 l2�MOBILC7AT'COI�i Page 2 of 4 1 2 3 4 5 G 7 8 9 10 11 12 13 14 15 lb 17 18 l) Mobilization sl�all consist of the acti�ities and cost on a Work Order 6asis necessary for: a} Transportation of Contractor's personnel, eguipment, and operating s��pplies to the Site for the issued Wark Orde�•. b) Establishment of necessary ger�eral facilities for the Cantractor's operatian at the Site for the issued Work Ord�r 2) Demobilization shail consist of the activities and cost necessary far: a} Transpo�•tation of Contractor's personnel, equip�nent, and operating s��pplies from the Site including disassembly for each isstted Work Order b) Site Clean-up for each isstted Work Orde�' c} Remo�al oi all buildings or other faciiities asseinbled at the Site for eacli Work Oder b. Mobilization anci Deinabilization cio not inclt�de activities for specific items of work for which pay�nent is pravided elsewhe�•e in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilizatinn for Misce[Laneo�is Projects when direeted by the City and tlte mobilization occu��s within 24 fjours of the issuance of the Wo�•k Ordet•. 19 B. Deviations fi-om this City of Fort Worth 5tandard Specification 20 1. Nane. 21 C. Related Speci�cation Sections incl��de, but ar� nat neccssarily liinited to: 22 1. Division 0— Bidding Require�nents, Contract Forms and Conditions of the Cnntract 23 2. Division 1— Generai Requi�-ements 24 1.2 PRIC� AND PAYMENT PROCEDURES 2S 26 27 28 29 30 3i 32 33 34 35 36 37 38 39 40 41 42 43 44 45 A. Meas��rement and Payment 1. Mabilization and Demabilizakion a. Measure 1) MobrJizcrtiort fot' Watet' I»��rove►�tejats, Sa�aita�y Setiver Intpf•overrreftts, Drcrrjtage Intpraverrteirts, Pavrl�g L�rprove�r�e�rts, �r1td Landscapi��� if�rpj�oveiuejtts is cojrsidered szrl�siciia�J� to the varioirs Itents bid. 2) Demobiiization shall be conside�-ed subsidiary to the various bid items. b. Pay�nent 1) Tlae }vork�erfoi•�rted a�arl iriatel•ials firr�irislled rjr accordaltce tivith tltrs Itej�t fvr Wate�' 1��lprovemertts, Sa�litar j� Sewer Inaprover�aejrts, Drain�rge Ir�tprover�aertts, Pavi�ag IrrtJ�roveirle�2ts, a�t�l Lrrnr�sccrpr�2g irrtprove�rr�rtts a�'e st�bsidirt�y to tlte vat�rous Ite�rts Gicf cr�rc! iro other conrperrsation ►viJl be alTv�vecl. 2) The work perfo�•med a�ad nnaterials furnist�ed for deinobiEization in accorclance with this [tern are subsidiary to the vario�is Items bid and na otiier coinpensation �vill be allowed. 2, Remobifization for s��spension of Work as specifically requireci in the Cotttract ❑OClilll�Clt3 a. Meas��re�nent 1) Measurement fo�• this ite�n shall be per each remobilization peeformed. b. Payment C1TY OF FORT 1VOR'i'FI Sanitary Sewer Rehabilitation Coniract 9l, i'art 2, CPN O19S7 & STAN[IARD CONSTRliCT10N SPECIFICATiC�N DOCUMENT3 1VestcGffDninage [mp€ovements, P):use E, CPN 01669 Revised No�en�ber22, ZptC Addendue�� No. 1 O17000-3 MflBILIZATiON ANB REMOE311.17..A'�'lON Page 3 of'4 1 2 3 4 S 6 7 8 9 t0 i� 12 [3 i4 15 1G 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 4Q 41 42 43 44 45 c. � 1) The �vork performed and mate�'ials fiii�ished an accordance with this Item and �neasured as provided und�r "Measi�rement" r,vill be paid for at t[ze �anit p��ice per each "Speciiied Remobilization" in accordance with Contraet Doc��m�nts. The priee shall inct��de: 1) Demabilization as described in Section I.I.A.2.a.1} 2) Remobilization as described in Section I.l.A,2.a.2) Na payments will be made for standby, ic�ie time, or lost proftts associated this ltem. 3. Remobiiization for s��spension of Woz•k as �•ec�uireci by City a. Measurement and Payment 1) Tliis shall be siibmitted as a Cant�•act Clai�n in accardanc� with At�ticle 10 of Section 00 72 0�. 2) No payments wili be rnade for standby, idle ti�ne, or lost pro�ts assoeiated �vith this Item. 4. Mobilizations and Demobilizations %r Miscellaneous Frajects a. Meast�rement 1) Measurement for this Iie�n shall be for each Mobiiization and De�nobilization �•equired by the Contract Doci�ments b. Payment 1) The Worl� perfoz•med and materials fi�rnished in accordance �vith this Item and measured as provided under "Measure�ncnt" �vill be paid for at the unit price per each "Wnrk Order Mobilization" in accordance with Cont�-act Documents. Demobilization shall be considered s�ibsidiary tn mobilization and sha11 not be paid %r separately. c. Th� price shail include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demabilization as described in Sectian 1.1.A.3.a.2) d. No payments will be made for standby, idle tirr►e, or lost profits assnciated this Item. 5. Exner�ency Mobilizaiions and Demc�bilizations for Miscellaneous P�-ojects a. Measi�rement 1) Measurert�ent fnr this �tem shali be for each Mobiiization and Demobiiization required by the Contract Doc��ments b. Payment 1) '1`he Wark perfarmed and materials furnisfied in accordance �vith this Item and measurec� as provided under "Measureznent" wili be paid far at the unit price per each "Wa�•k Ordet• Emer�ency Mabilization" in accordance with Contract Documents. Demobilization shali be considered subsidia�•y to mobilizatinn and si�al[ not be paid for separately. c. The price shall inci��de 1} Mobiiizatian as described in Section 1.1.A.4.a) 2} Demobilization as described in Section 1.1.A.3.a.2) d. No payments tiviil be inade %r standby, idle tixne, o�• lost p�•o�ts associate�i tliis Ite�n. 46 I,3 R�FERENCES [NOT USED] 47 i,4 ADMINISTRATIVE REQUIREM�NTS [NOT USED� CiTY O� t'OI�T 1VORTH S2nitary Se�ver ReifaUilitation Contract 91, Part 2, CPI+I O1957 & 3TANDARD CONSTRUCTinN SPECIFICATION DOCl1MiiN'1'S 1Vestc€iffDrain�ge Improvements, Phase l, CPN Di(C9 Revised 3Voveinbcr 22, 2p16 Addendun� No, 1 Ot7U00-4 MOBILIZATION AIVp REMO[3ILIZATION P�ge 4 a1�a 1 1.5 SUBMITTALS �N�T USED] 2 L6 INFORMATiONAL SUBMITTALS [NOT US�D] 3 1.7 CLOSEOUT SUBMITTALS [NOT USEDj 4 1,8 MAINTENANCE MATCRIAL SU�3MYTTALS [NOT USED] 5 1,9 QUALITY ASSURANCE [NOT US�D� � l,lp DELiV�RY, STORAGE, AND HANllLING (NOT USED] 7 1,11 �IELD �SITE] CONDITION� �NOT USED] 8 1,12 �VARRANTY [NOT USED� 9 PART 2- PRODUCTS (NOT USED] i0 PART 3� EXECLITION (NOT USEDj m CND OI+ SECTION Revision Log DATE NAME SUMMARY QF CE[ANGE I 1/22116 Michaei Oweii l.2 Price and Payii�ent Procedures - Revised speciiicalio�i, inclt�ding blt�e texl, to �nake specifica�io�i flexible for eilher subsidiary or paid 6id ile�n for Mobilizatioii. I2 CITY OE FORT 1VORTH 5anitary Sewer FteftaUilitation Coniract 9i, Pari 2, CPN D1957 & STAI�DARI] CONSTl2UCTC(3N SPE;CIFICATION 170CUMGNTS �VestclifiDraina�e Improvements, Phase 1, CPI+101GG9 Re�ised Nove�nUer 22, 2� 1 G Addendun� No. 1 pt7123-1 C;ONS'f'RUCTiON STAKFNG AAID SURVCY Page 1 of 8 SECTION O1 71 23 CONSTRiJCTION STAKING AND SURVEY PART1- GENERAL �,1 SUMMARY A, Section Includes: 1. Reguirements for constructian staking and const�-uction survey B. Deviations fi-om this City of �ort Worth Standa��d Specificatian 1. Non�. C. Related Specificatian Sections include, but are not necessarily limited to: i. DivisiUn 0— Bidding Requirements, Contract �'o�•ms and Conditions of the Contract 2. Division 1— Gcn�ral Requireinents 1.2 PI2ICE AND PAYMENT PROCEDURES A. Measurement and Payr�.ent 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The wark pe�•�oz�ned and thc materials furnished in accordance with this Itein shall be paid fo�� at the lump st�m price bid for "Construction Staking". 2} 1'ayment for "Construction Staking" shall be made in partial payments prorated by work completed coinpared to total �vork incl�ided in the lump su�n item. c. The price bid shall include, b�it not be limited to the folio�ving: 1) Verification of control c3ata provided by City. 2) Placeinent, mair�tenance atad replacement of reguired stakes and markings in the field. 3) P��eparatian and s�ibmittal of construction staking dacumentation in the foz•m of "cut sheets" using the City's standard template. 2. Constructian S�i�vey a. MeasEirement l) This Item is considered subsiciiary ta the varioiis Items bid. b, Payment 1) The work pez-fortned and tl�e materials fucnisi�ed in accordance with this Item �re subsidiary ta the various Items bid and nn othez• compensatian will be allowed. As-Built Survey a. MeasuremenC 1} Measui•einent fo�• ti�is Ike�n shatl be by lurnp suin. b. Paytnent 1} The work perfo�•►ned aa�d the �naterials fui�nished in accordanee «ith tl�is Itetn sha11 be paid for at the 1«mp sui�� price bid For "AS-BLll�i Sl1CVCY". CIi'X fl� FORT 1VOATH Sau3itary Se�ver Rehnbililntim: Contrac[ 9l, Ynrt 2, CPN �1957 a�id STANDARI} COIVSTRi1CT'COh' SPECIF[CATiO3V DOCUNfEP�7'S 1VesEcliff Urainage Improrements, Phsse 1, CPN 01669 Reviscd I�ebrunEy 14, 201R o� �� za-z CONST[tilCTfO�] S"TAKING AND SURVGY P�ge 2 of E3 2) Payment fo�� "Constrt�ction Staking" shall be made in partial payments prarated by wo�•k coz�pieted compared ko total work included in the lump siEm item. 'I'he price bid shall include, bui not be limit�d to the fotlowing:: l) Fieid measurements and sucvey shots ta identify location of cotnpleted facilities. 2) Doc��mentation and submittal of as-built survey data onta contractor red[ine pl�ns and digital suivey iiles. 1.3 R.���RENCES A. Definitions 1. Construction Sur�e - The suivey measu�'emcnts made pz•ia�• to or whiie COI]Sil'LIC�IOil LS ltl �li'O�I'e3S t0 COl1tI0I B��V�[IOIl, harizontat position, dirnensiflns and configuration of struct�ueslirr�pravenr�ents it�clf�ded in the Project Drawings. 2. As-built St�rvev =I'he measu�-ements �nade a$er the constrfjction of the iinprovetnent feaY�i�•es are camplete to provide position coardinatcs for the feat�tres of a project. 3. Construction Stakin� -� The placement of stakes and �narkings to prc�vide offsets and elevations to cut and fiil in order to lacate an tlae grotind ihe designed structures/improvemenis inciuded in the Praject Drawings, Construction staking shall include staking easetnents ancilo�• �•i�ht nf w�y if indicated on thc plans. 4. Su�-vey "Field Checks" — Measurements made aftei• construction staking is cotnpleted anc� befc�re const�-uction wark begins ta ensure tl�at structuces tnat�ked c�n the g��aund are acce�rateIy located per Proj�ct Drawings. B. Technical References 1, City of Foz't Wa�'t�t — Cattistt'tictinn Stakitt� St�ndards (ava[lable on City's Buzzsaw website) — O l 71 23.16.0 I� Attachment A Suivey Staking Standa�'ds 2. City of Fort Worth -�iandard Survey Data Collectar Library (fxl) files (available on City's Buzzsaw website). 3. Tcxas DeparE�nent of Transportation (TxDOT) 5uivey Manual, latcst rcvision 4. Texas Saciety of Px•ofessianal Lartd Sui•veyors (TSPS}, Manual oFPractice for Land Su�veying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must co�npiy with Texas Government Code 2254 (qualifications based selecfian) for this project. 1.5 SUBMITTALS A. Submitkals, if �-equi�-ed, shall be in accordance with Section Ol 33 00. B. Ail subtnitt�is sha[i be received and reviewed by the City prior to deliveiy of work. 1.5 ACTION SUBMYTTALS/INI'ORMATIONAL SUBMITTALS A, Fie1d Quality Cont�•ol Sub�nitt�is CITY OP f'OAT 1VC)RTH S�uiitairy Setver Rehubilitation Contrt�ct 91, P,tri 2, GPI�! 01957 atid S'i'ANDARC7 COI�STRC1CTiON SPGCIPICATiON BOCUMEAITS Wes[clif€ Drainage imprnvemenfs, Phase 1, CPN O1G69 Revisetl Februury I4, 2U18 O17123-3 GONS�'E2UC;T10N STAKI[�lCe A1�TD SURV�Y 1'age 3 of $ 1. Documentation verifying acc�iracy oifielcf engin�ering wnrk, ittcluding cooa•diz�ate con�ez•sions if plans do not indicate �•id ar ground coordinates. 2. 5ubmit "Cut-Sheets" confo�-ming to the standard template provided by the City {refer ta 01 71 23.16.0 I— Attachment A— Survey S�aking Standards). 1.7 CLOSEOUT �UBMITTALS B. As-built Redline Drawing Si�bmittal 1. Submit As-Built Suivey RedlinE Dra�vings doc�rnenting the lacatinns/ele�ations af constructed impro�eznents sign.ed and sealed by Registered Prafessional Land Sur�eyor (RPLS) responsibie for �he work {refer to 01 71 23.1b.01 — Attachment A — Survey Staking Standards) . 2. Contractor shali submit the praposed as-bltilt and co�npleted x�dlin� drawing submittal one ( I) week p��ior to scheduling the proj ect f nal inspectio�� iar City review and cnmment. Revisions, if r�ecessary, shall be tnade to the as-built rediine d�'awings and resubmitted to thc City prior to sched�iling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSUR.ANCE A. Constructian �taking I. Construction staking ��ill bc pe��farmed by the Co�tractar. 2. Coordinatian a. Cantact City's Project Representative at least one week in advance notifying the City of when Consttuction Staking is scheduled. b. It is the Cont�acto�•'s responsibiiity to caardinate staking such that construetion activities are not deiayed o�- negatively impacted. 3. General a. Cantt'actoz' is responsible for prese�ving and maintaining stakes. If City sut•veyors are required to re-staice for any reason, the Contractar will be t'esponsihle foz' casts 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 Cont�•acto�• will be required to stake or re-stake the cleficient areas. B. Canstt��ction Suivey 1. Construction Si�ivey will be performed by the Cantractor. 2. Coardination a. Contraetor to verify thht hot•izontal and ver•ticai control data e�tablished in the design survey and required fnr const��iction s��iwey is available and in place. 3. General a. Construction survey will be perfor�ned in orde�� to constiuct Ehe work sho�vn o�; tl�e Consti�uction Drawings and specifi�d in tl�e Contract Doctr�nents. b. For constructiozi methods other than ope�� cut, the Contraetor shali perform canstruction s�i�vey and verify cnnhnl data includin�, but not limited to, the following; I) Verification that established benchmarks and control are accurate. C1TY OC PORT 1i70RTH Sanit2ry Scwcr Itchabilitation ContracE 91, P�rt 2, CF'N 0195'7 and STANDARI] COI�'STRtICTiOid SPECIFICATION DOCUMGNTS Westc[iff Drainage Improvements, Phase I, CP1V �1GG3 Rcvised Tel�ruary 14, 2018 OI 7i 23-4 CONSTRIICTIOI� STAiCING AND 5LIAVGY Page A of 8 2) Use of Benci�tnarks to fiirnish and n�aintain ail reference lines and �ades for htnneling. 3} Use oiline and gr�des to establish the location oFihe pipe. 4} Submit to the City copies of �etd natesL�sed tc� establisli ail lines and grades, if requested, and aliow t�e City to check guidance system sefup prior to beginning each ttrnneling drive. 5) Frovide access far• the City, if rec�uested, to verify the guidance system and the (ine and grade of the carrier pipe. 6) The Conhactor remains fi�ily responsible for the acctt�'acy af the wo�k and coi�'ection af it, as required. 7) Monitor line and grade conti�uously during const�-uction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily recnrds tn the City. 9) If the installation does not meet the specified tolei�ances (as otiitlined in S�ctians 33 05 23 and/or 33 OS 24}, irr��zediat�;ly notify the City and correct the installation in �ccardance with the Contract Dacuments. C. As-Built Sur�ey 1. Reqiiired As-Built Sui�vey will be perfo�•ined by the Cantracto��. 2. Coordination a. Contractor i� to coardinate with City ta confi��m w[tich features rec�uire as- built surveyin�. b. It is thc Contractor's respansibility to coordinate the as-built s��rv�y and ��equired ineasu��ements fo�- ite�ns that are to be buried such that construction activities are not deiayed or negati�ely impacted. c. �'or sewcr �nains and watcr mains 12" and undcr in diai��eter, it is acceptable to physically measure depth and mark the 1Qcation d��ring tl�e progress af construction and take as-bt�ilt survey after tlie facility has �een buried. Tlze Cont�•actor is responsiblc for the qt�ality control needed to ensure accuracy. 3. General a. The Cantractor shall prnvide as-built sri�•�ey incluc�in� the elevation and location (and pravide written documentation ta the City) of constructian features dryring the prc�gress af the constructinn including the following; t) Water Lines a) Top of pipe elevations and coordinates for wate�lines at tl�c following locations: ( L} Minimum every 2S0 liiaea�• feet, inclE�ding (2} Harizontal �nd vertical points of inflection, curvattu•e, etc. (3} Fire line tee (4} Plugs, shib-outs, dead-e«d lines (5} Casing pipe (each end) and all biiried fittin�s 2) Sanitary Sewer a} Tap af pipe elevations and coardivates for farca maius and siphon sanitaty sewer lines (non-gravity facilities) at the following locations: (i) Mini�n�am eveiy 250 linea�' feet a�}d a��y buried fittings (2) Horizontal and vertical points of ii�flection, c�►rvatu�-e, etc. 3) Stor«�watei- — Not Applicable CITY O[' FORT WOEtTA Sanillry Sewer Rehubilitation Contract 91, Pari 2, CPN 01957 ai�d STANDARb CONSTRUCTION SPF,CTi�ICATION DOCUME;�ITS Westcliff Drainage Imprn��ements, Ph�Ese 1, CPN OIGGi} Itevised rehruary 14, 201A 017123-5 CONSTEtIiCTI0�1 STAKIN(; AND SURV�Y ['age 5 of $ b. The Contractor shall provide as-buil# survey includin�; tY�e elevation and locatian (and provide written documentation tn the City) of canstruction feahires after the consfruction is corr�pleted includin� the follawing: 1 } Manlfoles a) Rim and flowline ele�ations and coordinates for eaci� tnanhole 2} Water I,ines a) Cathociic pz•otection test stations b) Sainpling stations c) Meter boxes/vaults {All sizes) d) Fire hydt•ants e) Valves (gate, butterfly, etc.) � Air Release valves (Manhole rim and vent pipe) g) Blaw aff valves (Manhole rim and val�e iid) h) Pressure plane valves i) Underground Vaults (1) Ri�n and flowline elevatians and eoordinates for each Underground VauIt. 3) Sanitary Sewer• a} Cleanouts (1) Rim and flowline elevatians and eoordinates fa�• each b) Manholes and Junctian Struchires (1) Rim and flowline ele�atians and coo�•dinates for each manhole and junction structure. 4} Starmwater — Not Applicable I.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] I12 WARRANTY PART 2 - PRODUCTS A. A constructia� su�•vey will prociuce, but �vill not be lirnited to: 1. Recovery of relevant control points, �ain#s of curvature and points of intersection. 2. Establish tempora�y horizontal and vertical control elevations (benc�marks) suf�ciently pertnanent and located in a manncr to be used th��oughout construction. 3. Tlie location of planned facilities, easements and iznpravements. a. Establishing final line and gracie stakes for piers, floors, grade beams, pat'king areas, utitikies, st�•eets, highways, tunneis, and other constr��ction. h. A record of revisions or corrections noted in an orde�•ly manner for reference. c. A drawing, �vlaen requirec� by the client, indicating the horizontal anci vertical location of facilities, easeinents and impro�etnents, as built. 4. Cut sheets shall be provideci to fihe City inspector and Survey Superiptendent for all consti-�ctian staking projects. These cut s�eets shall b� on the standard city template which can be obtained from the Suivey Superintendent (817-392-7925). 5. Digital s��rvey fiies itS the following fo��nats shall be acceptable: a. AutaCAD (.dwg} b. �SRi Shape%le (.shp} CITY OF FOft'f �VOI�TH Sa�titary Se�ver Rehabiiit.�tion Corctract 93, P�rt 2, CPN 01957 and STANBARD COI�'STRUCTION SPECiI'ICATION �pC1lMkN7'S 1Vesfcliff Drai[tage Improvcinents, Phase l, CPN OEG69 Reviseci ['cbri�ary lA, 2D18 017123-6 CONSTRUCTION STAICING AND SU[tVEY Page 6 o f 8 c. CSV f�le (.csv), formatted with X and Y coordi�aates in se��rate columns (��se standard ter��plakes, if availal�le) 6. Survey files slaall incluc�e vertical and horizontal data tied to original project cantrol and benchmarks, and shall incIt�de feature descriptions PART 3 � EXECUTION 3.1 INSTALLERS A. Talerances: The staked location of any impa•ove�ent or facility should be as accu��ate as p�•actical and necessary. The degree of precision required is dependent an many factors all of which must r�main j��dg�nental. The tole�•ances �isted hereafter are based on �en�z'atities and, under certain circumstances, shall yiEld to specif'tc requirements. The s��rveyor shall assess any sit��atic�n by review oithe ove�'all plans and tl�ough consultatian with responsible parties as to the neecf for specifc tolerances. a. �a�-tl�work: Crades for eart�wo�•� ax• �•o��gh cut should not exceed 0.1 ft. vertical toletance. Horizontal aiignn�ent for earthwork and raugh cut sho�ild not exceed 1.0 fk, tolerance. b. Horizantal aligniilent on a structu�-e shall be within .O.lft tolcrance. c. Paving o�• concreke for streets, curbs, gutkers, pa��king a�eas, dcives, allcys and w�ikways shall be loc�ted within the confines of the site boundaries and, occasionally, along a boundary or any other rest�•ictive line. Away fron:a any restrictive line, ti�ese facilities should be stakec� with an accuracy praducing no more ti�an O.OSf�. toierance from t�eir specified locations. d. Underground and ovet�head utilities, such as sewers, gas, water, telephone and electric lines, shali be iocatcd horizontally wiihin theit• presc�•ibed at•e�s or ease�nents. Within assi��aed areas, these ittilities sliould be staked with an acc�r�cy proc�ucing no mot�e than 0.1 ft tolerance fro�n a specified location. e. Tl�e accuracy recr��it'ed for the vertical location of utilities va�•ies widely. Many undcrground utilities require only a mini�num cover and a kolerance of 0.1 f�. sho�ld be maintaitted. Ut�derg�'a��nd and averhead utilities on pl�nned profile, but not depenciing on gcavity fEaw for perfo�-mance, should not exceed D. l fit. tolerance. B. Surveying inst�'un�et�ts shail bc kept in close ac�justment accorciing to manufaehlrer's spccifications or in compliance to standards. The City reserves the x'i�ht ta reqttest a calibr�tion report at any time at�d recortunends regular rnaintena��ce schedule be perfor�ned by a certified techniciati eve��y 6 inonths. 1. Field measure«ients of an�ies at�d distances sha116c doi�e in such fashion as to satisfy the closi2res and talerances expressed in Part 3,1.A. 2. Vertical locations shall be esta6lished fi•om a p�•e-establist�ed bencl�mark a��d checked by closing to a differe�it bench rnark on the same datum. 3. Construckian sttrvey field work shali correspond to the client's pla��s. Irregulaa•ikies or conflicts fo��nd shall be repo�-ted �rouiptiy to the City. 4. Revisions, corz�eetions and ather pertinent data shatl be logged fo�- futui�e reference. C1TY OE� E�OiiT 1VORTH SaE�itary 5ewer Ref�abilit�Etion Contract 41, Purt 2, CPN Q1957 .snd S'C'ANDARD CONSTRUCTIOi�f 3PECIf�[CATION dOCUMENTS WestclifF Drainage ImprovemeEits, Yhase t, CPN O1G69 Revise�l Feuruui•y 14, 2018 o� �� 2�-� CONSTl2i1CTIO�i S'�'AECIIVG AND SUELVEY i'age 7 nf 8 3.2 �XAMINATION �NOT USED] 3.3 PRCPARATION [NOT US�D] 3.4 APPLICATION 3.5 REPAIR 1 RESTORATION A. If the Contractor's wark damages or destroys one or more of the cont�-ol monuments/points set by the City, the monutnents shal[ be actequately referenced for expedient i�estoration. 1. Nntify City ii any control data needs to be restored o�- replaced due to da�nage caused during construction operatians. a. Contractor shall perfarm replacements and/or restoratians. b. The City may require at any time a survey "�'ield Check" of any manument or bench�naz•�s khat aa•e set be verified by the City surveyo�•s befc�re further associated work can move foi�ward. 3.6 RE-INSTALLATION [NOT USEDj 3.7 F�ELD [o�a] SITE QUALTiTY CONTROL A. It is the Contractor's responsibility to maintain all skakes and cont�•ol data placed by the City in acco�-dance with this 5pecification. This inciudes easements and right of way, if noted an the pians. B. Da not change or �•elocate stakes az• cont►ol data without app��oval from ti�e City. 3.8 SYSTEM STARTUP A. Su��r�ey Checks 1. The Czty reserves the right ta pert'orm a Survey Cl�eck at any time deemed necessa�-y. 2. Checks by City pe��sonnel or 3`a party contracted suiveyor are not intended to relieve khe contractor of his/her respansibility foz• acctxracy. 3.9 ADJUSTING [NOT US�Dj 3.�0 CLEANING [NOT USEDj 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINT�NANCE �NOT USED] 3.14 ATTACHM�NTS [NOT USED] END OI' S�CTIUN Re�ision Log C1TY OI' I'ORT 1VORTi-T Sanitary 3ewer Rehabilitatiun Contracl 91, Part 2, CPN 019571nd �TANDARD CONSTRUCT[ON SPGCiFiCAT[ON DOCUMEI�TS �Ves[cEiff Drain�ge Improvements, Phase L, CPN pI6G9 Re��ised Fel�ru:�ry iA, 2018 017123-8 CONSTRUCTION STA[{I1VG AI�i� SURVEY Page 8 of 8 DATB NAME SUMMARY OF CHANGE 8/31/2012 D. Jot�nson Added instrt�ction and inodified �neas�reei��e�►t & pay►ne�it under 1.2; added 8/31/2017 M. O�vcn �etinitions and references under 1.3; modifted 1.5; added 1.7 closeoiit submittal requireai�e�tts; �nac�ified 1.9 Quality Assurance; addeti I'AR'i 2— Pi�ODUCTS ; Added 3.1 [nstailea•s; addect 3.5 Itepait/Restoration; and added 3.8 5yste�u Stac•t��p, Itenioved "b[ue text"; re�ised meas�irement and pny�l�ent sections %�' Constn�etion Staking and As-Buiit Survcy; adciecl reference to selection compliance �vith TGC 2/14/2018 M Owen 2254; revised action a�td Closeout subanittal rcqi�ireat►ents; adcled acceptable deptk� mcasurament criEeria; revised list of ite�ns rec�uiring as-built survey "during" anci "at�er" consiiuction; and re�ised acceptabla digital sisrvey file for�nat C1TY OI` PdRT 1VOR'FH Sani�ary Sewer Re1�lbilitalior� Contract 91, �;iri 2, CPN 01957 and STANDARf] CONSTIiUCC[QN SP�CiFICATFON DOCUMGNTS '4�VestciifiBrainage Tmprnvcmenls, Pl�ase l, CYN D1669 Revised �ebruary i4, 2015 � Section 01 71 23.01- Attachment A Sur�ey Staking Standards February 2017 O:\5pecs-Stds Governance Process�Temporary Spec Files�Capital Deli�ery�Cap Deli�ery Div 01�0171 23.15.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 7hese pracedures are intended to pro�ide a star�dard method for construction stafcing ser�ices associated with the City of Fort Worth projects. These are nor to be considered all inclusive, but nnly as a general guideline, For projecrs an TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual sha11 be followed and if a discrepancy arises, the TXOOT manualshallprevail. {http://anlinemanuals.txdot.go�/txdotmanuals/ess/ess.pdfj If you �ave a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925, Table of Cvntents I. City of Fort Worth Contact 4nformatian IL Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum 5tandards V. Water Staking VI. Sanitary 5ewer Staking VII. Starm Staking V[IL Curb and Gutter StaEcing IX. Cut Sheets X. As-built Survey O:�Specs-5tds Go�ernance Process\Temporary Spec Files\Capital Delivery\Cap Deli�ery Div 01�0171 23.16.01 Attachment A 5urvey Staking 5tandards.docx Page 2 of 22 I. Sur�ev Department Contact Information Physical and mailing address; 8851 Camp Bowie West Baulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Sur�ey Superintendent, direct line: (817j 392-897� II. Construction Colors The foflawing colnrs shall be used for staking ar identifying features in the field. 7his includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATIOfV WHlTE ALL ELEC7RIC ANb CONDUITS „�'; �: ;,:.` � POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIB�R OPTIC ORANGE SURVEY CONTROL POIfVTS, BENCHMARKS, PROPER�Y CORN�RS, RIGHT-OF-WAYS, AND �1NK ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS 5ANITARY SEWER � i°° � IRRIGATION AND RECLAIMED WA7ER �'l��l"�°�'� III. Standard Stakin� Supplies Item Minimum size Lath/5take 36" tall Wooden Flub �2"xZ" min. square preferred) 5" tall Pin Flags (2.5" x 3S" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rocfs (1/2" or greater diameterj 18" Iong Survey Marking Paint Water-iaased Flagging 1" wide Marking Whiskers (feath�rs7 5" lang Tacks (for marking hubs) 3/4" long O:�Specs-Stds Governance Process�Temporary Spec Files�Capital Delivery�Cap Delivery Div b1\01 71 23.16.01_Attachment A_5urvey 5taking Standards.docx Page 3 of 22 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city be�chmarks can be found here: http://fortworthtexas,�ov/itsolutions/GIS/ I.00k for `Zoning Maps'. Under `Layers' , expand 'Basemap Layers', and check on `Benchmarks'. B. Con�entional ar Ro�otic Total Station Equipment I. A minimum of a 10 arc-seco�d instrument is required. II. A capy 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 e�ery 6 months. C. Ne#wark/V.R.S. and static GPS Equipment l. It is critical that the sur�eya� �erify the correct horizontal and �ertical datum prior commencing wark. A site calibratian may be required and sF�ail consist of at least 4 control points spaced e�enly apart and in varying quadrants. Additionaf field checks of the horizontal and vertical accuracies shall be com}�leted and the City may a5k for a copy af the calibration report at any time. II. Netwark GPS such as the Western DaCa Systems or 5martNet syst�ms may be used for staking of property/R.O.W, forced-main water lines, and rough-grade only. Na GPS staEcin� for concrete, sanitary sewer, storm drain, final �rade, or anythin� that needs �ertical �radin� with a tolerance of 0.25' or less is allowecf. D. Control Points Set All contro! paints set shall be accompanied by a lath with the apprapriate Northing, Easting, and Elevation (if applicable) of the point set, Contro� points can be set rebar, `X' in concrete, or any other apprnpriate item with a stable base and of a semi-permanent nature. A rebar cap is aptional, but preferred if the cap is rnarked `control point' or similar wording. Datasheets are required for all control points set. batasheet shoufd include; A. Horizontal and Vertical Datum used, Example: N.A.a.8�, North Central Zone 4202, NAVD 88 Elevations B. Grir� or graund distance. — If ground, pro�ide scale factar used and base point coordinate, Example: C.S.F.=0.999125, Base point=Riorth: 0, East=O C. Geoid model used, Example: GEOIDI2A O:�Specs-Stds Gnvernance Process�Temporary Spec Files\Capital Deli�ery�Cap Delivery Di� 01�0173 23.16.D1_Attachment A_Sur�ey 5taking Standards.docx Page 4 of 22 E. Preferred Grid Datum Al�hough many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful cansideration must be �aken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coardinate transformations and how a grid/surface/assumed coordinate system affect a praject. Praiected Conrdinate System: NAb_1983_StatePlane_Texas_North_Central_FIP5_4202�Feet Projection: Lambert�Cnnformal�Conic False_Easting: 1968500.00000000 False_Northing: 656�.656.66666667 Centra! Meridian; -98.5DOD0000 Standard Parallel 1; 32,13333333 5tandard Parallel 2: 33.96566667 Latitude_Of_Origir�: 31,66666667 Linear Unit: Foot US Geographic Coardinate System: GCS_North_American_1983 Datum: b 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 canverted/translated into this preferred grid datum. 1 copy of the deliverable shouEd be in the project datum �whate�er it may 6e) ar�d 1 copy should be in the NAD83, TX �lorth Central G202 zone. See Preferred Frle Naminq Convention below F. Preferred Deli�erable Forrnat txt .csv .dwg .job G. Preferred Da#a Forma# P, N, E, Z, D, N Point Nurnber, Narthing, Easting, Ele�atian, Descriptian, Notes (if applicable) H. Preferred File Naming Convention ihis is the preferred format: City Project Number_Description_Datum.csv Example for a proiect that has surface coordinates which must be translated: File 1; C12�4 As-built of Water on Main Street Grid NAD83 TXSP 42d2.csv O:\Specs-5tds Ga�ernance Process�Temporary Spec Fiies\Capital Delivery�Cap Delivery Oiv 07.\07 7�. 23.16.01_Attachment A_Survey Staking 5tandards.docx Page 5 of 22