Loading...
HomeMy WebLinkAboutContract 47370 , COMI, FILE comsmucrows"Copy Fo RT WORTli PROJECT MANUAL v l .. FOR TIN CO STRUCTION OF FORT WORTH NATURE E NTER BOARDWALK RE EV LOP ENT City Project No.'02-214 Betsy Price David Cooke Mayor City managers i haM Zavara Director,Parks and or ra unity ServicesDepartment Prepared for The City of Fort Worth Par k$ and Conr><munity Services Department 'onded'b 2013 Certificates of Obligation 20 Dennehy Architects, Inc. 3464.,A Bluebonnet Circle Fort Worth,Texas 76109 817.922 9933 .deu,n www rCll , a t �i OFFICIAL 4600RD CITY ft-CRETARY 1�� � � 006002-I srals Page t of 1 Project FORT WORTH NATURE CENTER BOARDWALK REDEVELOPMENT FORT WORTH, TEXAS Project No. 022iA Date 2014 Owner City of Fort worth Parks and Ccxnmunity Services Department Al � ••*is r C:,�'-,yam' Architect Dennehy Architects,Inc. : 3464-A Bluebonnet Circle Fort Worth,Texas 76109 Mr.Paul Dennehy.AIAi 817.922.9923 pn-4@dennarch.00m Structural Engineer Frank W.Neal&Associates,Inc. 1015 West Broadway Avenue Fort Worth.Texas 76104 Mr.Frank W_Neal.PE f 817.332.1944 fneal@twna-eng.com Civil Engineer Baird,Hampton&Brawn,Inc. 6300 Ridglea Place + "�W Suite 700 r"✓J Fort Worth,Texas 76116 1 Trace 817,338.127 OF t9 F;.. ••rF31 . tstreveyUbhbinc-com *J { TRACY £ ST;f liI .f fT L 1-20-2016 CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 FORT WORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00- I STANDARD CONSTRUCTION SPECIFICATION DOCtI MEN"I'S Page I of 9 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 00 00 02 Seals 0001 10 Table of Contents 0005 10 Mayor and Council Communication 0005 i 5 Addenda, 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 0041 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 0045 11 Bidders Prequalifications 0045 14 Bidder's Statement of Qualifications 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 0061 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 -General Requirements 01 11 00 Summary of Work 01 2300 Alternates 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 6600 Product Storage and Handling Requirements 01 7000 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 7423 Cleaning 01 77 19 Closeout Requirements 01 7823 Operation and Maintenance Data CITY OF FORT WORTH Nature Center Boardwalk Redevelopment STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised May 27,2015(PACs) 000000-2 STANDARD CONSI RUCTION SKCIFICATION DOCI WENTS Page 2 of"9 01 7839 Projea Record Docunrients Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Conti-act Documents Division 02- Existing Conditions Oa4444.............. dBeffient 0241 19 Selective Stnicture Demolition Division 03-Concrete 033000 Cast-In-Place Concrete Treft(Ai-Repair 03-woo Me difieatiens-to-Inn eFete,-Stf uewfes Division 05—Metals 05 1200 Structural Steel Framing 05 50 00 Metal Fabrications 0573 16 Cable Railing System Division 06—Wood,Plastics and Composites 06 10 00 Rough Carpentry 06 1500 Wood Decking 06 N 00 Glued-Larainated Construction Division 07-Thermal and Moisture Protection 0741 13.16 Standing-Seinin Metal Roof'Panels 07 62 00 Sheet Metal Flashing and Trim 07 92 00 Joint Sealants Division 09—Finishes 0991 00 Painting Division 11 -Equipment 4................. Division 26—Electrical 4.iAectrieal -2&-05-nnn3-_'�-nnnnnnnnnnnnnn----Rnev.eWay.Snnand-n]4oxe&-for-4,'4tafteal-h'-ysteffts Division 31 - Earthwork 31 20 11 Earth Moving CITY OF FORT WORTH Nature Center Boardwalk Redevelopment STANDARD CONSTRUCTION SPEX.7111CATION DOCUMENII'S 02214 Revnsed May 27,2015(PACS) 000000-3 STANDARD p'ONSTR pCT 110N SPECIFICATION D416;p.pw" k:N"p,S Page 3 of'9 2 - ,43 +e 3-t-I 64)0 s Division 32-Exterior Improvements 32 13 13 Concrete Paving&Walks 4.4-29-........ _.......... l ,32 2 32 �.. .m � erll + °• dips ,. 173wa � o A . ..... �- +"ates :k 32-44-4-9.w.........°°,• Division 33-Utilities X33-0 -" �=I.' - ; �;I .�.,• :�L4 ion ro -£ sir + fig 3 44 :t CITY OF FORT WORTH " ' Nature Center Sa ardw atk kerewalopmea STANDARD CONS?RUCTIONS�llCIFIC SPECIFICATION 02214 Revised May 27,2015(PAC°S) 000000-4 STANDARD CONSTRUCTION aPUCI0'ICATION DOCUMENTS Page 4 of 9 3444-4 ................ . " Pipe �Ry e 'es, 444-2-15............----C or+4 *6-tint- fMaims 43-P 30 emb4e+4 Pip P) 3-3-1— - i Sewer 844p-lAwog ' - r ,., . --1i 33-34-7-0 kl teMaffholes . < .et Ma 4 39 40 r s hi"i+ ep+fi(:::•) 3-34444). :t 2� M Division 34-Transportation ILI 11 34-4444---- , : . irii�l,. CITY OF FORT"WORTH Nature Ccintcr Boardwalk MM.e,uMc^,rdopuuaent STANDARD CONSTRUCTION SPECIFICATION IX) flUMENTS 02214 MMevuscd May, 27„ 015(P ASS) 000000-i STANDARD CONSTRUCtION SPECIFICATION DOCUMENTS Pale i of 1) Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps:iiprojectpoint.buzzsaw.com/client/fortworthyov%'Resources/"02O/o20- °020Construction%2ODocundents%Specifications Division 02- Existing Conditions 02 41 r3 _c°,'°6e>:,.n Site nn t:¢; 0241 is 0241 19 Selective Structure Demolition Division 03-Concrete 03 30 00 Cast-In-Place Concrete 03-33 11 r-,,..,.,..,lln,a r _. c¢,.®_,..c,r^......I rcT CNA� 03 7T4 —�i°iVi eFete Base MateriaTLal-o1—Tr-Tr Repair— roory rrrvarreeerr'ry rt,.rcv-erirJ crrvSe v v v e r ere'ocn ae cvr es Division 05—Metals 05 1200 Structural Steel Framing 05 50 00 Metal Fabrications 05 73 16 Cable Railing System Division 06—Wood, Plastics and Composites 06 1000 Rough Carpentry 06 1500 Wood Decking 06 1800 Glued-Laminated Construction Division 07-Thermal and Moisture Protection 0741 13.16 Standing-Seam Metal Roof Panels 07 62 00 Sheet Metal Flashing and Trim 07 92 00 Joint Sealants Division 09—Finishes 0991 00 Painting Division 11 - Equipment Division 26—Electrical 26 0_S-n —Le emrvrrW®fie Results f E.l tFie 2605 10 DeFflel-Aien for—EleetF,Cal Systems 2605 43 1 Tnd n d D.� T},,..a,,,.,,:o f,-gleoril-A Sursr.m Division 31 - Earthwork Tr 311 20 11 1 Earth Moving 31 23-1 1JHel rss;Ced Exeava4on CITY OF FORT WORTH Nature Center Boardwalk Redevelopment STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised May 27,2015(PACs) 00 00 00-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 3+415 )............... : Division 32-Exterior Improvements eats 32 13 13 Concrete Paving Walks ;14t_14-----42 .epaif s 3-44 " w to . ?� Rrs mm .... 42 -3--mm- " 3-2;t Ief-k` M 3 .1 .. d Division 3 m Utilities Testing gym 33 ° . 33-05-46 ..- Augef-BeAng 33 4). : ..........e..—_Tun -bin r..:No CT Y OF FORT WORTH Nature Center.Boarrdwalk,Redevelopmenk STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Rev&d May 27,2015(PACS) 000000-7 STANDARD CONSI R(VI SPECII ICA'IION DOCUMENT'S Pace 7 oly 33 05 24 4-3-04 ?6_ U4;1"4 .,n[� I a s7r rnr� '-�— .....y r.-e-en keen eoc�'cYCO�e� Z'! 1 1 5- Bolt Alts na C`.,rl,,�� Duetila Tr.,,, D:r,® 33 11 17 3.3-1--1 14, _ l� .T Ct® ! D° -e v'v'%-i�cavree°-eTi^p°c-a,=cer-rT`ar,-r�yo �'J tz�-v-- rrtreee�rcrreee�e°iircer ev°L `naeYT 33-1 T ®®xr rn r l t v 1°e a'"b raee�e+rcrci•S 3 3 4220 A 1° t c t®a Gat v t rcc�rr°r°ciccro@ucca v °c-.-a,:°c 334' 211 Ax/tx7A D.rl+her C®.,ted T]„tt®r41„[I.,I„®r 3 ` ° ° xxA atar Mains 33-13 An r`ra u,,Tr ntr 33—i2 so Water Sample Stations Z v aeai-,a-'fd43aov®'-of Valve-Assembly 31 12 Gwed-4ff-Al�pe 101DW 33 31 15 ' ° len®(HI)PE1 2i '% 31 20 Polyvinyl Ghlefide/ LWI, ler.,,. SSamrhr„ Ce-- D:.,a 33 3°1 z va,- crTSee®e: o-elp eiii„iib 33 � C.,.,:t.,.•., Cn.,.ar Ainn D°nlzr.,ar.,®.,t 33 31 50 San-.+.,, Sewef-Service f`.,.neetions and Seryiee T any 33 31 °rn cv„ vnarir`o _A t ly cs r Sanitary Sewer vree Mains 33 34- 0 Cast in AI'e-6e-Conereetee Manholes 33 39 20 Preeas nefete4 ram" 'rcrrcs 333930 1~°°h®rnl.� a;ote -ri-ocrse sole-. 33 3940 txr �tn,., t n nnarr C l nc®r/emu n r� T-�vrra��ccrrz,ccrs ccccss-c7czm�o c,��rr°s cc7 33 ���ri�re�-'-'--c " T a..y.o f r Cam.,otn,•., C®.,e®r Ctrr4Vtµrr �3, A 1 l n Da;r,f rrn.1 !`�..,...•nra ct.,.-.., co.,r.,.-D}yga/!`„rc�a r®cc°_its 3341 11 LT:,,k Tla,l�;tr, D�,I„®th„lar,o CI-IiIA�l_AYi _st $;s,�nrun, 33-1440 S*Wftlkhte 33 4601 c otted Storm Drains 334602 41reffeh-14r'ains 33 no 1 n r.rt ;r Alaee_M.,nholes and_u ±;___ Boxes 33 nn to rr,rt, n a nr�om Division 3 -Transportation 3444-44----4+aA,e-ci,,...,I� �2n'�._�II,�LTI l T ?°•- e;;.c c° GIs erc-�eP�ra:7— e a �l6„ 3441----1✓ A re Tr.,4`4i.. C:.<n Ir 3441 1 A d striae u„hr;.1 Signal 4 n t Roadway Tll,,Y.inat:�a hti fi b� CITY OF FORT WORTH Nature Center Boardwalk Redevelopment STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised May 27,2015(PACs) 000000-8 STANDARD CONSTRUCTION SPECIFICA TION DOCI IMF.NTS Pape 8 of 9 34—r-r'te'3 Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH Nature Center Boardwalk Redevelopment STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised May 27,2015(PACs) M Review Page 1 of 4 WkW soed ifie fAyW F:wt wwm, 11Xmas Fou WORTH CITY COUNCIL AGENDA COUNCIL ACTION: Approved on 12/1512015-Ordinance No. 22000-12-2015, 22001-12-2015, 22002-12-2015&22003-12-2015 .......... ........ REFERENCE 80FW NATURE CENTER AND DATE: 12/15/2015 NO.: C-27578 LOG NAME: WILDLIFE REFUGE BOARDWALK RENOVATION CODE: C TYPE: NOW PUBLIC NO CONSENT HEARING: SUBJECT: Authorize Execution of a Construction Contract with The in Group, Inc., in the Amount of$1,178,934.50 fort Renovation of the Fort Worth Nature Center and Wildlife Refuge Boardwalk, Provide for Staff Costs and Contingencies in the Amount of$14,2,361.02 for a Construction-Phase Cost Amount of$1,321,295.52 and Total Project Cost of $1,383,345.52 and Adopt Appropriation Ordinances, Including Allocation of 2004 Bond Funds(COUNCIL DISTRICT 7) ............. .............................. ............. RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached ordinance increasing appropriations fort Fort Worth Nature Center and Wildlife Refuge Boardwalk Renovation project in the amount of$176,500.04 from the bond funds allocated to Walks and Trails in the Park Improvements Fund - Replacement Walks and Trails, Sub Fund 50, 2004 Bond; 2. Adopt the attached ordinance increasing appropriations for the Fort Worth Nature Center and Wildlife Refuge Boardwalk Renovation Project in the amount of$184,482.00 from the bond funds allocated for Special Use and TRV in the Park Improvements Fun lks and Trails, Sub Fund 58, 2004 Bond; 3. Adopt the attached ordinance increasing appropriations for the Fort Worth Nature Center and Wildlife Refuge Boardwalk Renovation Project in the amount of$139,147.00 from anticipated revenue for the Nature Center Entry Fees in the Specialty Funded Capital Projects Fund; 4. Adopt the attached ordinance increasing appropriations fort Fort Worth Nature Center and Wildlife Refuge Boardwalk Renovation Project in the amount of$44,012.48 from anticipated revenue from Contributions from Others(Ruth Dillon Bequest) in the Special Donations Capital Projects Fund; and 5. Authorize the execution of a construction contract with The in Group, Inc., in the amount of $1,178,934.50 for the construction oft Fort Worth Nature Center and Wildlife Refuge Boardwalk Renovation Project. DISCUSSION: The purpose of this Mayor and Council Communication (M CA is to authorize the award and execution of a construction contract to The Fain Group, Inc., in the amount of$1,178,934.50 for the renovation of Fort Worth Nature Center and Wildlife Refuge Boardwalk and to allocate and appropriate funding in support of the contract. Project Description On February 26, 2014, a Standard Engineering Agreement for Engineen I ng and Architecture Related Design Services was administratively executed with Dennehy Architects, Inc., (City Secretary No. 45385) in the amount of$41,400.00 for design and engineering of the replacement boardwalk at the Fort Worth Nature Center. The resulting project was advertised on September 17, 2015, and September 24, 2015, in the Fort Worth Star-Telegram. On October 15, 2015, the following bids were received as follows:: Bidders 7_ 'a'—se Bid Alternate No. 3 Total $1,178,934 50 Fain Group, I http://apps . cfwnet.org/council—pa.cket/mc—rev-iew.asp?ID=. . . 12/16/2015 M&C Review Page 2 of 4 DCI Contracting, Inc. J� $1,282,141.29 $123,954.12 I $1,406,095.41 The Base Bid items include: Dewatering work area, demolition and replacement of existing walks and ramps, approximately 325 linear feet of new boardwalk including new concrete drilled piers, columns and abutments and new pavilion. Alternate Bid Item No. 3 includes: Substitute ipe lumber for pressure treated lumber decking, railing caps and fascia. It is recommended that the bid submitted by The Fain Group, Inc., be approved for award of contract with a Base Bid amount of $1,139,787.50 and an alternate bid item No. 3 amount of$39,147.00, for a total contract amount of$1,178,934.50. With the addition of associated construction administration, inspection, testing and change order contingency funding, the total construction-phase amount is$1,321,295.52 and the total project amount, including design phase costs, is$1,383,345.52. Funding Sources Some of the money Staff recommends using to fund this project would come from allocation of 2004 bond proceeds. In advance of the 2004 Capital Improvement Program (CIP) bond election, the City issued a "Summary of Proposed Projects" booklet to identify for voters the projects that the City intended to build if the bonds were approved. One of the parks projects identified in the booklet was an allocation of $1,400,000.00 for grant-match funding for new walks and trails. This project is focused on rebuilding an existing walk and trail rather than creating a new one. However, like a grant, this project involves leveraging a partial outside funding source (donation). Because the actual asset (walk/trail) is similar in nature to the original proposed purpose and funding is consistent with grant funding, the City Council has the authority to find this project to be within the intended purpose of these funds and Staff recommends using the funds for this purpose. Approval of this M&C and adoption of the attached appropriation ordinance would allocate $184,482.00 from the new walks-and-trails grant-match funding for this project and would serve as an official determination of this matter. These funds would be used in concert with $489,606.04 from 2004 CIP walks-and-trails reconstruction dollars also allocated to the project, of which $176,500.04 would be appropriated by adoption of another one of the attached ordinances. Upon approval of this M&C, appropriations and contracts are allocated as follows: Fort Worth Nature Center Boardwalk CO2214 Engineering Agreement $ 41,400.00 (Dennehy Architects, Inc.) Project Administration, etc. $ 20,650.00 Design Phase Total $ 62,050.00 Construction Contract $1,178,934.50 (The Fain Group, Inc.) Testing, Inspection, $ 142,361.02 Contingencies, etc. (Construction Phase Total $1,321,295.52 Project Total $1,383,345.52 Total funding is summarized in the table below: Fort Worth Nature Center Boardwalk CO2214 2013 Certificates of Obligation (39801) $ 500,000.00 2004 CIP-Replacement Walks and $ 489,606.04 Trails/Sub Fund 50 (39801) http://apps . cfwnet .org/council_packet/mc_review. asp?ID=. . . 12/16/2015 M&C Review Page 3 of 4 2004 CIP-New Walks and Trails/Sub $ 184,48100 Fund 58 (39801) Temp Access Agreement(39302) $ 1,280.00 Mitigation Fees(39302) 24,818.00 139,147.00 � Specially Funded Projects Fund 7) E ............ Special D�o—nation Cap Project Fund (30105) FTotal $1,383,345.52 ............. MMBE OFFICE®The Fain Group, Inc., is in compliance with the City's Business Diversity Ordinance by committing to 2 percent MBE participation base bid and documenting good faith effort. The City®s MBE goal on this project is 13 percent. Construction is anticipated to commence February 2016 and will be completed by September 2016. The contract period is 215 calendar days. The maintenance impact is expected to begin October of 2016. Beginning in Fiscal Year 2017,the operating annual impact is anticipated to be $952.40. There is no FF&E associated with this project scope, Fort Worth Nature Center is located in COUNCIL DISTRICT 7. FISCAL INFORMATION/CERTIFICATION: The Chief Financial Offi cer certifies that funds are available in the current capital budgets for this construction contract, as appropriated, oft PAC S Gas Lease Capital Project Legacy Fun Improvements Fund and the Special Donations Capital Projects Fund. as on the recommendations and approval of the attached appropriation ordinances, funds will be available for the Fort Worth Nature Center and Wildlife Refuge Boardwalk Renovation project. Prior to expenditures being made,the Park and Recreation Department has the responsibility for collection and validation of the availability of funds in the Specially Funded Projects Fund. TO Fund Department Account Project Program Activity Budget, Reference# Amount ID ID Year (Chap field 2 i�--i9-801 -.49-05-1. 00- CO2-214 C05080 $176,500.04 39801 0800450 CO2214 C05080 $176,500.D4 K 2) $184,,482,0 3-966' --------- —$1-8-4,4-8,2-0 3 800450 4640001 CO2214 $44,012.4 4 j 30105 0800450 002214 $44,012A -39007 --0-8-0-0-4-5,0 4640001 CO2214 005080 $139,147.0 1 $13"9",147:0.... FROM r -nt' �d Account Project Pro gram Activity dud get Reference# ID ID Ye1r.. hqr!!11e!d,,?), 5) 39 0800450 CO2214 C05080 $500,000.0 5) 39302 0800450 CO2214 C05080 $1,280.O 5) -3�l 95 0. 800450 002214 $44,012.4 .................. 0 0 4 5) 39302 0800450 CO2214 C05080 $24,81&0-1 9- -80- 0800450 2214 C05080 $80,0M9 ................. 0 5) _39801 0800450 CO2214 C05080 $389,6060 0 1) 39801 0800450 4905100 UNSPEC UN5000 $176,500. f- 39801�1 0800450 UNSPEC $176,500�O 2) .39801 � Md04�0­ 4 9 0-5--10-0--U N-S,P­E C, �_-$184,482.0� http://apps. cfwnet.org/council—packet/mc—review.asp?ID=. . . 12/16/2015 M&C Review Page 4 of 4 FROM Fund Department Account Project Program Activity Budge-t Reference- Amount j ID I ID i Year ipha eld 2) 1 _ 1 2J]-T-9801 080 0450 �_ _-- _-- - UNSPE_C � -UN5800_�—__-- ------___- --$184,482.0 15) 39007_0800450_) CO2214 C05080 i _ $139,147.0 Submitted for City Manager's Office by: Susan Alanis (8180) Originating Department Head: Richard Zavala (5704) Additional Information Contact: David Creek(5744) ATTACHMENTS 80..N.w_A..._".r._J..R.E.C, Fw N_^T_aE_.-R-__A.N__.D......VOLDLFE _......_w.....E.._°......JC -BOARDWALK REDEVELOPMENT 3 ptylll-f351AQg _ 80NA`URR QNTR BOARDW I..K REDEV R CS 2 FY'16 O. oc)( 8ONCIR BOARI::bWAL.K R[:wDEV L.C,)�"%IU ENT REQ1 FY 016 AO.doc Nature Center,k:oar war k...Redev do l�w�*nh oc tion 02214. :.pff' new 03.docx http://apps . cfwnet .org/council_packet/mc_review. asp?ID=. . . 12/16/2015 w // o / wnrA/[ON romnu/xs PaLw / of 2 7 SECTION 00l\ 13 Z INVITATION TOBIDDERS 4 RECEIPT OF BIDS 5 Sealed bids for the construction of Boardwalk Redevelopment - FortVVouhNumoConocrwiU 6 bo received by the City of Fort Worth Purchasing Office: 7 X City of Fort Worth 9 Purchasing Division 10 i00OThvockmortnnStreet |\ Fort Worth, Texas 767O2 12 until |:30P.M. CST, Thursday, October |5th, 20|5, and bids will he opened publicly and read l} aloud ut2:O0PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the(appnozimu1o) following: Boardwalk Redevelopment at the 17 Fort Worth Nature Center. Work includes demolition of existing pathways, walks, boardwalks 18 and pavilion and the construction of new pathways,walks, boardwalks and pavilion. 19 DOCUMENT EXAMINATION AND PROCUREMENTS 20 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City Zl of Fort Worth's Purchasing Division wohsitout and ZI clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsa\,\, site. The 23 Contract Documents may ho downloaded, viewed, and printed hy interested contractors and/or 24 suppliers. 25 26 PREBID CONFERENCE 27 A prebid conference may 6o held usdescribed in Section OO2| \3 - INSTRUCTIONS TO 28 BIDDERS n1 the following location, date, and time: 29 DATE: September 30th, 20/J 30 TIME: 2:00pm }| PLACE: Parks and Community Services Department, 32 42V0 South Freeway, SS Su//o 2200 Conf Room // 34 Fort Worth Texas 76115'5759 35 LOCATION: Iu Grand Plaza, xccoodfloor Conference Room 41 36 37 CITY'S RIGHT TO ACCEPTOR REJECT BIDS 38 City reserves the right towaive irregularities and to accept orreject bids. 39 40 CITY or FORT WORTH Fort Worth Nature Center Boardwalk Redevelopment STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised JuIv 1,2011 00 11 13-2 INVITAI ION TO BIDDERS Page 2 ol'2 I INQUIRIES 2 All inquiries relative to this procureinent should be addressed to the following: 3 Attn: Tonda Rice, City of Fort Worth 4 Email: "I"oi,ida.Rice@i'ortworflitexa.-,.go t 5 Phone: 817-392-5759 6 ANWOR '7 Attn: Paul M.Dennehy,AIA., Dennehy Architects,Inc. 8 Email-pnid@deritiarcii.coni 9 Phone: 817-689-4287 10 ADVERTISEMENT DATES I I First date for advertisemeni, Thursday, September 17th, 2015 12 Second date for advertisement, Thursday, &,pteinber 241h, 2015 13 14 END OF SECTION CITY OF FORT WORTH Fort Worth Nature Center Boardwalk Redevelomieni STANDARD CONSTRUCTION SPECH'ICATION DOCUMENTS 02214 Revised July 1,201 1 00 21 13- I INSTRUCTIONS TO BIDDERS Page I of 3 1 SECTION 00 21 13 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 6 00- GENERAL CONDITIONS. 7 8 1.2.Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm, partnership, company,association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder:Any person, firm, partnership,company,association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Examination of Bidding and Contract Documents,Other Related Data,and Site 33 34 3.1.Before submitting a Bid, each Bidder shall: 35 36 3.1.1. Examine and carefully study the Contract Documents and other related data 37 identified in the Bidding Documents(including "technical data" referred to in 38 Paragraph 4.2. below).No information given by City or any representative of the 39 City other than that contained in the Contract Documents and officially 40 promulgated addenda thereto,shall be binding upon the City. 41 42 3.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 43 site conditions that may affect cost, progress, performance or furnishing of the 44 Work. 45 46 3.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 47 progress, performance or furnishing of the Work. 48 CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised August 21,2015 002n n3-2 INSTRUCTIONS,rO BIDDERS Page 2 of 8 1 A. Study all: (i)reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site(except Underground Facilities)that 4 have been identified in the Contract Documents as containing reliable "technical 5 data" and(H)reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 rehable "technical data." 8 9 3.1.5, Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish.All additional information and data )I which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents,No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto,shall be 16 binding upon the City. 17 18 11.6. Perform independent research,investigations,tests, borings,and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project.On request,City may provide 21 each Bidder access to the site to conduct such examinations, investigations, 22 explorations,tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations, tests and studies. 25 26 3.1.7. Determine the difficulties of the or and all attending circumstances affecting the 27 cost of doing the Work,time required for its completion,and obtain all inf-br►nation 28 required to make a proposal. Bidders shall rely exclusively and solely upon their 29 own estimates, investigation,research,tests,explorations,and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima-,facie evidence that the 32 Bidder has made the investigation,examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as iindicatedl in the Contract Documents will not be 35 allowed. 36 37 3.1.8. Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or 38 between the Contract Docu►nents and such other related documents. The Contractor, 39 shall not take advantage of any gross error or on-iission in the Conti-act Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deerned necessary for fulfillment of the intent of the Contract Documents. 42 43 3.2. Reference is made to Section 00 73 00—Supplementary Conditions for identification of: 44 45 3.2.L those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings,if any,on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 (7)TY OF'F'ORT WORTH Y--"C BOARDIA'AILK REDEVELOPMENT STANDARD Ca:NSTRIX-1110N SPECIFICATION DOCUMENT'S 02214 Revised August 21,2015 woos nNomJC'I IONS roBIDDERS :w,I"m | 3.2.2. those drawings o[physical conditions inor relating 0u existing surface and 2 subsurface structures (except Underground Facilities)which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents. 4 5 ]2.3. copicsofsucknportsanddmwingowU| bcmadeavoi|ob|cbyCitytoony0idder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents, but the "technical data" contained therein upon which Bidder isentitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph 8C4.02of the Supplementary Conditions. Bidder is |O responsible for any interpretation orconclusion drown from any "technical data" or l\ any other data, interpretations, opinions orinformation. |2 13 3.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 14 that Bidder has complied with every requirement of this Paragraph 4, (ii)that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means, methods,techniques,sequences or 17 procedures of construction (if any)that may be shown or indicated or expressly required 18 by the Contract Documents,(iii)that Bidder has given City written notice of all 19 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 21 etc., have not been resolved through the interpretations by City as described in 22 Paragraph 6., and (iv)that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and fumishing the 24 Work. 25 26 3.4.The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 27 biphcny|s(9C0s), Petroleum, Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 29 Documents. 30 31 4. Availability of Lands for Work, Etc. 32 33 4.LThe lands upon which the Work is to be performed, rights-of-way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities, construction equipment or storage of 37 materials and equipment to be incorporated in the Work are tobcobtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes inexisting 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 4\ 42 42.Outstanding riubt-o/-way, easements, and/or permits tobe acquired by the City are listed 43 in Paragraph 8C 4.01 of the Supplementary Conditions. In the event the necessary right- 44 of-way, easements, and/or permits are not obtained,the City reserves the right tocancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 /nrm`FORT wnvnv rvmvc BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION oocouswrs 02214 Revised A ugust 21,2015 002� �3-4 INS rRI WI)ONS,rO BIDDERS Page 4 of 8 1 4.3, The Bidder shall be prepared to commence construction without all executed right-of- 2 way,easements,and/or permits,and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the prqject that do not require permits 4 and/or easements. 5 6 5® Interpretations and Addenda 7 8 5.1.All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 10 received after this day may not be responded to.Interpretations or clarifications 11 considered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 Only questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without legal effect. 15 16 Address questions to: 17 18 City of Fort Worth 19 1000 1"hrockmorton Street 20 Fort Worth,TX 76102 21 Attn: Tonda Rice,LI,CPSI,Parks and Community Services Department 22 Fax. 17.392. 724 23 Email: (()iida.rice@fortwoi-thtexas,,,gov 24 Phone- 817.382.5759 25 26 5.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 27 City. 28 29 5.3.Addenda or clarifiCationS may be posted via Buzzsaw at<Inseii Link to Docufnents>. 30 31 5.4.A prebid conference may be held at the time and place indicated in the Advertisement or 32 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 33 Prqject. Bidders are encouraged to attend and participate in the conference, City will 34 transmit to all prospective Bidders of record such Addenda as City considers necessary 35 in response to questions arising at the conference. Oral statements may not be relied 36 upon and will not be binding or legally effective. 37 38 6. Bid Security 39 40 6.1.Each Bid must be accompanied by Bid and made payable to City in an amount of five 41 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 42 the requirements of Paragraphs 5.01 of the General Conditions. 43 44 6.2,The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 45 have been satisfied. If the Successful Bidder fails to execute and deliver tile cornpleLe 46 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 47 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 48 Such fort6iture shall be City's exchisive remedy if Bidder defaults. The Bid and of all 49 other Bidders whom City believes to have a reasonable chance of receiving the award 50 will be retained by City until final contract execution. 51 (7177 OFFORT WORTH V BOARDWALK REDEV]FT.OPMENT STANDARD CONS7RUCTION SPECIE]CATION DOCUMENTS 02214 Rekied August 21,2015 0021 13-ti INSTRUCTIONS TO BIDDERS Page 5 oT 8 1 7. Contract Times 2 The number of days within which, or the dates by which, Milestones are to be achieved in 3 accordance with the General Requirements and the Work is to be completed and ready for 4 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 5 attached Bid Form. 6 7 8. Liquidated Damages 8 Provisions for liquidated damages are set forth in the Agreement. 9 10 9. Substitute and "Or-Equal" Items 11 The Contract, if awarded, will be on the basis of materials and equipment described in the 12 Bidding Documents without consideration of possible substitute or"or-equal" items. 13 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 14 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 15 City, application for such acceptance will not be considered by City until after the Effective 16 Date of the Agreement. The procedure for submission of any such application by Contractor 17 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 18 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 19 20 10. Subcontractors, Suppliers and Others 21 22 10.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 23 12-2011 (as amended),the City has goals for the participation of minority business 24 and/or small business enterprises in City contracts. A copy of the Ordinance can be 25 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 26 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 27 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 28 Venture Form as appropriate. The Forms including documentation must be received 29 by the City no later than 2:00 P.M. CST,on the second business days after the bid 30 opening date. The Bidder shall obtain a receipt from the City as evidence the 31 documentation was received. Failure to comply shall render the bid as non- 32 responsive. 33 34 10.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 35 or organization against whom Contractor has reasonable objection. 36 37 11. Bid Form 38 39 11.1. The Bid Form is included with the Bidding Documents; additional copies may be 40 obtained from the City. 41 42 11.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 43 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 44 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 45 price item listed therein. In the case of optional alternatives,the words "No Bid," 46 "No Change," or"Not Applicable" may be entered. Bidder shall state the prices, 47 written in ink in both words and numerals,for which the Bidder proposes to do the 48 work contemplated or furnish materials required. All prices shall be written legibly. 49 In case of discrepancy between price in written words and the price in written 50 numerals,the price in written words shall govern. 51 CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised August 21,2015 00N B-6 INSI RUCTIONS TO BEDDERS Page 6 of 8 1 113. Bids by corporations shall be executed in the corporate name by the president or a 2 vice-president or other corporate officer accompanied by evidence of authority to 3 sign. The corporate seal shall be affixed. The corporate address and state of 4 incorporation shall be shown below the signanare. 5 6 11.4. Bids by partnerships shall be executed in the partnership name and signed by a 7 partner,whose title must appear under the signature accompanied by evidence of 8 authority to sign. The official address of the partnership shall be shown below the 9 signature, 10 11 11.5. Bids by limited liability companies shall be executed in the name of the firm by a 12 member and accompanied by evidence of authority to sign. The state of lbrniation of 13 the firm and the official address of the fi rm shall be shown. 14 15 11.6. Bids by individuals shall show the Bidder's name and official address,, 16 17 11.7. Bids by joint ventures shall be executed by each joint venturer in the manner 18 indicated on the Bid Form. The official address of the joint venture shall be shown. 19 20 11.8. All names shall be typed or printed in ink below the signature. 21 22 11.9. The Bid shall contain an acknowledgeri-ient of receipt of all Addenda,the numbers of 23 which shall be filled in on the Bid Form. 24 25 11.10. Postal and e-mail addresses and telephone number for conamunicaticins regarding the 26 Bid shall be shown. 27 28 11.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 29 Texas shall be provided in accordance with Section 00 43 37­­Vendor Compliance 30 to State Law Non Resident Bidder. 31 32 12. Submission of Bids 33 Bids shall be submitted on the prescfibed Bid Form,provided with the Bidding Documents, 34 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 35 addressed to Purchasing Manager of the City,and shall be enclosed in an opaque sealed 36 envelope,marked with the City Project Number,Project title,the name and address of 37 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 38 through the mail or other delivery systern,the sealed envelope shall be enclosed in a separate 39 envelope with the notation "BID ENCLOSED" on the face of it. 40 41 13. Modification and Withdrawal of Bids 42 43 13.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 44 cannot be withdrawn prior to the time set for bid opening, A request for withdrawal 45 must be made in writing by an appropriate document duly executed in the manner 46 that a Bid must be executed and delivered to the place where Bids are to be submitted 47 at any time prior to the opening of Bids.After all Bids not requested for withdrawal 48 are opened and publicly read aloud,the Bids for which a withdrawal request has been 49 properly filed may,at the option of the City,be returned unopened. 50 F B OARDWALK REDEVELOPMENT STANDARD(ONSIlUXTION SPECIFICATION DOCUMENI S, 02214 RervisedAujMvl2jr 2015 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 8 1 13.2. Bidders may modify their Bid by electronic communication at any time prior to the 2 time set for the closing of Bid receipt. 3 4 14. Opening of Bids 5 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 6 abstract of the amounts of the base Bids and major alternates (if any)will be made available 7 to Bidders after the opening of Bids. 8 9 15. Bids to Remain Subject to Acceptance 10 All Bids will remain subject to acceptance for the time period specified for Notice of Award 11 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 12 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 13 14 16. Evaluation of Bids and Award of Contract 15 16 16.1. City reserves the right to reject any or all Bids, including without limitation the rights 17 to reject any or all nonconforming, nonresponsive,unbalanced or conditional Bids 18 and to reject the Bid of any Bidder if City believes that it would not be in the best 19 interest of the Project to make an award to that Bidder,whether because the Bid is 20 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 21 meet any other pertinent standard or criteria established by City. City also reserves 22 the right to waive informalities not involving price, contract time or changes in the 23 Work with the Successful Bidder. Discrepancies between the multiplication of units 24 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 25 between the indicated sum of any column of figures and the correct sum thereof will 26 be resolved in favor of the correct sum. Discrepancies between words and figures 27 will be resolved in favor of the words. 28 29 16.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 30 among the Bidders,Bidder is an interested party to any litigation against City, 31 City or Bidder may have a claim against the other or be engaged in litigation, 32 Bidder is in arrears on any existing contract or has defaulted on a previous 33 contract, Bidder has performed a prior contract in an unsatisfactory manner,or 34 Bidder has uncompleted work which in the judgment of the City will prevent or 35 hinder the prompt completion of additional work if awarded. 36 37 16.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 38 other persons and organizations proposed for those portions of the Work as to which 39 the identity of Subcontractors, Suppliers,and other persons and organizations must 40 be submitted as provided in the Contract Documents or upon the request of the City. 41 City also may consider the operating costs, maintenance requirements, performance 42 data and guarantees of major items of materials and equipment proposed for 43 incorporation in the Work when such data is required to be submitted prior to the 44 Notice of Award. 45 46 16.3. City may conduct such investigations as City deems necessary to assist in the 47 evaluation of any Bid and to establish the responsibility, qualifications, and financial 48 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 49 organizations to perform and furnish the Work in accordance with the Contract 50 Documents to City's satisfaction within the prescribed time. 51 CITY OF FORT GIVORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised August 21,2015 002� 13-8 MST9LUC1 IONSTO BIDDERS Page 8 of 8 1 1644. Contractor shall perform with his own organization, work of a value not less than 2 35%of the value embraced on the Contract,unless otherwise approved by the City. 3 4 16.5. If the Contract is to be awarded,it will be awarded to lowest responsible and 5 responsive Bidder whose evaluation by City indicates that the award will be in the 6 best interests of the City. 7 8 16.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 9 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 10 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 11 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 12 comparable contract in the state in which the nonresident's principal place of 13 business is located. 14 15 16.7. A contract is not awarded until formal City Council authorization.If the Contract is 16 to be awarded, City will award the Contract within 90 days after the day of the Bid 17 opening unless extended in writing. No other act of City or others will constitute 18 acceptance of a Bid.Upon the contractor award a Notice of Award will be issued by 19 the City. 20 21 16.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 22 23 17® Signing of Agreement 24 When City issues a Notice of Award to the Successf1il Bidder, it will be accompanied by the 25 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 26 Contractor shall sign and deliver the required number of counterparts of the Agreement to 27 City with the required Bonds, Certificates of Insurance,and all other required documentation. 28 City shall thereafter deliver one fully signed counterpart to Contractor'. 29 30 31 32 END OF SECTION CITY OFFORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD C.ONS7"RUCT110N SPECIFICATION DOCUMENTS 02214 RevisedAugust 21, 015 003513 BID FORM pog*1 m1 SECTION 00 35 13 CONFLICT OF INTEREST AFFIDAVIT Each bidder, ofheror, or respondent (hereinafter also referred to as "you") to a City of Fort Worth (also referred to as ''City'') procurement are required to complete Conflict of Interest Questionnaire (the attached CIQ Form) and Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) below pursuant to state law. This affidavit will certify that the Bidder has on file with the City Secretary the required documentation and is eligible to bid on City Work. The referenced forms may also be downloaded from thevvebsita links provided below. X] C|Q Form is on file with City Secretary —1 C|C> Form is being provided to the C\b/ Secretary �1 CIS Form is on File with City Secretary � | C|8 Form is being provided to the City Secretary BIDDER: The Fain Group, Inc. B Larrv,,Frazier 1G1GNSylvania Signsdune b/ Fort Worth, TX7O111 Title: Flest d An1 END OF SECTION CITY or FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 0000 43 1300 42 4300 43 3700 45 1200 35 13_Bid Proposal Workbook 0041 00 BID FORM Page 1ms SECTION U041 00 BID FORM TO: The City Manager c/o: The Purchasing Department 1OOOThnookmortonStreet City of Fort Worth, Texas 76182 FOR.- Boardwalk Redevelopment Fort Worth Nature Center City Project No.: #02214 Units/Sections: Base Bid - Tnei|o. Boardwalk and Shelter Alternate#1 Boardwalk Extension and Viewing Platform Alternate#2 Boardwalk Extenoionhnn Viewing P|aformto Land Trail Alternate#3- Boardwalk- (pe materials, in lieu of pressure-treated materials Alternate#4- Boardwalk- Stainless steel cabling system, in lieu of galvanized cabling sy 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is eooepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work aa specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification ` 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions ofthe INVITATION TO BIDDERS and INSTRUCTIONS TO B|ODERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required inourance, will do so pending contract awavd, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, orcorporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 25. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action ofa public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a)to influence the bidding process to the detriment ofCity (b)to establish Bid prices at artificial non-competitive levels, or(c)to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Biddem, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY op FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised zo1coozr 00 w 00 0n4o13_0n4z43_0nmsr_oo4s12_0oos1s_am Proposal Workbook(1) 0041 00 BID FORM Page uofu d. ''ooencims praodme' means harming or threatening to henn, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. D. Pre4ua|ificaUon The Bidder acknowledges that the following work types must be performed only by pnsquo|iUed contractors and subcontractors: a Site Clearing and Demolition b Matting and Piero o Struotuneo. Trails,Boardwalks and Railings d Roofing 4. Time ofCompletion 4.1. The VVoMt will be complete for Final Acceptance within 220 days days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 42. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones)within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made e part of this Bid: a. This Bid Form, Section UU41 OU b. Required Bid Bond, Section 00 43 13 issued by e surety meeting the requirements of Paragraph SU1of the General Conditions. n. Proposal Form, Section OU4243 d Vendor Compliance to State Law Non Resident Bidder, Section UU4337 e K8VVBE Forms (optional et time ofbid) [ Bidder's Statement of Qualifications, Section OU4S14 Q. Conflict of Interest Affidavit, Section UU3S13 *If necessary, C|C>or CIS forms are hobe provided directly ho City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided be|mw, please enter the total bid amount for this project. Only this figure will be n*ed publicly by the City at the bid opening. CITY op FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120327 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Bid Proposal Workbook(1) «»41 00 BID FORM Page umo 62. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 8.3. Evaluation of Alternate Bid Items Total Base Bid- Trails, Boardwalk and Shelter $1.139.787.50 Alternate#1- Boardwalk Extension and Viewing $294.848.00 Alternate#2- Boardwalk Extension from Viewing Plat $340.88500 Alternate#3 $39.14700 Alternate#4 $118.802.00 Total Bid $1.933.079.50 7. Bid Submmifta| This Bid is submitted on 1015/2015 by the entity named below. Respectfully submitted Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 2: Addendum No. 3: Lan Frazier Addendum No. 4: (Printed Name) Title: President Company: The Fain Group, Inc. CorporobaSeaL Address: 1S16NSylvania Fort Worth, TX7G111 State of Incorporation: TEXAS Email: Phone 817-927-4388 END OF SECTION CITY op FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised oo,0000r »»41 00_00 43 13_00 42 4o_oomur_oo4a,o_000a1o_om Proposal Workbook(1) 0042,43 BID PROPOSAL Pe,I uf4 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Item Inffirmation BWdees Proposal ........................ .... Bidiist Desenphon 1,1111ft Of BW, Unk Prim BW Wue Itern Na. DEMOLITION ..........-.- Sec.tion No Measure Quanut.y l3 c�wraer ................. EXISTING CONDITIONS I Clear Vegetation(Sheet C3.1) --- SF 17,386 $1.00 $17,386.00 2 Demo Existing Walkways(Trails and Walks) 62 41 19 LS 1 $4,900,00 $4,90U0 PROJECT ACCESS Mattin LF 500 $15,00 $7,500.00 WETLAND REMEDIATION 4 Repair and Replant Wetland LS 1 N/A ...................................... CONCRETE Drilled Piers ........... 03 30 00 5 Drill 18"Piers(Sheet S1.2) ................. .......................................- LS 1 $230400.00 $23,400,00 6 18"Pier Casings(Sheet S1.2) --LS 1 $25,000.00 ...$25,000.00 Drill 24"Piers(Sheets S2.1) '7 ---- LS 1 -.-..$9,300.00 $9,300.00 8 24"Pier Casings(Sheet S2.1) 32 13 13 LS 1 $8,140.00 .....L8,140.00 9 Pier Rebar(Sheet S1.2) 03 31IT 00 LS 1 $5390.00 $5,390.00 10 3,000 PSI Concrete-Piers(Sheet SO.1) I-S 1 $12,429.00 $12,42900 11 Finish To of Piers Ls 1 $21,500.00 $21,500.00 12 Sleds/Bolsters LS 1 $1,500,00 $1,500.00 13 Concrete Sidewalk at Land Ram ip Approach) LS 1 $623.00 $623.00 .................... Columns 14 Erect Column Forms(Sheet S12 LS 1 $38,429.00 $38,429.00 15 Wreck Column Forms(Sheet S1 1 $4,051 00 $4,051.00 ..................................................... 16 Column Rebar(Sheet§j.21 LS 1 $1,,218.00 $1,218.00 17 4,000 PSI Concrete g2!ujnmins Sheet S0.1 LS 1 $1,978,00 $1,978.00 18 Finish Columns(Sheet S0,.1 -- LS 1 $9,025.00 $9,025,00 19 Vertical Cure Cohimnq(.I;hpptqO LS 1 $324.00 $32400 ......................... .................................................................. Abutments 20 Excavate Abutments(Sheet A7..j1jj................ 3�11 2�O 11 LS 1 $265.00 $265.00 ..................................... .............................. ...... 21 Fine Grade Abutements 31 2011 LS 1 $13200 $132.00 22 Form Abutments Sheet A7.1 SF 195 $4,00 $780,00 23 Wreck Abutment Forms SF 195 $2.00 $390.00 24 Rebar-Abutments(Sheet S0.1 Ton . 0.3- $605.00 $181.50 25 3,000 PSI Concrete-Abutments_jSheet 50.1" 03 30 00 CY 5 $114D0 $570.00 26 Finish Abutments L)330 00 SF, A 95 $1.50 $292.50 277 Backfill 3°12011 LS 1 -I400.0-0 $400,00 28 Install anchor bolts furnished by others go $1.50 $270.00 .............................. Paths(Decomposed Lipj!t�one 29 Fine Grade Existing Paths(Sheet C2.1) 31 20 11 1! LS 1 $620000 $6,200.00 ' lu 'uuuu 1 ;�O�.4 O�O $4,024.00 -iffxvcavate/grade New Path Sheet C2.1) 31�20111 OS� 3-0 �000 CITY OF FORT WORTH STANDARD CONS MUCTION SPECIRCATION NXIMENrl"S Fcam RevisW 20120120 0041 0 0 D0 43 V 3 DO 42 43 00 43 37 00 45 II2 00 35 ll3 ffid PvormW Woykbook 004243 BID PROPOSAL Pq.ke 2 of 4 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Project Item fnfoiniatpon ffidder's Prowsal Biffist Descriptkm specifica6olq Unk of Bid Unft Price Bid Value ftem No. —— Secti.on No. —Measure Quantity 1,C&I� LS 31 3 1/2"Minimum-Decomposed Limeitone--.--- — $5,255.00 15,255.00 LS 1 $341,000.00 $341,000,00 32 ewatering(Sheet C2.1) ....... 33 Admix/ice/hot water/etc.(Sheet C2,1) L.S 34 Washout Area(Sheet C2.1) LS 1 $1,750.00 35 Layout(Sheet C2.1) ............. LS 1 $12,500.00 L12,500M STEEL 36 Boardwalk PlatelAngle/Bracket Assermtulies(51.2) 05 50 00 LS 1 $52,000.00 $524000.00 37 Boardwalk Inter-mediate Pate/Angle Brackets(S1, ) 05 50 00 LS —1 $21,000.00 $21 000.00 38 Shelter ............ 055000 LS 1 — 7,500.00 $17500.00 39 Galvanized Channel for ---655000 LS 1 $41,000.00 $41,000.00 40 05 12 00 EA 1 $96,000.00 __$96,000.00 41 HSS 6"D a.-Columns at 05 12 00 LS 2 $7,000M $14000.00 42 1 1/2"DIA. HANDRAIL(0 Landramp ApproachL LS 1 $23,272,00 23,272.00. ROUGH CARPENTRY —T9tplcal Boardwrallz ............. 43 W PT Joists(Sheets A6.0,SO.1,S1.2) 06 10 00 LF 2,054 $17,00 $34,918.00 — PT LF 700 $14.00 $9,800.00 44 Tx 1-2 —Fascia(Sheets A6 0, SO�1, S1.2) 06 1000 45 2x10 PT Beams(Sheets A6.0,SO.1, S1.2) 061000 LF 1,665 $12.00 $19,980,00 46 5/4 PT Decking(Sheets A6.0, SOA,S1.2) 06 000 4,108 $1200 $49,296.00 ---T6 15 00 6----700 $12M $8,400,00 47 T;6 Railing Cap(Sheets A2.0,A6.0) ....................... Land Rare 48 x PT Joists(Sheets A5,0,A7A, SOA) 06 10 00 LF 505 $12.00 — _16,060.00 49 2x12 PT Fascia(Sheets A5,0,A7,1, S0.1) 061000 LF 170 $14.00 $2,360.00 50 M 1 LF 360 $1 2.00 10 PT Beams(Sheet AT 1, ) 061000 — _$j,320,00 15 00 LF 1,0110 $18.00 $18,180.00 51 5/4 PT Decking(Sheet A7 1) 52 2x6 Railing Cap Sheets A2.0 and A7.1)— LF 160 $12.00 $1,920.00 Shelter — -- -iT00 S 1 $9,300.00 $9,300.00 53 5-1 W x 18 Glularn Beam(Sheet S1 1, �i 1) 54 3 1/28"x 12 GlWam Beam(Sheet S 1,1, S2,2) 06 18 00 LS IT 1 $6,900.00 $6,900,00 55 8-3/4"x 18 Glularn Beam(Sheet S1.1,S2.1) 061800 LS 1 $10,468.00 10,46800 56 2x10 PT Beams(Sheets S0.1,S1.1,S2A,S22) 06 10 00 LS 1 $1,163.00 $1,163M 57 T—xT—Colurnns(12"Tall)(Sheets 50.1,S1 1, S2.1) --661000 LS 1 $1,279.00 $1,279M 58 5 x 18 Beams(Sheets A1.0,SO.1,S2.1—) --—q6 10 00 --LS 1 $690.00 $690.00 59 3 x 8 Purfins(Sheets A1,0, S2.1) 06,10 00 LS 1 $930.00 $930.00 60 5/4 PT Decki (Sheet A1.0,A5.0) 061500 LS 1 $872.00 $872.00 ........................... 61 2 x 6 Fir Railing Cap(Sheet A2.0) .......-- L§ 1 $930.00 $930.00 62 Clear,T&G Roof Decking-2x6(Sheet A3.0) 06 1000 LS 1 $4,650.00 $4 650'00 63 2 x 6 PT Fascia(Sheet A3.0) .............. 06-i—0—00 —LS M$920.00 $920 . 64 2 x 6 PT Sunscreen(Sheet A3.0) ........... 06 10 00 LS 1 $1,300.00 $1,300.00 i 58C).00 65 3/4"T&G Plywood Roof Deck(Sheet A3,0) LS 1 _$580M $580.0 66 2 x 6 PT Skirting(Sheet A1.0,A2 0)_ 06 10 00 LS 1 $700.00 $700.00 ............................. 67 Adhesive LS 1 $1,500.00 $1,500,x0 ..................... cn,y OF FORTWORTH STANDARD CONS TRUCT ION SPIRCIFKAMN 1XX TIMI M S Fom ReviwA 20 200.20 M 40.W)00 43 V 3 rg)42,41 Mi 43 17 NIAS Q M)3 5 H-Did Piopo:sW Workbw1k 004243 BID PROP OSAL Page,3 of'4 SECTION 00 42 43 PROPOSAL.FORM UNIT PRICE BID Bidder's Application ........................ .............. Piqlect hern Inibrnnation Biddey's Prolposal Bidhs,t J)escripfion speclficafion Unk of Bid unft Plice Bid Value turn No. Sectlon 110, Meagure Quantity 68 Bolts/Hardware(Sheet 50.1,52.1) LS -I $4,000.00 $4,000.00 .............. Lumber Waste LS 1 $3,490,00 $3,490.00 ............ROOFING 69 Standing Seam Metal Roof 70 30#Felt(Sheet A3,O) 0741 1316 SF 1,050 $0.50 $525.00 -A3 6 11 Galvanized Standing Seam Metal Roofing(Sheet A3 0) 0741 1316 SF 1,050 $&00 $6,300.00 C 2- 72 Perimeter Flashing(Sheet A3.0) 0741 '13,16 II IF 131 $6.00 $78600 73 PrerniumforA c.cess 07 41 13 16... L.S 1 $1,163.00 $1,16100 PAINTING 74 ClearSealer on Roof Decking at Shelter(Sheet A3.0) SF 1,0E 5 $3,412.50 PERMITS_�����, ...... 75 Building Permit ....................................................................................................................................... LS 1 $1,800,00 $11,800.00 MOBILIZATION 76 Mobilization Ls 1 $90,000.00 $90,000.00 ............................................................... Total Base Bid $1,139,787.60 BID ALTERNATE#1 Provide and Install Ramp and Boardwalk from Shelter to(and including)Viewing Platform 77 Sheets C1.2,C2.3,A4.0,A5.0 LS 1 1 $294,646.00 $294,648.00 Total Alternate Bid $294,648.00 BID ALTERNATE#2 Provide and Install Boardwalk from Viewing Platform at Alternate#1 to Land Connection at Trail 78 ISheets C1.2,132A A4.0,A&0 LS 1 $340,895.00 $340,895.00 Total Alternate Bid $340,895.00 BID ALTERNATE#3 .___.______._._._...........®................................®....................................... Substitute Ipe Lumber for pressure treated lumber at decking,railing caps and fascias 79 Sheets A1.0,A0.2,A10,A5.0,A.0,A7.0,AA7].]'S� JEEEH LS '1 $39,147.00 $39,147.00 ............... --d—ID ALTERNATE #4 Total Alternate Bid $39,147.00 ..... ....................... Substitute Stainless Steel Cable Railing and fittings for GalvanizaedCable Railing and Fittings 80 Sheets A1.0,A2.0,A3.0,A5,0,A6.0,A7.0,A7.1 ..F-1 —T$118,602.00 118,602,00 ........... ......................... Tota I Alternate Bid $118,602.00 CITY Or FORTWORTH STANDARD(:"ONSuRUCTION SPECIFICATION EX)C UMENTS Fonm ReMwd 20UM20 00 4�00 00 43 11 Y�(W 424 7 W 41 3 7 00145 12 0035 R7...,ad Proposal Workbook 00 42 43 BUD PROPOSAL Page 4 of 4 SECTION 00 42 43 PROPOSAL FOR M UNIT PRICE BID Bidder's Application ProJect Itern Informafion Biddeg's Proposal srK"Crfic 71 11�:ft of' Ndlist Description t ko,n rat` did init Price Bid Value y Section Measuze QuantrTy ftern No :D �N o. Total Bid :-MM,OW Unit Price for Drilled Pier Depth M 82 '18"'inch diameter drilled piers:Add or deduct$75.00 per linear foot 24""inch diameter drilled piers:Add or deduct$1Z,00 per linear foot Unit Price for Drilled Pier Casings' E:8 00 .3Additional Length 18"inch diameter drilled piers.Add or deduct$a.00 I 86 Addifional Length 24"inch diameter drilled piers:Add or deduct$125'00 1 END OF SECTION CITY OF FORT WORTH STANDARD CONS IRTMION SPE(IFICATION DOCUMENTS (M 4 41 M M 43 13 N)42 43 00 43 311 M 45 2 M 3 5 3 Blid Propowl WoMwok V' im Rv iwd 20 120 V 20 Hp 004337 VENDOR COMPLIANCE TO STATE LAW Page 1 of I SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies o r s ervices in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of State Here or Alank , our principal place of business, are required to be %,Het4, percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of State Her or Blank , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: The Fain Group, Inc. B Larry Frazier 1616 N Sylvania Fort Worth,TX 76111 (Signature) Title: President Date: 1 /15/2015 END OF SECTION crry OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 2011 D627 00 41 000➢43 1300 42 43,,,,,00 43 37 004512 10 35 13—Bid ProposM Workbook 00 45 26- I CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page I of 1 1 SECTI 0 5 6 2 CONT CTOR COMPLIANCE WITH WORKER°S COMPENSATION LAW 3 4 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 5 provides worker's compensation insurance coverage for all of its employees employed on City 6 Project No. 02214. Contractor further certifies that, pursuant to Texas Labor Code, Section 7 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 C C 11 12 The Fain Grou , Inc. y: Larr�%..Frazierr,._,_ 13 Company ,� 1ea�e Print) 14 15 1616 N Sylvania Signature: 16 Address 17 ^ 18 Fnrt orth,`T 76111 Title: President 19 City/State/Zip (Please Print) 20 21 22 THE STATE OF TEXAS 23 24 COUNTY OF TA NT § 25 26 EFO E, the undersigned authority, on this day personally appeared 27 Larry Frazier ......._ , known to e to be the person whose name is 28 subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as 29 the act and deed of The Fain.._Group,,.Inc. for the purposes and 30 consideration therein expressed and in the capacity therein stated. 31 32 GIVEN UNDER Y HAND AND SEAL OF OFFICE this 15th day of 33 October 2015. 34 35 q "�, dM. 37 Notary I'lubhc in anal for State of Texas 38 39 F SECTI �� LL Notary Public 40 `V� a F tte of Texas `�"�..c ..y Comm. xp.07.12-2018 CITY OF FORT WORTH FWNC BOARDWALK R.E:DEVELOPMENT STANDARD C O NSTRUCTION SPECIFICATION I:OCUMENfS 02214 Revised July 1,2011 0045 12-1 BIDDER QUALIFICATION STATEMENT Pap I of'4 SECTION 00 45 12 BIDDER OUAL11,1CATION STA"FEMENT Firm Name- Date Organized E.] PARTNENSHIP CORPORATION Address: .1616 N ..........- ..... ....... City:-, Fort Worth StaW TX zip. 761-11...... ....... ....... AL................. 'I'Oephone Number-,__811:227--AML. ......_..w.......... ... Fax. Nwriber: _ Number of years in business under present name- .................... Former narne(s)of organization: ................... .......................——---------------—__ .........—_........ CLASSBACATION: General Building F -1 Plumbing E] HVAC _j Electrical L ........... I Ttifities -nvork, ...........I Paving El Other Eard LIST A MINIMUM OF THREE SIMILAR COMPLE'"f'E',L)PROJECTS W11"HIN LAST''I'HIREE Y1,."ARS PROJEICTNAME AND LOCATION,_.Fuli-W I.Zo NAME fTELET"11ONE, N ➢MBE'R CAF' OWNER BrqndonElms. 817231-0785 ... .............——-- NAME/TELEPIR)NE NIJMBER OF SURETY "res tea,elldlnsui,rai,nce(.o,, - 972 516�-.2600 ............ A,MOLJlq'OF(.',0NTRA(-'T-.V-j1145— ...... ......... COMPLETION DATE H) --, .................................--......---...... SCI .. ........... ............................................................................................ ............ .............. PROJ ECT NAME AND LOCATION M ri, C' ek,B ................... NAME/TEL,EPHONE NUMBER OF OWNER j&xi.McU.Jjp- SIZ:72Q-441.2 NAME/TELEPHONE NLJMBER OF SURETY Westfield Insiirance Co. - 972-516-2600 ............. ...... .......... AMOUNT OF CONTRACT .......... .................. COMPLET[ON DATE ............................. SCOPE OF WORK 1.)ESC12I1*TION CITY OF FORT W(,)KFFI F'WN(-"ROA RDIVI tK RED ELOPMENT #02214 STANDARD CONSTRAXITON SPECIFICATION D0(.'.UUN,r5 Revised August 17,2012 0045 12 2 BIDDER QUALIFWATION STATEMENT Pa?e 2 of 4 ............... .......... PROJECT NAME AND LOCATION.. .......... NAME[I'ELYPHONE NUMB[E,R OF OWNER �,Qgg NAME rrELEPHONENUMBEROF SUREAN Westfielclinstij�-atice ('o. .., 972-5�16-,26()O . ...................... ......................... ................ AMOUNTOF COMPLETION DXTE SCOPE OF WORK DESCRIPTION ............................ ......... . . ........ ... ............. ..................... . .................... PROJEC"r NAME AND LOCATION 9thstf NAME rrEL11THONE NUMBER OF ()WNF'R I ___jx ... cpq 117:223::: i.............. NAME/TELEPHONE NLTMBER OF SURETY .......... AMOUNTOF CONTRACT -SlZ8&.3&, ) COMPLETION SCOPE OF WORK. DESC"Rip,uON Landsca qZ,tyic payKr, It k �,jLonstLu Jon and annenifi es in ............ ............ ........... .......... ................... ------ PROJEC,r NAME AND LOCA,rION Twin Points Park Phase IA ............ NAME/1"'ELEPHONE NU MBE R OF OWNER _.DaYU-0 wtui NAME rl"ELEPHONE' NUMBER OF SURElJ'Y ._..NN7, ............... C.Sffi hmurAnL AMOIJN'T'OFCON'FRAC'T,._.$!EI5,Qk..--....,... .............. COMPLF."TIONDATE... JZ 1_�.. _.... .---- .......... ............. SCOPE OF WORK I.N.."SC'RIPTION gW o, n isti .-N _b Al-rmup-4. d...f- Ang-dock.... . .._............_...w_.................... .............- ... ................................................................------ ........ .. .............I................. CFFY OF FORT WORTH F'WN(.")3(),4RDl4,,11LK REDEVELOPMENT sTANDARD CONSMUCTION SPECIFICATION D00 MENIN #02214 Revised August V7,2012 00 45 12-3 BIDDERQf nALWICIMON STATEMENT Page 3 of 4 2.LIST CONSTRUCTION SUPERINTENDIINT'S NAME AND CONSTRUCTION EXPERIENCF',„ .................. ltmC4k: imaahtd.lgaq—m tL. ............ ............. ......................— —..—....................... ................. ....... -——---------- ................ ........... ............ ............... ........... ............... ...... ...... ............ ........ ............... .. ............. ............ ........ ............. ............ ............ .......... ........ .. .......... ............- .............. .......... ............. ....... ..... ........... ............ .......... crry OF FORTWORTH FWNC BOARDWI LK REDEVEIOPMEN T STANDARD CONSMUCTION SPECIFICATION DOCUMFNI'S 402214 Revised ALUgust R 7,,2012 Eddie o �1 Superintendent i OVERVIEW As project superintendent for The Fain Group,Eddie has over 20 years experience in planning and supervising construction projects„ Eddie is accomplished at scheduling,procurement, safety,change management, subcontract supervision and contract execution. EXPERIENCE The Fain Group June 2008-Present Superintendent Lew ark Construction 2004-2008 Owner Reeder General Contractors 2002 ..2004 Project Manager Carpet Mills 1998-2002 Floor Technician Jones Concrete Construction 1988 - 1998 Project Manager/Estimator Lew ark Construction 1980® 1988 Owner U.S.Army 1975- 1979 COMPLETED JOBNAME VALUE PROJECTS 2014 Magnolia Urban Village $1,227,223 La Prada Drive Improvements $2,381,171 2014 Westworth Village $1,008,451 City of Richardson Renner Road Improvement Project $353,898 2012 Joe Ratclifl`Pedestrian Bride $635,762 2012 UP Baird $1,337,024 2012 Pilot Point Streetscape $238,010 2011 UP Houston Modular Office $276,780 2011 TRWD Marine Creek Trail $162,825 2010 Lake Carolyn Promenade $2,180,611 2008 Ratliff Hardscape Office $2,099,000 Ranch Arena $12,000,000 2003 Heritage Park Cemetery $3,800,000 2003 George C.Clark Elementary $2,900,000 2002 West Creek Elementary $1,800,000 1997 Fart Worth Country Day Addition $800,000 1994 Acme Brick Plant $50,000,000 E. FAIN 0045 12-4 BIDDFR QUALIFY.ATION STATEMENT Nqe,4 of 4 3. LIST AI..,L LABOR SUBCONTRACTORS(affach addiitional pages as needed) St./I C(,)NT'RA(,,,,,rOR NAME, Lon tar Decks TRADE, Decks -111,11-1.1-�........... ...... ...... PREVIOUS PR0JECTEXPFRlF'IBC J.-..`,XONTACT NA,MFYlT'LI..,Plj(')NE NUMBER A ...... Lai-Uc CiWp 8 1=-' 201-A-412 L.................... ...... B _Q_��-U��ah.G I C--............ ................................................. ....... .......... .. ......... ............ SUBCON'TRACTOR NAM I ................ TRADE PREVIOUS PROJECTEXPERIENCE XONTACT NAMEfl'El.,EPI IC NE' NUMBER A. :2 -29 -AIZ. i3l- -10............................................................... B Frisco Ath.letic Ceiiter , Dudle m-nond - 214-876,8�658 ......... .......................... .................... C.-BAj[d. ,j!ffk ja [,at in -975 0,473 gE 21.4 - ............................................ SUBCONTRA(JOR.NAME TRADE PREVIOUS PROJECT EXPERIENCE XONTACT NAME/']I ELEPJ IONE. NUMBER A................................................ ........................................................... B .................................................................. ...................................... .................................... C. ...................... ................................................................................. TRADE PREVIOUS PR(.)JECT EXPERIENCE/CONTAcr NAME/TEILEP HONE NUMBER. A. ............. ...... ................. - -—-----------........................ B ....... .......... C. ........... ...................... .............. ............. CITY OF FORT WORTH h'WN(,, BOARDWALA REDFVE'LOPMENT STANDARD C0NS'lTWC'l'10N SPECIFICATION DO(JAAFINTS #02214 Revised August 17,2012 004512 BID FORM Page I of I SECTION 00 45 12 PREQUALliFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major or Type Contractor/Subcontractor Company Name Prequalification Expiration Date Site Clearing and Demolition The Fain Group, Inc. 8/11/2017 Matting and Piers S&W Foundation N/A Structures, Trails,Boardwalks Lonestar Decks and Railings N/A Roofing Lon it Roofing 6/1/2015 The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalffied for the work types listed. BIDDER: The Fain Group, Inc. : Larry Frazier 1616 N Sylvania Fort Worth, TX 76111 (Signature) itle: President D ate: 18/15/' 01.5 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCAWENTS Form Revised 20120120 00 41 OQ 43 1300 42 4300 43 37.1-00 45 1200 35 13.'Bid Proposal Workbook(1).xIs Firs Building Relationships Constructing Futures P.O.Box 750 Fort Worth,TX 76101 817-927-4388 817-927-4389 Fax www.thefaincompany.com October 16, 2015 Tonda Rice Project Manager City of Fort Worth 4200 South Freeway, Ste. 2200 Fort Worth, TX 76115 Re: Nature Center Boardwalk Renovation project #02214 Ms. Tonda Rice, Per our conversation on October 15, 2015, I sent in bid form 00 45 12 for the Lone Star Decks uncompleted. Please note that the Fain Group, Inc. will be using Lone Star Decks for the structures, trails, boardwalks and railings portion of the referenced Project. The Fain Group, experience using Lone Star Decks include Gateway Park and Marine Creek Boardwalk, both are City of Fort Worth projects. If you need more information in regards to this please feel free to contact Rafaela Zuniga @ 817-927-4388 Sincerely, a y Fier 00 45 40-H Mononty Business Entewpir,w,SpecdicaWns Page� of 2 1 SECTION 00 45 40 2 Minority Business Hiterprise Spec i ficati ons 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is 5 applicable. 6 7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 Business Enterprises (MBE) in the procurement of all goods and services. All requirements, and 10 re, iflations stated in the City®s current Business, Diversity f.."nterprise Ordinance apply to this bid. 11 12 MBE PROJECT GOALS 13 The City's MBE goal on this project is 13% of the total bid value of the contract (Base bid apl)lies to 14 Parks and 15 16 Note: If both MBE and S subcontracting goals are established for this project, then an Offeror 17 must submit both a MBE Utilization Form and a SBE Utilization or to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts$50,000 or more where a BE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity I'Interprise Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation,or 23 2. Meet or exceed t e a bove stated MBE goal through MBE Joint Venture participation,or 24 3. Good Faith Effort documentation,or; 25 4. Prime Waiver documentation. 26 27 SUBMITTAL OF REQUIRED DOCUMENTATION 28 The applicable documents must be received by the Purchasing [)ivision, within the followin� times D 29 allocated, in order for the entire bid to be considered responsive to the specifications ME 1Pg 'IR 30 31 0 3 t 2 33 — 1,, Subcontractor Utilization Form, if received.. no later than 2-00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. _T,_ received no later than 1,00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening _pa.rt i c -date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening _tvLBt_participation. te. .................. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contractinW.LuT,plier work: date. ................... 34 CFFY OF FORTWORTM FWNC BOARDWALK REDEVELOPMENT STANDARD CONS7MUCTION SPECIFICATION IN)CUM1,141S 02214 Revased June 9,2015 00 45 40...2 Mno6ty hunt Enteiipwiw Sperificsfions Page 2 of 2 ——-- —----------......................... 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening ...............................—.---date 2 FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY' ENTERPRISE ORDINANCE 3 WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 6 7 Any Questions,Please Contact The MIWBE Office at(817)21.2-2674. 8 END OF SECTION 9 10 II CITY OF FOR,r WORllf IF NC BOARDWALK RIEDENELOPMENT STANDARD CONSI R1 JC'nON SPECIF ICA,ri()N 1X)CW JMENIS 02214 Revised Ame 9,2015 004541.. 1 SMALL Bk NNESS E19)T RIIRIajfGOAL Page I of 2 1 SECTION 00 45 41 2 SMALL BUSINESS l,"','NTER,P RISE' GOAI., 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is $50,000 or more, then a SBE subcontracting goal is 5 applicable. 6 '7 POLICY STATEMENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Small 9 Business Enterprises (SB�E) in the procurement of all goods and services. All requirements and 10 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 SBE PROJECT GOAL 13 The City's SBE goal on this prqject is 13% of the base bid (Base bid aj),pliei� to Parks and 14 Coynmunio Sei-vices). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an 17 Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed 18 responsive. 19 20 COMPLIANCE TO BID SPECIFICATIONS 21. On City contracts$50,000 or more where a SBE subcontracting goal is applied Offerors are required 22 to comply with the intent of the City's Busitiess Diversity Enterprise Ordinance by one of the 23 folloNving: 24 1. Meet or exceed the above stated SBE goal through SBE subcontracting participation,or 25 2. Meet or exceed the above stated SBE goal through SBE Joint Venture participation,or 26 3. Good Faith Effort documentation,or; 27 4. Prime Waiver documentation. 28 29 SUBMITTAL OF REQUIRED DOCUMENTATION 30 The applicable documents must be received by the Purchase Diviskm, within the following times 31 allocated, in order for the entire bid to be considered responsive to the specifications. 32 -8, fe-enlp eye T 'n In perspa- to,�th6i".1"", wpprja 62,3 A W 4pf 1H Q, W C recoip e,evid" i�, sic t _d 1 9 1 a ('J ,, "N' V�,, faxed -d. 34 � AMARO", A a .2 11 1. Subcontractor 14ilization or if goal is received no later than 2:00 p.m.,on the second City business met or exceeded: day after the bid opening date, exclusive of the bid opening ndate, 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business Utilization Form,if participation is less than days after the bid opening date, exclusive of the bid opening 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business Utilization Form,if no MBE participatiow days after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Po`rl�—,if�fir—m—-'received no later than 2:00 p.m.,on the second City business will perform all subcontracting/supplier work: days after the bid opening date, exclusive of the bid opening I date. 35 CITY OF FORTWORTIA FWNC BOARDWALK RE,DEVELOPMENT STANDARD Cl ONSTRUCY10N SPEXAFICATION DOCUMI-NIS 02214 ReviseA June 9,2015 004541-.2 SMALL BUSINESS ENI 11-ITPRISE GOAL, Page 2 of'2 3. °int Venture Form,if goal is net or receNed no later than 2M p.m., on the second City business exceeded: days after the bid opening date,exclusive of the bid opening date. 2 3 FAILURE TO COMPI®Y WITH THE CITYS BUSINESS DIVERSITY ENTERPRISE 4 ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO 5 SPECIFICATIONS. 6 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN 7 THE BID BEING CONSIDERED NON-RESPONSIVE, A SECOND FAILURE WILL 8 RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. 9 THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A 10 DISQUALIFICATION PERIOD OF THREE YEARS. I I Any questions,please contact the M/WBE Office at(817)212-2674 12 13 END OF SECTION C[TY OF FORT WORIN FWNC BOARDWALK REDEVELOPMENT ST ANI)ARD CONSTRUCIION SPECIFICATION DOCUMENTS 02214 Revused June 9,2015 CITY SECRETAW 1 00 52 43-1 y CONTRACT 40. Agreement Page I of 4 1 SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on December 15,2015 is made by and between the City of 5 Forth Worth, a Texas home rule municipality, acting by and through its duty authorized City 6 Manager, ("City"), and The Fain Group, Inc.'authorized to do business in Texas, acting by and 7 through its duly authorized representative,("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: to Article 1.WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 Renovation of the Fort Wo—Ith-Nature Center and Wildlife Refuge Boardwalk 17 #02214 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within (220) days after the date when the 24 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that City will 27 suffer financial loss if the Work is not completed within the times specified in Paragraph 28 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 29 General Conditions. The Contractor also recognizes the delays, expense and difficulties 30 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 31 is not completed on time. Accordingly, instead of requiring any such proof, Contractor 32 agrees that as liquidated damages for Six Hundred fLfq Dollars ($650.00) for each day 33 that expires after the time specified in Paragraph 3.2 for Final Acceptance until the City 34 issues the Final Letter of Acceptance. CITY 01:FORT WORTH 1-JVNCB0ARDPV111,K REDEVETOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17.2012 0221-1 005243-3 Agreement Page 3 of 4 74 Article 6.INDEMNIFICATION 75 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 76 expense, the city, its officers, servants and employees, from and against any and all 77 claims arising out of, or alleged to arise out of,the work and services to be performed 78 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 79 under this contract. This indemnification provision is specifically intended to operate 80 and be effective even if it is alleged or proven that all or some of the damages being 81 sought were caused, in whole or in part, by any act, omission or negligence of the city. 82 This indemnity provision is intended to include, without limitation, indemnity for 83 costs,expenses and legal fees incurred by the city in defending against such claims and 84 causes of actions. 85 86 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 87 the city,its officers,servants and employees,from and against any and all loss,damage 88 or destruction of property of the city,arising out of,or alleged to arise out of,the work 89 and services to be performed by the contractor, its officers, agents, employees, 90 subcontractors, licensees or invitees under this contract. This indemnification 91 provision is specifically intended to operate and be effective even if it is alleged or 92 proven that all or some of the damages being sought were caused, in whole or in part, 93 by any act,omission or negligence of the city. 94 95 Article 7. MISCELLANEOUS 96 7.1 Terms. 97 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 98 have the meanings indicated in the General Conditions. 99 7.2 Assignment of Contract. 100 This Agreement, including all of the Contract Documents may not be assigned by the 101 Contractor without the advanced express written consent of the City. 102 7.3 Successors and Assigns. 103 City and Contractor each binds itself, its partners, successors, assigns and legal 104 representatives to the other party hereto, in respect to all covenants, agreements and 105 obligations contained in the Contract Documents. 106 7.4 Severability. 107 Any provision or part of the Contract Documents held to be unconstitutional, void or 108 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 109 remaining provisions shall continue to be valid and binding upon CITY and 110 CONTRACTOR. 111 7.5 Governing Law and Venue. 112 This Agreement, including all of the Contract Documents is performable in the State of 113 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 114 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH P W,NC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August IT 2012 02214 005243-4 Agreement Page 4 of 4 115 7.6 Other Provisions. 116 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 117 classified, promulgated and set out by the City, a copy of which is attached hereto and 118 made a part hereof the same as if it were copied verbatim herein. 119 7.7 Authority to Sign. 120 Contractor shall attach evidence of authority to sign Agreement, if other than duly 121 authorized signatory of the Contractor. 122 123 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 124 counterparts. 125 126 This Agreement is effective as of the last date signed by the Parties("Effective Date"). 127 Contractor: City of Fort Worth By: C/ Assistant City Ma pia f B Signature) Date t , % Attest:- (Printed Name) City Secreta ry Qv (Seal) Title: Address. j Date: p Z,- I f City/State/Zip: Approved as To Fon-n and Legality: ............. Date Douglas W. Black Assistant City Attorney 128 129 130 APPRC),xv f1A LAT RE COMMENDED: ,11 L�--" 131 132 133 134 ............... icard Zavala 135 I tfh R ECTOR, 136 OFFICIAL f 137 R C C)h R�1,30 11 Parks and lReLreation f CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 17.2012 02214 IMPORTANT NOTICE STATE OF TEXAS COMPLAINT PROCEDURES 1® IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: Para obtener informacion o par a someter una queja: 2. You may contact your agent. Puede comunicarse con su (title) al (telephone number), 3. You may call Westfield Insurance Company, Usted puede II al numero de telefono gratis de Westfield National Insurance Company, and/or Westfield Insurance Company, Westfield National Ohio Farmers Insurance Company's toll-free Insurance Company, and/or Ohio Farmers telephone number for information or to make a Insurance Company's para informacion o para complaint at: someter una queja al: 1-800-243-0210 1-800-243-0210 4. You may also write to Westfield Insurance Usted tambien puede escribir a Westfield Insurance Company, Westfield National Insurance Company, Westfield National Insurance Company, and/or Ohio Farmers Insurance Company, and/or Ohio Farmers Insurance Company at: Company. Attn: Bond Claims Attn: Bond Claims One Park Circle One Park Circle P 0 Box 5001 P 0 Box 5001 Westfield Center,OH 44251-5001 Westfield Center, OH 44251-5001 Fax#330-887-0840 Fax#330-887-0840 5. You may contact the Texas Department of Puede comunicarse con el Departamento de Insurance to obtain information, on companies, Sequros de Texas pare obtener informacion acerca coverages, rights or complaints at: de companies, coberturas, derechos o quejas al: 1-800-252-3439 1-800-252-3439 6. You may write to the Texas Department of Puede escriNr al Departamento de Seguros de Insurance, Texas: P.O. Box 149104 P.O. Box 149104 Austin, TX 78714-9104 Austin, TX 78714-9104 Fax: (512)475-1771 Fax: (512)475-1771 Web: hftp-,//www,tdi.state.tx,us Web: http-1/www.tdi.state,tx,us E-mail: Cons uryierProtectionO-tdi.state,,tx.us E-mail,gonsumerProtection@tdi.sta_te.tx.us 7. PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Should you have a dispute concerning your premium Si tiers e una disputa concerniente, a su prima o a un or out a claim, you should contact the agent, reclamo, debe comunicarse con el agente, Westfield Westfield Insurance Company, Westfield National Insurance Company, Westfield National Insurance Insurance Company, or Ohio Farmers Insurance Company, o Ohio Farmers Insurance Company Company first. If the dispute is not resolved, you primero. Si no se resueIve la disputa, puede may contact the Texas Department of Insurance, entonces comunicarse con el departamento(TDI). 8. ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA: Este aviso es This notice is for information only and does not solo para proposito de informacion y no se convierte become a part or condition of the attached document, en parte o condition del documento adjunto. BD 430(07-07) 0061 13-1 PERFORMANCE BOND Page 1 of 2 I SECTION 00 6113 2 PERFORMANCE BOND Bond#7993793 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, The Fain Group,Inc.,known as"Principal'herein and 8 Westfield Insurance Company ,a corporate surety(sureties, if more than 9 one)duly authorized to do business in the State of Texas,known as"Surety"herein(whether one 10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 11 pursuant to the laws of Texas,known as"City"herein,in the penal sum of, One Million Qne 12 Hundred Seventy-eiisht Thousand Nine Hundred Thirty-four and 50/104.,............Dollars 13 ($1,178,934.50}, lawful money of the United States,to be paid in Fort Worth, Tarrant County, I4 Texas for the payment of which sum well and truly to be made,we bind ourselves, our heirs, 15 executors, administrators, successors and assigns,jointly and severally,firmly by these presents. 16 WHEREAS,the Principal has entered into a certain written contract with the City 17 awarded the 15th day of December,2015, which Contract is hereby referred to and made a part ( 18 hereof for all purposes as if fully set forth herein,to furnish all materials,equipment labor and 19 other accessories defined by law, in the prosecution of the Work, including any Change Orders, 20 as provided for in said Contract designated as Renovation of the Fort Worth Nature Center 21 and Wildlife Refuge Boardwalk,#02214 22 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects duly and i 24 faithfully perform the Work, including Change Orders,under the Contract,according to the plans, 25 specifications, and contract documents therein referred to, and as well during any period of 26 extension of the Contract that may be granted on the part of the City,then this obligation shall be 27 and become null and void,otherwise to remain in full force and effect. 28 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 29 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 30 Worth Division. CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMEN"1' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 1 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code,as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 15th day of December,2015.. 6 7 PRINCIPAL: 8 The Fain roup,Inc. 9 10 11 BY 12 Pignte 13 ATT T: 14 15 16 ( nclp )S eretary ame and Title _ 17 18 Address: 1616 N. Sylvania 19 mm, Fort Worth, TX 76111 20 21 ate.^ ^. I.. t.. .w LAfk ( , , e, ) 22 Witness a� o Principal 23 SURETY: 24 Westfi laJ-fm trance Coinpan, 25 r, 26 27 BY: 28 - S' nature -- 29 30 Johnny Moss, Attorney-in-fact_ 31 Name and Title 32 33 Address: 555 Republic I:)1•. #450 34 Plano TX 75074 35 36 /� 37 Wi& s as tc)^ e arilyn I3ranc Telephone Number: 972-772-7220 38 «..,, �: 39 40 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the by-laws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 0061 14-1 PA BOND Page]af2 SECTION 00 6114 2 PAYMENT BOND Bond#7993793 3 4 THE STATE, OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS- 6 COUNTY OF T § 7 That we, The Fain, -Groul!,, Inc. known as ".Principal" herein, and 8 Westfield] sma CQC a corporate surety 9 (sureties), duty authorized to do business in the to of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal. sum of One Million One Hundred Sevegly:Sight Thousand Nine Hundred ThijbLjou 13 and 50/100........m b Dollars lawful money of the United States, 14 to be paid in Fort Worth, Tarrant County, 'Texas, for the payment of is sum elf and truly be 15 made, we bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and 16 severally,firInly by these presents: 17 WHEREAS,Principal has entered into a certain written Contract with City,awarded the 18 15th day of December. 15 red to and made a part hereof for all 20__, which Contract is hereby refer 19 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other 20 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 21 designated as Renovation of the Fort Worth Nature Center and Wildlife Refuge Roardwal 22 #02214 23 NOW, THEREFORE, THE CONDITION OF TIHS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the or under 26 the Contract then this obligation shall be and become null and void; otherwise to remain in Ul 27 or and effect. 28 This and is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as wnended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTH F BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #02214 Revised July 1,2011 006114-2 PAYMENT BOND Page 2 of 2 1 IN WITNESS WHEREOF,the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 15th day of December,2015. 3 PRINCIPAL: The Fain Group,Inc. ATTEST: BY: gn ture ture ' (Prin pal) e c Name Title Address: -1616 N. Sylvania Fort Worth TX 76111 A Witness `Cs to incipal SURETY: We S t f,le 11�dlll p s nce Compan y ATTEST: BY: Si gnat Johnny Moss, Attorney-In-fact (Surety) Secretary Debbie K64 Name and Title Address: 555 Republic Dr. #450 Piano.TX 75074 WI ess lis,tb Slur6ty Nia—rilin ranch Telephone Number: 972-772-7220 4 5 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 6 bylaws showing that this person has authority to sign such obligation. If Surety's physical 7 address is different from its mailing address, both must be provided. 9 The date of the bond shall not be prior to the date the Contract is awarded. 10 END OF SECTION 11 CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 902214 Revised July 1,2011 i 006119-1 MAINTENANCE BOND Page l of3 I SECTION 00 6119 2 MAINTENANCE BOND Bond#7993793 3 _ 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we The Fain Group,Inc. known as"Principal"herein and 9 Westfield Insurance Company a corporate surety(sureties, if more than 10 one)duly authorized to do business in the State of Texas,known as"Surety"herein(whether one I 1 or more),are held and firmly bound unto the City of Fort Worth,a municipal corporation created 12 pursuant to the laws of the State of Texas,known as"City"herein,in the sum of One Million 13 One Hundred Seventy-eight Thousand Nine Hundred Thirt y-four and 50/100.... ..Dollars 14 ($1,1-7&,934.50), lawful money of the United States,to be paid in Fort Worth,Tarrant County, 15 Texas, for payment of which sum well and truly be made unto the City and its successors, we 16 bind ourselves,our heirs,executors,administrators, successors and assigns,jointly and severally, 17 firmly by these presents. 18 19 WHEREAS,the Principal has entered into a certain written contract with the City awarded 20 thel5th day of December,2015.which Contract is hereby referred to and a made part hereof for 21 all purposes as if fully set forth herein,to furnish all materials,equipment labor and other 22 accessories as defined by law, in the prosecution of the Work, including any Work resulting from 23 a duly authorized Change Order(collectively herein, the"Work")as provided for in said contract 24 and designated as Renovation of the Fort Worth Nature Center and Wildlife Boardwalk, 25 #02214 and 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two(2)years 30 after the date of Final Acceptance of the Work by the City("Maintenance Period"); and i 31 32 WHEREAS,Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. _. Crl S'OF FORT WORTH FN'NC BOAR—NALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #02214 Revised July 1,2011 006119-2 MAINTENANCE BOND Page 2 of 3 1 2 NOW THEREFORE,the condition of this obligation is such that if Principal shall 3 remedy any defective Work,for which timely notice was provided by City,to a completion 4 satisfactory to the City,then this obligation shall become null and void;otherwise to remain in 5 full force and effect. 6 7 PROVIDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond; and 11 12 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in 13 Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort 14 Worth Division; and 15 16 PROVIDED FURTHER,that this obligation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches. 18 19 20 i R i_ CITY OF FORT WORTH F WNC Bt7Al2DWALK RFpEV1 L&MENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS #02214 Revised July 1,2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF,the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 15TH day of December.20 15. 3 4 PRINCIPAL: 5 The Fain GE2Lp,Inc. 6 7 8 BY: 9 i atu 0 ;AQ-r- 12 a, R 13 rin ipa -ecretary LVame and Title 14 15 Address: 1616 N. Sylvania 16 Fort Worth TX 76111 17 14n19 Witness,as Principal 20 SURETY: 21 westfigki-ffis,il" nce Coinpaiw,7 22 23 24 BY: 25 a4ture 26 27 Johnny Moss,Attorney-in-fact 28 ATTEST: Name and Title 29 30 �12 L Address: 555 Republic Dr. #450 31, tirety)Secretary Debk IC C Y Plano TX 75074 32 33 'Witness 'i n Br Telephone Number, 972-772-7220 34 1 ure Branch 35 36 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 37 from the by-laws showing that this person has authority to sign such obligation. Ii 38 Surety's physical address is different from its mailing address, both must be provided. 39 The date of the bond shall not be prior to the date the Contract is awarded. 40 CITY OF FORT WORTH MNC BOARDWALK REDEVEL.Q�NT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 402214 Revised July 1,2011 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER#AND ISSUED PRIOR TO 06127114,FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 4220012 01 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents; That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to Individually as a "C y�I and collectively as "'Companies," duly 1p "o organized and existing under the laws Of the State of Ohio,and having its principal office in Wes2eld any"" Medina County,Ohio,do by these resents make,constitute and appoint TONY FIERRO,JOHNNY MOSS,JAY JORDAN,MISTIE BECK,JEREMY BARNETT,JADE PORTER,ROBERT G.KANUTH, JOINTLY OR SEVERALLY of ROCKWALL and State of TX Its true and lawful Attorneys)-in-Fact,with full power and authority hereby conferred In its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other instruments or contracts of suretyship- - - - - - - - -- - - - - - - - - - - - - - - - - - - - - - - -- - - I- - - - - - - - - - - - - - - - - - - - -- - - - -- LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GZA-RANTEE,OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed b the President,seated with the corporate seal of the applicable Company and duly ttested by Its Secretary, hereby ratifying and confirming all at the said Attorneys)-in-Fact may do in the premises. Said appointment Is male under and b authority of the followa resolution adopted by the Board of Directors of each of the T WE FIELD INSURANCE COMPANY,WESTFIELD NAT19NAL INS RANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: "Be ft Resolved,that the President,any Senior Executive,any Secretary or any Fidelity&Surety Operations Executive or other Executive shall be and Is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys)-in-Fact to represent and act for and on behalf Ythe Company subject to the following rovisions: The Attorney-in-Fact. may be given full power and authority for and in the name of and on behalf of the Company,to execute,acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity nd other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney-In-Fact shall be as binding upon the Company as if signed tir the President and sealed and attested by the Corporate Secretary." "Be it Further Resolved, that the sl nature of any such designated person and the seal of the Compang,heretofore or hereafter affixed to an power of attorney r any certificate relating thereto by facsimile,and ang power of attorney or certificate bearing facsimile signatures or facsitnZe seal shall be valid and binding upon the Company with respect to any ond or undertaking to which it Is attached." (Each adopted at a meeting held on Februar 8,2000). In Witness Whereof WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seats to be hereto affixed this 27th day of MAY A.D.,2014 - corporate ,.4.01........1, xi ONAk WESTFIELD INSURANCE COMPANY .'t..........%� IQ... ...Are, Seals WESTFIELD NATIONAL INSURANCE COMPANY 4Q Affixed y OHIO FARMERS INSURANCE COMPANY MITER&U%S rN Z . 1 a 1N SEAJ, i@1 ran J&% 1848 A-tz- . ............ State of Ohio By:Dennis P. Baus, National Surety Leader and County of Medina ss.: Senior Executive On this 27th day of MAY A.D.,2014 ,before me personally came Dennis P. Bads to me known,who,being by me duty sworn,did depose and sg, that he resides in Wooster, Ohio; that he is National Surety, Leader and Senior Executive of WESTFIELD INSURANCE COMPANY,WE TFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY,the companies described in and Mich executed the above instrument;that he knows the seals of said Companies;that the seals affixed to said instrument are such corporate seals;that they were so affixed by order of the Boards of Directors of said Companies;and that he signed his name thereto by like order, Notarial . ...... Seal Affixed David A. Kotnik, Attorney at Law, Notary Public State of Ohio 0 My Commission Does Not Expire(Sec. 147,03 Ohio Revised Code) County of Medina ss.: 0 e Poe Frank A.Carrino,Secretary of WESTFIELD INSURANCE COMPANY,WESTFIELD,NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said C,om anies,which is still in full force and effect;and furthermore,the resolutions of the Boards of Directors, set out in the Power of Attorney are n full for and effect. In Witness Whereof I have Ireunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this ay of 61 .0,;"0-1%-!RA&.Z1A(--0' s %*Sul ... .......Q ., J� SEAL , SEAL djv� Secrdary jg. W% 18419 im V -0 C oz, Fr k A. Carrino, Secretary BPOAC2 (combined) (06-02) ACX>RV CERTIFICATE OF LIABILITY INSURANCE DATE 2/ 21/ 2D0151 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Walker NE: Insurance Agency PHONE (972)771-4071 FAX _.... t72M r71....4an9 2255 Ridge Road, Ste. 333 EDMAILe dwa.lke0kandsins.com P. 0. Box 277 9NSUJfiERls)AFFORDING COVERAGE NAIC f Rockwall TX 75087 _ INSURER A:Ci.nci.nnati„ Insurance Conn an es 20677 ._. ...... INSURED INSURERB:Texas Mutual Insurance Co. 22945 The Fain Group, Inc. INSURER C __...........-....... . P.O. ox 750 INSURER D: lNStrRER E Ft or 76101 INSURER F: COVERAGES CERTIFICATE NUMBER:15®16 Std REVISION NUMBER: TI.-nS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAPPED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITFISTANDING ANY REQUIREMENT, "TERM OR CONDITION OF ANY CONTRACT"OR OTHER DOCUMENT V ATH RESPECT TO WHICH 11--IM CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, "ri-iE INSURANCE AFFORDED BY "I"IIIE POUCHES DESCRIBED HEREIN IS SUBJECT TO ALI... THE TERMS, (EXCLUSIONS AND CONDITIONS OF SUCI.1 POLICIES.LIFP rrs SI.iO MAY HAVE BEEN IREDUCII:ID BY PAID CLAIMS, .w_____._._................. _ ...._................ POLICY EFF POLICY EXF LTR TYPE OF INSURANCE INSR WVQ POLICY NUMBER MMIDDN MM/DDNYYY LIMITS GENERAL LIABILITY PP0060286 /1/203.,5 '/1/2016 EACH OCCURRENCE $ 1,000,000 ........... AL LIAMLI"I"k 33 02/07 — Al $ OS 500,000 C*IdCMISE E occurranc COMA AIMS MADC�:F diOOIJR PNE[1 L7C6 (Army�n�parsccn)-- $ 10,000 PElF SONAL&ADV INJURY. $ 1,000,000 GENERAL.AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIIMI"l APPLIES IF"ER: PRODUCTS..COMP/OP AGG $ 2,000,000 POLICY X PR LOC AUTOMOBILE LIABILITY EBA0060286 /1/2015 /1/2016 _09111 NE YN 7,L E LIMIT 1 OpO.U00 ANY AUTO 4172 09/09 _ Was IrODILY INJURY(Paulweeiraawiro( It ALLOC>YVNF'r.) SCHEDLILED AA4171 11/05 — AI BODILY WURY(PeermamtldW) $ AU.V°i'OS AUTOS NON-OWNED FROPF:R'lY DAMAGE HIRED AUTOS AUTOS Pae t7rvr:ude rnP $ NP Basic $ 2,500 X UMBRELLA LIAB Of CUI E�Paa602E6 /3./2015 /1/2016 EACH OCCURRENCE $ 5,000,000 EXCESS LIAB CI.AIMSMADE AGGREGATE $ 5,000,000 ........ .�. ....._. OE'D RE'i'E.NT*N$ $ �/ORr4ERSCOMPENSAT3ON SECP001220220 /1/2a1,S /1/2036 VW0."STATU- OTH- AND EMPLOYERS'LIABILITY OFFICERIMEMBEIR EXCLUDED? � NIA C420304B 6/14 WOS , µI CL .ACC° ET ' yE $ l' —e 00 ANY PROPRIE�I�°OTUPAIRTNFRIEXEUUTIVfE EAt,H AOaaruEN 000 00 (Mandatory In NH) L 1. to s.� EA EMPLOYEE $ 1,000 0 It yes,dascrbe undau DESCRIPTION OF OPERATIONS hwrsl'aw E L DISEASE.-POLICY LIMIT $ 1,000 000 DESCRIPTION OF OPERATIONS[LOCATIONS B VEHICLES (Attach ACORD 101,Additional Remarks Schedule,0 more space is required) Project. Name: Renovation of the Fort Worth Nature Center and Wildlife Refuge Boardwalk See above listing of additional insured and waiver of subrogation endorsement forms. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF„ NOTICE WILL BE DELIVERED I ACCORDANCE WITH THE POLICY PROVISIONS. City of Fort Worth 1000 Throckmorton Street or orth, 7 102 AUTHORIZED REPRESENTATIVE Johnny Moss/WALKFR ACORD 25(2010105) Q 1988-2010 ACORD CORPORATION. All rights reserved, IN 026axsroerungy'„gni 'Tha&rrl n n2ma anA rnnn 2rca raniafaraN marien of r°f1 n 0061 25- I CI-RI IFICATF OF INSIIRANCF Paee I of I 1 SECTION 00 6125 2 CERTIFICATE OF INSURANCE 3 4 5 6 /Assembler: For Conti-act Document execution, remove this page and replace with standard 7 ACORD Certificate of'lnsurance form.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1.2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT`.NORTH STANDARD CONS'TFRUCTCON SPFCIFCATION DOCUMENTS Revision:December 21.2012 STANDARD GENERAL CONDITIONS OF RE �`��� �� �������� ���`��������` ���~^ ` �..� ��. . TABLE OF CONTENTS Page Article I —Definitions and Tennino}ogy___.^.....~........._~.^^_.__.-......~-~~...~...-...-..............-.,._.. ........ ~-..l 1/01 Defined Terms- ~_- ...........---.............. ................._.._.,.~....... ..._..~.....,.-...i ]]02 ................................... .................. 6 Article2 Preliminary MaUers_~~~~~-~~...~~~ ........ ~~~~~__~.~~_-_.....-.. ~__,-. ......... ...........7 2.01 Copies of Documents........................~,.._..^_...,._...~............................................_..^.....~............-._7 2/2 Commencement of Contract Time;Notice to Proceed_... ......... -........................~---~................7 2.03 Starting the Work~`.~~._~~—..~~ - '-~--~~~~-~- ~~`~~-~-.. 8 2.04 Before ...........~_..-..,...~.,~.~..................-_._......_.........._.............8 2.05 Preconstruction Conference.............. ........... ...... ...................^_~.-8 2.06 Public Meeting .................. ~~~~~ , ..... ,~~~_ 8 2.07 Initial Acceptance of Schedules................~.~....,......._.....^..........................._...-,._.-_~.............._8 A|-ticKe3—ContoucxZ>ocuMzetits: Intent,Amending,Reose.~....._.^-,.__ .....................,...-...._........~...............0 3.01 1 xt en L.��'. ..�................,.....'........~...— ........���.~...........�,.~~.~..�..�......~. 8 3.02 Reference S%andards..- .......... .~.-.,......................................._.~__....-_-.-._..,__-__..................4 3.03 Reporting and lZesoYv` ...............^^^.....~..-............ .. .............9 3.04 Amending and Supplementing Contract Docu0ments..-._.......... .....................................,.~.....-.~.-lA 3.05 Reuse of Documents.... ....__..~..._...-......................_..~...~..................._.__,.~......-.,.--._.lV 3.06 Electronic Data.............~.......~-,.~...~.....................~.~-..._.-_,-.~~-..-_......�_...............-............ ._}l Article 4—Availabilityof Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points—....~._.._..................... .,............... ....._..~.....~......-.._.~.,...-._..~...�ll 4.01 Availability of Lands..............................____ ...................... ...._..._......... ..~..-.......~.,...-~....,....Tl 4.02 Subsurface and Physical Conditions-.......-................~.._...._...,...~...,-~..................................._.,l2 4.03 DilferinwSubsurface or Physical Conditions.............................. .~..... ............ -..._._ ............._-}2 4.04 Underground Facilities....................................~,.,...............~,~_...__.... ..........._,..........._............l3 4.05 Reference Points......_-......,-..........................^�...................,.........................~.~..~..,..~_.........-l4 4.06 Ha7ardous Environmental Condition at Site............................................................ .............. ......... l4 Article5—Bomds and In0mmance....,.-..... ............... ,.................... -......_..~_.-....~..-.~,._____-.....~.~-..^�........l6 5/01 Licensed Sureties and Insurer, ...... .........................................._..........--- ....l6 5.02 Perfionnance, Payment, and Maintenance Bonds_,~~_~_ ............. 16 5.03 Certificates of Insurance........ .....,_.,,...._.._...,........,.._........-~.-..._..~_...~.................................16 5.04 Contractor's Kwsmmmnc#.._.-... ................ ................,._,.....III......... ._.,._,......................,,`__,,,,,_,,,,,]8 5.05 Acceptance of Bonds and Insurance;0I)1iVm&0 Replace... 19 Article 6—Contractor's Responsibilities ..............................................................._~...,..~.._..-.,.....-..,.. ............ .l9 6.01 Supervision and ._^......~......,.._,.............. .......... ,.,~.,~........~..~~-._.................. l9 CITY OF FORT WORTH S IANmARD(XYNSTRAICTION SPECuVATION DONTMENTS mevisim mmrcam*ffz1.20n2 6.02 LahorWorkin� Houo-------------------------------------.2O 6.03 Services, Materials, and Equipment...........................................................................................2O bO4 Project-'—/ SuhcUu|c----------------------------------------'21 6.05 Substitutes and ^1]rEouo|s.........................................................................................................2| 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates.................................................................................................................................. 6.08 Patent Fees and Royalties...........................................................................................................20 6.09 Permits and Utilities....................................................................................................................27 0]0 Laws and Regulations.................................................................................................................27 0] 1 Taxes ...........................................................................................................................................2B 6.12 Use o[Site and Other Areas .......................................................................................................2B 0.13 Record Documents......................................................................................................................29 0]4 Safety and Protection..................................................................................................................29 0]5 8m8tv Representative..................................................................................................................3O 0]0 Hazard Communication Programs .............................................................................................3O 0]7 Emergencies and/or Rectification...............................................................................................3O 0]8 Submittals....................................................................................................................................3/ 0]9 Continuing the Work...................................................................................................................32 020 Contractor's General Warranty and Guarantee..........................................................................32 621 Indemnification.........................................................................................................................33 022 Delegation of Professional Design Services ..............................................................................34 0.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article7—Other Work o1 the Site...................................................................................................................35 7.01 Related Work o1 Site...................................................................................................................35 712 Coordination................................................................................................................................30 Artiu|cB—Citv`s Responsibilities...................................................................................................................30 OD] Communications to Contractor...................................................................................................30 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ............................................................................................................................30 814 Lands and Easements; Reports and Tests...................................................................................30 8.05 Change Orders-----------------------------------------'30 81x6 Inspections, Tcsts, and Approvals------.-------------------------36 8.07 Lhobuionson City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program-------------------------------..37 Article 9—City's()bocrvo1ion8tutuoDmingConotruction-------------------------37 9.01 City's Project Representative .....................................................................................................37 9.02 Visits Vn Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................3B 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed-----------_------------------38 9.06 [}cciokonson0couircnucntoo[Con�uct [}ocunncnts and Acceptability of Work.....................38 CITY m FORT WORTH s/xmnAmoCONS Inocnowxpsc/FcA oowuocmwsmTS Revision:DecembLr2l,2012 Arti(.,,Ie ]Q-Changes in the Work;C[aim| ; Extra Work.... ~-~__-.........~~.^,,. ---.......... _........ ............. ~~38 10.01 Authorized Changes in the Work.......................----_.^..~,,,,,^_,,,,,^,,,,.,,,.,^,,,_~___,,^,^,~,,,^,,,,38 10.02 L}natthorizedCha0ges in the WoNrk._.~............ ....___.-............~........-................ ~_ .................39 10.03 F1'xeculion of Change Ordeis..~....~. ....... ._--^-.-....,...............,,,__~,,,,39 10l4Extra Work....~_.,~.~_.....................---_~~~_.___--~~..~.~~~~~~~~,~..__-_-_--..~~_.39 10.05 Notitication t0Swrnty...-..... ... ^........... ...~~~.,.~,..~.~~~-_...... .^_....~ .... ..^.......,.~.~.. ...................~39 10l6 Contract C[aims Process................~._.._- ......~......~.._,...~.....-.....-..~_........ -._............^......4Q Article Il -Cost of the Work; Allowances; Unit Price Work;Plans Quantity _~.....^^..-.....4l 11J01Cost of the Work...~.~~~_ ....... ^_^.~~~~~~~_.-.~~.- .........-.~_ .......____. ......-~.~...4l ll.02 Allowances,~._,_.......................---..........~~~.~...~...-.-.--.._ ............_....................... .............43 11.03 Unit Price Wkork..-...^.~....... - ......_.-___ .............................................-.-............._..~. ............ ~44 11J04 Plans Quwitity Measum:oze/ ..~-..............~~....~._~~....__~.__-~^. ..............~~-^^..^..~^. ..................4,5 ArtimjslZ-Chamge of Contract Price;Change of CDntrac1'Thirte..... ........... ......_~...~..................-~46 12J01 Change of Contract Price....... ....~~~.~~....~ ........~......................~~, ...................46 12J02Change of Contract ......--- ..........__.... __.._ ......................_-.__ ....__....47 12J03Delays,......... ................... .....~.~~.. .................. _._~~..~~._._~~..-~..~_.._-....~....~.~-......47 Article 13-Tests and Inspections; Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects .... _.~.......................................................~..........-...........................................^^48 l3J02Access 00 Work......... .............. ........................ .......~_. ............ ..........~.-....,...-.................... .48 13J03Tests and ... .... ~..................... ..................................._ ... .............. ~............................~~48 13.04 t Incovering Work..............,~~.~__.-._-~_~..__~~._~._.~.~..--.~_.,__....-......_~.~._-.,.......-..49 13J05 City May Stop the Work....... ~---..............................~.-----._-.~__-~__ .................................49 13J06 Correction 0r Removal of Defective Work...~.......~...^......^^............_. ................................~ .......5D 13.07 Cot-rcction Period................_,__ .......---................-.................�.~...~...........~.__~.........~..,~5Q 13J08 Acceptance of Defective Work..^......~~.....~...~...........~....^^.............................._........... ....,..~....5l 13J09 City May Correct Defective Work-._..... ..__-..~._...........-_.,,-.~,.~ ...... ... .................... .......5l Article l4-Payments to Contractor and Completion...........~-,_.-..,...........~.._..................................__....,_,52 14`01 Schedule of Values.......... ....._~.. ........... ....... .-_..~_........... ..,,~,^,~~,_,__,52 14.02 progress Payments .................... ............................ ,,,_~~,,,~~_.__ ~,~52 14.03 Contractor's Warranty of ........... ........,_......... ..._-............................ ......................54 14.04 Partial Utilization........................... ----......................................................................................._~5 5 14{Y5 Final ,_.............. -............ ....... _,~_~~_~_-~ ...... ......~_^_~,,~~,,~_~~,,~~^_, .....55 14.06 Final Acceptance...--^..~~.~.............~..........................-~.........._~_~~~.~........ ............. _ ........55 14J07 Final ................................ Final Completion Delayed and Partial Retainage Re1case............. .............. ........ ......................56 14J09Waiver of Claims........_....-......_ ............ ^..................................................._........................___.....57 Article 15 -Suspension of Work and Tcrminuati)o_--_ ............................~........ ............. ............... _-__57 15]31 City May Suspend Work ............... _ ............_-......57 15.02 City May Terminate for Cause.......',........ .._,~~_...,...~~_ _...~ ~,~~~~~_~~58 15J03 City May Terminate For Convenience............... ._....._,.....~..._.............................. .......~-. .....M0 Article l6-Dispute Resolution ..... ._-.....,~............ ......... ....^....-................... -~.,............_-...~...,,..,~....^~-^61 16.01 Methods and Procedures.,,^... .....~~~~~.~....~~~............ ...^....^....,__................-.........................6l CITY OF FOIrMORT11 ,VI'ANDAIUnCONSTRU��w��/�mumm����� R���:mw=m�n2l,20v� Article )7— Miscellaneous..............................................................................................................................b2 |7.0| Giving Notice..............................................................................................................................b2 \7.02 Computation o[Times................................................................................................................b2 |T03 Cumulative Remedies.................................................................................................................b2 |7.04 Survival of(}b|iomions...............................................................................................................b3 \7.05 Heading's......................................................................................................................................63 CITY m FORT WORTH STANDARD cows]nocrowxpsoprxoowDOCUMENTS Revision:Deomnbei­21,2012 007_110- 1 General Conditions Page I of(,3 ARTICLE 1 –DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed-defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. I. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos---Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line, electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH S'T'ANDARD CONSTRUCTION SPECIFCA HON DOCUMENTS Revision:Docember2l,2012 Genera�Conchhons Page 2 of'63 13. Change (h-tier -A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an acUtistment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. ('at y The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the or is to be performed. 15. Cit .y Attorney The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16., Wady Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager - , The officially appointed and authorized City Manager of the City of Fort Worth,TeXas, or his duly authorized representative. 18. Conli­acl Cliihn—A demand or assertion by City or Contractor- seeking an ad 11 J ustnient of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract.A demand for money or services by a third party is not a Contract Claim. 194 Conti-act- -The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations,representations,or agreements, whether written or oral. 20. Conlract Documents Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of suibsurf�ce and physical condlitions are not Contract Documents. 21, Coninact Price- -.-The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. (.7ontract Thne ..-The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and(ii)complete the Work so that it is ready for Final Acceptance. 23. (..."Ont)-actor,--The individual or entity with whom City has entered into the Agreemeni. 24. Com of the W6rk-.......See Paragraph 11.01 of these General Conditions for definition. MY OF FOR I'WOWn] FUANDARD CONSIRUCRION SPECIFCAIION D(KINENTS Pia;" ision:L)w=Lvr21,2012 00 72 00-1 General Conditions Page 3 of 6 3 25. Damage Claims - A demand for money or services arising from the Project or Site from a third party. City or Contractor exclusive of a Contract Claim. 26. Day or day–A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation – The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services – The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of'Planning and Development – The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works – The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department – The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings--That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement—The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work – Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36.Field Order—A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance – The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION D(MIMEN IS Revision:December2l,2012 007200 1 Geneval Con&fions Page:4 of'63 38. Final InsImc-tion -- Inspection carried out by the City to verif that the Contractor has cornpleted the Work, and each and every part or appurtenance thereof, hilly, entirely, and in conformance with the Contract Documents. 39. General Requiremena- �Sections of Division I of the Contract Documents. 40. Hazardous Environmental Conditiow—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. flazarclons, K'asle—l-lazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations - Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurim-liction. 43. Liens--Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. AY(4jor Item—An Item of work included in the Contract Documents that has a total cost equal to or greater than 5%of the original Contract Price or$25,000 whichever is less. 45. Milestone -A principal event specified in the Conti-act Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of.Award The written notice by City tote Successfid Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perlonn, the Work specified in Contnwt Documents. 48. ails Polychlorinated biphenyls. 49. Petro/eum.—Petroleurn, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-11 wzardous Waste and crude oils. 50. Plans—See definition of Drawings, MY OF FORTWORITI STANDARD CONSTRUCrION SPECIII'VATION DOCUMENT!.'� Revasion:Dawnkn21,2012 00 72 00- 1 General Conditions Paec 5 of 63 51. Project Schedule---A schedule, prepared and maintained by Contractor, in accordance with the General Requirements. describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Projecl—The Work to be performed under the Contract Documents. 53. Project Represemative—The authorized representative of the City who will be assigned to the Site. 54. Public Meeting An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Malerial—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours – Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday(excluding legal holidays). 57. Samples—Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of•Submillals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site—Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights-of-way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications—That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFC'ATION DOCUMENTS Revision:Dmmber2l,2012 00'72 00..B Generkfl Con&ms Page 6 of 03 63. S'ubiniltalv—All drawings, diagranis, illustrations, schedules, and other data or infOrmation which are sj�xcifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Succes�fzd Biride)—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. S'uperinlen(lent – The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. S'uppleynenlaijr Condition.v –That part of the Contract Documents which amends or supplements these General Conditions. 67. Sypplier---.A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Conti-actor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. (Jntlerground P"acilitiav- All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water,other liquids or chemicals,or traffic or other control systems. 69. tMil Price Nlork - See Paragraph 11.03 of these Gieneral Conditions for definition. 70. ffeekend JforkinAr Hours Hours beginning at 9:00 as and ending at 5:00 p.m., Saturday, Sunday or legal tioliday, as approved in advance by the City. 71. PPork--ne entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. or includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working.Dqy- .A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 as and 6 p.m. 1.02 Terminology A.. The words and terms discussed in Paragraph 1.02.13 through E are not defined but, when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of'Certain Terms or Ac#ec1A?cs: MY OF FOR,MORT]I STANDARD CONSTRUCTION SPEOWNT➢ON D(XINEINTS Revisiow D*=W21,2012 0072'00- I General Conditions Pace 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2—PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contrael Time: Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPFC'IFCATION C)CX'UMEN"I.S Revision:Dty mber2l,2012 W 72 00-I G neraa Con&ions Page 8 of 63 2.03 Slarling'the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Slarling Construction Baseline Schedules.- Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction('Onference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Accepleince oj"Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents, ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complernentary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be interred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections, may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall,"" ..in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format oft e MY OF FORTWORTI I SIANDARD coNsiituc-nON SPECUCKnON DOCUM]NTS Revision:Da,=NY21,2012 007200-1 General Conditions Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No Such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work. Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUNIFNTS Revision Dmernber21.2012 0072 W-I GeneraU Co ndkions Page i0 ot'63 6.17.0 until an amendment or SUpplernent to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof, B. Resolving Diserernincies: I. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall talce precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier(whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3004 Amenefing and,5upl?lemenfing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the IN lowing ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C);or 3. City's written interpretation or clarification. 3.05 Reuse ofDocunients A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions;or 2, reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Protect or any other project without written consent of City and specific written verification or adaptation by Engineer. MY OF FORT WORTH STANDARD CONSTRUCTION SPECUKADON DOCUMENTS.' ReAsion:Fkxmba 21,2012 00 72 00-1 General Conditions I'aae I I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of LantA A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPFCIFCATION DOC'UMENT'S Revision.December2l,2012 Gegwra�Conthoons Page�2 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment.. 4.02 Subsurfime and llhysical(7ondilions A. Reports and Drawvingrs: The Supplementary Corlditions identify: 1, those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Docurneni.s. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, member%, partners,employees,agents,consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor., and safety precautions and programs incident thereto; or 2u other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings;or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions,or information. 4.03 D4fering,5ijbsu f ace or Physical Conditions A. (alice.- If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any"technical data" on which Contractor is entitled to rely as provided in paragraph 4.02 is materially inaccurate; or 2m is of such a nature as to require a change in the Contract Documents;or 3a differs materially from that shown or indicated in the Contract Documents; or 4, is of an unusual nature, and differs materially from conditions ordinarily encountered and generally, recognized as inherent in work of the character provided for in the Contract Documents; crrYoFi:oit,rWORT14 STANDAW)CONSTRUCTION SPE('IFCAIION MXTMEN'n' Revision:Dwa4xr2l.,2012 'wrz0m'/ 6evm/o"nd.,mm PaLeuot'm then Contractor shall, promptly after becoming aware dx�r�o[ond h�h)cc fbMh�� disturbing the Subsurface orphysical conditions or in� any Work in connection therewith (except in an emergency as required by Puru�roph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not he entitled to any adjustment in the Contract Price or Contract Time it l. Contractor knew of the existence of such conditions at the time Contractor made a Onu| commitment to City with respect to Contract Price and Contract Time by the submission of Bid oc becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as occsu|t of the examination of the Contract Documents or the Sitc', or 3. Contractor failed to give the written notice as required by Pucugaph 4.03.&. 4.04 Underground Facilities A. Shmvvx orIxuYcutx& The inh)onu1ion and data shown or indicated in the Contract Documents with respect to existing Underground Fuoi|ibcx at or contiguous to the Site is huxcd on in[hona1ion and data furnished to City or Engineer by the owners of such Underground FuCi|idcn, including City, or by others. Un|cxx it is otherwise cxpccxdy provided in the Supplementary Conditions: |. City and Engineer xhoO not be responsible for the accuracy or completeness of any such infbonu1ion or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor xhu|| have full responsibility for: u. reviewing and checking all such infhnnu1ion and data; h. locating all Underground Facilities shown ocindicated in the Contract Documents; c coordination and adjustment of the Work with the ovvnccx of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and ccpuihog any damage thereto resulting from the Work. B. Not Shown orIndicated: (. If an Underground Facility which conflicts with the Work is uncovered or n:vcu|cd at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly uficrbecoming uvvun: thereof and he[hn: ftirther disturbing conditions affected thereby or pecyhoniug any CITY or FORT WORTH STANDARD cowsTxocnomuvsC/rcAnowDOCUMENTS Revision:December2l,2012 CCU r2,00-� GeneTA CondAions Page 14 of 63 Work in connection therewith (except, in an emergency as required by Paragraph 6-177), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to is a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City, concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a rninirrium of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Rqference Points A. City shall pn,)vide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed byte Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment duet e Contractor. 4.06 flazarelbus Environmental Contlilion at Site A. Reports and Drai vin gs: The Supplementary Conditions identify those reports and drawings known to City relating to I-Iwzardous Environmental Conditions that have been identified at the Site. B. Limiled Reliance by Contractor on Technical Data Authorize& Contractor may rely upon the accuracy of the ",technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,niernbers, partners,employees,agents,consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CrT 'CAF rORT WOO TH 91ANDARD CONSINUCTION SPEETCAY]ON DO(AMEMPS Rvvisiow DambLr21,2012 m,zz0m'/ General Conditions Pape oofm construction to be cmpk`vcd by Contractor and xuKetv precautions and programs incident thereto, or 2. other doto interpretations, opinions and information contained in such reports or shown or indicated in such drovvin�s, or l any Contractor interpretation o/orconclusion drawn from any "technical data" orany such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown orindicated in Drawings oc Specifications oridentified in the Contract [)ocunuon& 0o be within the scope of the Work. Contractor shall be responsible for u Hazardous Environmental Condition created with any ouu1ohab brought to the Site by Contractor, Subcontractors, Suppliers, or anyone o/so for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or uuyouo for vvbonn Contractor is responsible creates a8azardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an onnorgoucy an required by Paragraph 6.17./k); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain oqua1ificd expert to evaluate such condition or take corrective action, ifany. E. Contractor nho|( not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area in or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. /f after receipt of such written notice Contractor does not agree 0n resume such Work based ona reasonable belief it in unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that in in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. 7b the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hu6/ harmless City,ftom and against all claims, costs, losses, and damages (including but not limited komY /@ex and charges m'engineers, architects, attorneys, and other professionals and all court or arbitration or other ui�nxto reu//o/6on costs) arising out of or r*/u//ng to u 6azunubxx L'oviroxmem/u/ Conu6//um ,ncu/c'/ by Contractor or by anyone for vvhu/n Lbm/ruc/ur is nvspmxw/6& Nothing in this Paragraph 4.00.G uho8 uh/igu/e Contractor to indemnify any individual or entity ftnm anti against the consequences of/hu/ individual's or entity's own negligence. B. The provisions of Paragraphs 4.O2, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed o1 the Site. CITY or FORT WORM. STANDARD CONS ruucnowmpsc/rcxnomoocoMcmTa Revision Decmber2l,2012 007200, 1 Gwnerai Conditions Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sur elies and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Pa)iinent, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payinei-it of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract, Price as security to protect, the City against any defects in any portion of the or described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. Co All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of"Companies I lolding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety and Branch, U.S. Department, of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-factr signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.0, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 CerlificalasofInsurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. MY OF FORTWOR-n I STANDARD CONSTRUC11ON SPEVIKA110N DOCUMENBS Revision:D=rntw2l,2012 00 72 00- 1 General Conditions Paec 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location endorsement, which shall be identified in the certificate Of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety. and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR). in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUC'HON SPLCIFCATION DOCUMI"N"I'S Revision December21.2012 Ggeneiral Cond nuns Page t 8 of 63 lieu of traditional irtsurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide cover-age on a first-dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable a4justi-nents to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industn, as well as of the contracting party tote City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City all be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to confonvi the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy pawisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct paynient of insurance premium costs for Contractor's insurance. 5.04 C()nlraclor's Insurance A. Workers Compensation and Employers' Liability Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor ("ode, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being perfiarmi.ed and as will provide protection from claims set forth below which may arise out of or result from Contractor's perforinance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2, claims for damages because of bodily h1jury, occupational sickness or disease, or death of Contractor's employees. B. Commerci'al General Liabdit .y. Coverage shall include but not be limited to covering liability (bodlily injury or property daniage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other MY OF FORT WORTH STANDARD CON STRUCTION SPE C'1rCA'110N1 MCI JMENTS Revision:Domba-21,2012 007200- 1 General Conditions Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT`VOR T'H STANDARD CONS"'I"RUCTION SPECIFCATION DOCUMENTS Revision:Do=ber2l,2012 W 72 00-I Gen err Condft ons Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the satbty or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be perfon-ned during Regular Working Hours. Contractor will not permit the performance of or beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 1, for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. ® 3 Services, Materiarls, rand.E'quipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests)as to the source,kind, and quality of materials and equipment. CITY OF MR71'WOKM STANDAM)CONSTRIX"11ON SPECIFCATION DOCLMEN VS Revision:DwemlxT21,2012 00 72 00-1 General Conditions Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions Of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals" A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification Or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item Or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. 1. "Or-Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if- a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONS"I'M IC LION SPF'CIFCATION DOCUMFN"I'S Revision:Dee mber2i,2012 M72.M- t General Cod�fions Page 2n2 of 6I 2) it will reliably perforrii at least equally well the function and achieve the results imposed by the design concept of the completed Protect as a functioning whole; and 3) it has a proven record of perforniance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Szibstituie Items.- a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.,05.A.1, it may be submitted as a proposed substitute item. b. Conti-actor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equiivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. (..ontractor shall make written application to City for review of a proposed substitute item of material or equipment that Conti-actor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall ceti.i6r that the proposed substitute item will: a) perforin adequately the functions and achieve the results called for byte general design; b) be similar in substance to that specified; c) be suited tot e same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prqjudice Contractor's ad"lievernent of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CrrYOF FORT WORM STANDARD CONS FRUCTION SPI,"CIFCATIONI MXXIMENTS Revision:Dw=tvr21,,20L2 00 72 00-1 General Conditions Pape 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.13. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUC'HON SPECIFCATION DOCUMENTS Revision:Decernber2l,2012 00 72 00-u Genera)Condifims Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorponated to the Contract by Change Order. H. Time&tensions:No additional time will be granted for substitutions. 6.06 (,'opiceniiiig,5iibconircit,,Iorv, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against who City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the or against who Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.Q. C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions, D. Business Diversity .Enter wise Ordinance C'ompl'iance: It is City policy to ensure the full and equitable participation by Minority and Small Business Enterprises (MBE)(SBE) in the procuremenit of goods and services on a contractual basis. If the Contract Documents provide for a MBE and/or SBE goal, Contractor is required to comply with the intent of the City's Business Diversity Ordinance(as amended)by the following: 1. Contractor shall, upon request by the City, provide complete and accurate information regarding actual work peifonned by a BE and/or SBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in deban-nent in accordance with the procedures outlined in the Ordinance, 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the ontractor that will substantiate the actual work performed by an MBE and/or SBE. Material misrepresentation of any nature may be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for (,ontractor's own acts and omissions. Nothing in the Contract Documents: MY OF FORTWORTH STAIL11DAM CONSTRUCnON SPECI FCATION DOCI IMENUS Revision:LkwYAW21,2012 007200- 1 General Conditions Page 2�of 63 1. shall create for the benefit of any such Subcontractor. Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECII-CATION DOCUMENTS Revision:Decanber2l,2012 00 72 U.)-I GehieirM(..''ondifions Page 26 of 63 D. Arbitration Required if Violation Not Resolved An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected, worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial deten-nination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period oft ee (3) years following the date of acceptance of the work, maintain records that show (I)the name and occupation of each worker employed byte Contractor in the construction of the or provided for in this Contract; and (ii)the actual per them wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection., F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258,Texas Government Code. G. Posting of Wage Rates, The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the or or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others, If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance oft e Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents, Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify n d of harmless City,frown and against all claims, costs, losses, and damages (including"but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arisitkg out of or relating to any infi-ingementof patent rights or copyrights incident to the use in the I)eiformance of the Work or resullingfrom CITY OF FORT"WORM STANDARD CONSfRUC'fl1ON SPECIFCATION DOCUMENTS Revision:Demnbef 21,2012 00 72 00-1 General Conditions Page 27 of 63 the incorporation in the Work of any invenlion, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUC HON SPECIFCATION DOCUMENTS Revision:December2l,2012 M 72 00-I GcneraQ Condifions Page 28 of63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility, to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and infori-nation may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX 78711;or 2. htt 2L//www.window.state.tx.us/taxirifo/taxLorrqs/93-forms.htmI _ – —.— 6.12 Use of�Vle and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment,the storage of materials and equipment, and the operations of workers to the Site and other areas perniftled by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCUON SPEICIFCATION DOCUMENTS Revision:Deemnber21,2012 007200-1 Gcneral Conditions Pate 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work. Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of'or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of' the Work. During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CI Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMEN`1"S Revision:Dec=ber21,2012 Gerwi,W Conditions Page 30 of 63 take all necessary precautions for the safety of, and shall pro�vide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the or and materials and equipment to be incorporated therein, whether in storage on or off the Site;and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation,or replacement in the course of constructioni. B. Contractor shall comply, with all applicable Laws and Regulations relating to the safety of persons or property, or t o t he protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of 1.)r nderground Facilities and other utility owners when prosecution of the or may affect them, and shall cooperate with them in the protection, removal,relocation,and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety progi-ams, if any. D. Contractor shall inform City of the specific requirements of('ontractor's safety program, if any, with which City's employees and mpresentatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of the to perform any oft e Work,or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F, Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Sqfely Rel7resentative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 114zw-d Communication Prog?-ams Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Itegulations. 6.17 Fniergencies andlor Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto,. Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FoR'r womit STANDARD CONSTRUCIRM SIDE CIT'CAMON M)CUMENTS Revision:Dewnt=21,2.012 007200- | General Conditions Page z/ m^3 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City dc0cnoincs that a change in the Contract Documents is required because ofthe action taken by Contractor in response to such an emergency, aChango Order may be issued. B. Should the Contractor fail to respond to u request from the City to rectify any discrepancies, omissions, or correction necessary tnconform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. 1n the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal tothe entire costs for such ronuodio| action, plus 25%, from any funds due orhoconoo due the Contractor on the Project. 6.18 Sobnndta1r A. Contractor shall submit required Submittals to City for povicvv and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will bc identified oo City may require. ). Submit number ofcopies specified in the General Requirements. 2. Data shown on the Submittals will be cmnp|ctc with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, nuo1crio|s, and equipment Contractor proposes to provide and to onob|o City to review the information for the limited purposes required by Paragraph 6.l8.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose o[shopviog the installation in greater detail, their review shall not czouso Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon vvbiob the City is not ospootod to conduct review or take responsive action may boso identified in the Contract Documents. 6. Submit required number of Sonup|cn specified in the Specifications. 7. Clearly identify each Sample asto nnoioriu|, Supplier, pertinent data such oo catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the |inuiied purposes required by Paragraph 6.l8.C. CITY or FORT WORTH STANDARD CONSTRUCTION upsorcxnowDOCUMENTS Revision:Decmber2l,2012 007200-1 Genera�Condflions Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work pertbrmed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor.. C. City's.Reviel4l: 1. City will provide timely review, of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, contiorm to the information given in the Contract Documents and be compatible with the desig)a concept of the completed Protect as a functioning whole as indicated by the Contract Documents., 2® City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accornpanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents, 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the or and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6® 0 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1m abuse, modification, or improper maintenance or operation, by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible;or CFTY OF I-C)RTWORTH STANDARD CONSMUCIION SPECIFCA110N MA MEN I s Revimorr Dwmi1 21,2012 00 72 00-1 General Conditions Page 33 of 63 2. nonnal wear and tear under normal usay„e. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: I. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMFINTS Revision:Deo=ber21,2012 Geneial Conditions Pa,e 74 of'63 E q . + <N , T P " TF D BE , 11 IVF EVEN I ALLE.CILD QB PRQYEN ILUT ALL QB F THL DAMAQES BEING , 'IIT WERE CAUL'ED, IN WHOLE OR IN PAR'T", BY ANY ACT, C)IVIISSION OR NEGIJIC ENCE OE THE CITY. 6.22 Detegation o°f l"rofej,.s°sir nal Design Services A. Contractor will not be required to 'provide 'professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities, for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seals all appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related tote Work designed or certified by such professional, if prepared by others,, shall bear such profe'ssional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals perforwned by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satis'ty. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design. drawings will be only forte limited purpose of checking for conforinance with perforn'rance and design criteria given and the design concept expressed in the Contract Documents. City's review d acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Conti-act. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contactor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the previsions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent basks, documents, papers, and records of such Subcontractor, involving transactions to e subcontract„ and further, that City shall have access during Regular Working Hours to all CITY OF FORT Wf brb°r'Fr s°TANDAIM r:ONsIRU.MON sATUFC A°ION DOCUMEN rs Revision:Dwantw21,2012 00720o- I General Conditions Page 35 of63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title V1, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 Genva�Condilmns Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions.- 1w the individual or entity ity who will have authority and responsibility for coordination of the activities among the various contractors will be idetifified; 2. the specific matters to be covered by such authority and responsibility will be itemized;and 3w the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—C ITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Docurnents. &03 Pay When Due City shall make pa. ent:s to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 InsI)ections; Tests, and Ajq)roval s City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. MY OF FORT WORTH S'TANDARD CONSTRUCTION SPECIFCATION M7UMENTS Revision:Downbar2l,2012 00 72 00-1 General Conditions Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Representative will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Representative will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD CONST'RUCT'ION SPECII CATION DOCUMFN"I'S Revision:Deoember2l,2012 M 72 00-d General CondWmis Page 38 of 63 9.03 Authorized Variatiomv in Work City's Project Representative may authorize minor variations in the Work korn the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functionirtg whole as indicated byte Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting of rtive Work City will have authority to reject Work which City's Project Representative believes to be defective, or will not produce a completed Project that conforms tote Contract Documents or that will prejudice the integrity of the desigjii concept of the completed PrqJject as a finictioning whole as indicated byte Contract Documents. City will have authority to conduct special inspection or testing of the or as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Deterininations for Work Performed Contractor will determine the actual quantities and classifications of Work perfonned. City's Project, Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City"s written decision will be final (except as modified to reflect changed factual conditions or more accurate data), 9.06 Decisibns on Requirements(#Vontract Documents and Acceptability qf Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the or thereunder. B. City will render a written decision on any issue referred, C. City's written decision on the issue referred will be final and binding on the Contractor, sttbject to the provisions of Paragraph 10.06. ARTICLE 10 CHANGES IN THE WrOJW; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor all pmrnptly proceed with the Work involved which will be perlbrtned under the applicable conditions oft e Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of or not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH S]ANDARD CONSMUCTM)N SPEUICK110N DOCIMENTS, Rmis�on:D=nNY21,2012 007200-1 General Conditions Pape 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC.IFCATION DOCUMEN"1'S Revision.Decernber21,20)2 007200 .1 Geneva�Condftwns Page 40 of 63 10.06 (_'o),m-act Claims Process A. ✓ity's Decision Required, All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Itegulations in respect of such Contract Claims. B. Nolice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adJustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response tote Contractor within 30 days after receipt oft e claimant's last submittal (unless Contract allows additional time). C. City' .Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any,take one oft e following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Conti-act Claim;or 3. notify the Contractor that the City is unable to resolve the Contract Claim if in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Clain-i, such notice shall be deemed a denial. CITY OF F(MT WOO 11 f STANDARD CONSTRUCTION SPEC]FCATION DOCUMENTS Revision:DwnnIxr2I,2012 007_'00- 1 licneral Conditions Paec41 of63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11 —COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.13, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55%markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DO(UMI-'.N'rS Revision:Decernber21,2012 00,12,00-I GenerO C'onchuons Pape 42 of 63 4. Payments made by C.ontractor to Subcontractors for Work perfimned by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consurned which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable,and royalty payments and fees for permits and licenses. e. I.,.,osses and damages (and related expenses) caused by damage to the Work., not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and dainages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of the or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT NVOK11i STANDARD CONSTRUCTION SPEC IFCATION DOCUMENIS Revision:Lkamber21,2012 007200-I General Conditions Pafle 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.I or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work. disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work,Contractor's fee shall be determined as set forth in Paragraph 12.01 I.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs I LOLA and 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision.Deeember21,2012 (9)72 M-I GeneW Ca.ndifions Page,44 of 63 a° the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses conternplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Conlingenej; Allowance: Contractor agrees that a contingency allowance, if any, is forte sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual arnounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified its of Unit Price Work times the estimated quantity of each its as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guiaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Detenninations oft e actual quantities and classifications olUnit Price or performed by Contractor will be made by City subject t o t he provisions of Paragraph 9.05. C. Each unit price will be deemed to include an arnount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required, for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adJustment in the Contract Price in accordance with Paragraph 12.01 ifi 1. the quantity of any its of Unit Price Work performed by Contractor differs inaterially and significantly from the estimated quantity of such item indicated in the Agreement;and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increarsed or Decreaved Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.0 1. I If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents., the altered work will be paid for at the Contract unit price. MY OF FORT WORTH SIANDARD CONSIRUC110N SPECIFCA1110N IX)CUMENTS Revision:MmnW21,2012 00 72 00-I General Conditions Pace 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION D(K'UMEN IS Revision:December2l,2012 00 72 00 � GennaN C nchlions Page 46 of 63 E. For callout work or non-sitc specific Contracts,the plans quantity measurenient requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change ofConlract Price A. The Contract Price may only be changed by a Change Order. B. The value of any or covered by a Change Order will be determined as follows. 1, where the or involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03);or 2m where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.0.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered, by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.Q., C. (.".ontraclor's Fee.- The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee;or 2m if a fixed fee is not agreed upon,then a fee based on the following percentages of the various portions of the Cost of the Work: a, for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; bo for costs incurred under Paragraph 11.0 LAA and 11.0 1.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the is of Cost of the or plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.0l.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever cn,y OF FORT WOR111 STANDARD CONSTRUCTION SPEC IFCA110N DOCUMENFS Revisaow Damnber2l,2012 w.rz,x`' / (="uu/u"nd^w* m,-,c:wm tier, will bc paid u fee of 15 percent of the costs incurred bv such Subcontractor under Paragraphs \ |.0l.&.l and | |.U|.&2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the arnount paid to the next lower tier Subcontractor, however in no case shall the uunoulu1ivctotal of fees paid be in excess of25Y6' , u. no fee shall be payable on the basis of costs itemized under Paragraphs | |.0|.&.h, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net dcurcaoc in cost will be the amount of the uutuu| net dcurcuoc in cost plus o deduction in [on1ruu1or`o fee by an amount equal 10 five percent (5Y6) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only bc changed byo Change Order. B. No extension of the Cou1nuc1 Time will be allowed for Extra Work or for u)uinVcd delay uu)coo the Extra Work uontcoup)o1cd or u1uinmcd delay is shown to be on the critical pu1b of the Project 3ubcdu1c or Contractor can obovv by Critical Path Method uoo|ysio how the Extra Work or claimed delay adversely affects the critical path. 12.03 l)e/v,x A. Where Contractor is reasonably delayed in the performance or completion of any port of the Work within the Contract Time due 0o delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay ifu Contract Claim is nuudc therefor. [)c1uys beyond the control of Contractor ohu11 include, but not be limited to, acts or neglect by City, uc10 or neglect of utility owners or other contractors performing other work om cou1cnup|o1cd by Article 7, fires, floods, epidemics, aboonno| weather conditions, or acts of God. Such an oc6us1ouco1 ohu1| be Contractor's oo)c and exclusive remedy for the do1oyo described in this Paragraph. B. If Contractor is delayed, City sbo|| not be 1iub1c to Contractor for any claims, costs, losses, or damages (including but not limited toall fees and charges ofengineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled 10 on uJiuo1nmco1 in Contract Price or Contract Time for dc|oyo within the control of Contractor. Delays attributable 10 and within the control of Subcontractor or Supplier shall be deemed 10 be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable cxbu cost to the Contractor is caused by the failure of the City to provide information or material, if any, vvhiob is to be [boniybod by the City. CITY op FORT WORTH STANDARD CONSTRUCTION srsopcxTmmuoroMcwra Revision.DeLembei-21,2012 00 72 00-Q GenerA(.7ovi&km Page 48 of 63 ARTICLE 13—"T"ES"TS ANDINSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defiwls Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 A ccess to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access tote Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions, for such access and advise them of Contractor's safety procedures and programs sot at they may comply therewith as applicable. 13.03 Tests and Insp ections A. Contractor shall give City timely notice of readiness of the or for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having Jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation ('rD]-,R,) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work.; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing') for any pad of the Work, as determined solely by City. 1, City will coordinate such Testing tote extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a `fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. MY OF FOR MOR111 STANDARD CONS'MUCTION SPECIFCA,nON DC)CAWNTS Revision:[kcantxT21,2012 w7c/w' | :m"ulomu^mm Paue 49m63 3. Any amounts owed for any retest under this Section 13.03 D shall be oukj directly to the Testing Lab by Contractor. City will forward all invoices for retests to Cnnlructor. 4. If Contractor fails to pay the Testing Lab. City will not issue Final Pmvnocnt until the Testing Lab ispaid. B. If any Work (or the work of that is to he inspected, tested, or approved is covered by Contractor without written concurrence ofCity, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work os provided in Paragraph 13.03.5 shall hco1 Contractor's expense. G. Contractor shall have the dgbi to noukc o [ooiruui C|uino regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary\othe Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and rcp|uucd at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. |. If it in found that the uncovered Work is defective, Contractor shall pay all claims, costs` losses, and daouugcn (including but not limited 10 all fees and charges ofengineers, architects, attorneys, and other professionals and all court or other dispute resolution coain) arising out of or relating 10 such uncovering, exposure, observation, inspection, and testing, and of satisfactory rcp|ucenocot or reconstruction (including but not limited to all costs of repair or rep/mocnucnt of work of others); or City nbu/) be entitled to accept defective Work in accordance with Paragraph 13.00 in which cunc Contractor sbu|| uli|/ be responsible for all costs unmoo/uted with exposing, observing, and tcndog the defective Work. 2. If the uncovered Work is not found tobedefective, Contractor shall be allowed an iucrconc in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop/ho Npbrt If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perfoon the Work in such u vvuy that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the port of City to exercise this right for the benefit of Contractor, any CITY or FORT wn:ro STANDARD CONSTRUCTION s,sc|pcxT/owDOCUMENTS Revision Docembei-21,2012 00"12,00- I GenerM Comhfiws Page 50 of 63 Subcontractor, any Supplier, any other individual or entity,or any surety for, or employee or agent of any of them. 13.06 Correction or Removal ofDqfivive Work A. Promptly after receipt of written notice, Contractor shall correct all detective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and daniages (including but not Bruited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the to of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any,on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the it-pair of any darnages to the land or areas made available for Contractor's use by City or pennitted by L,aws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas;or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Prcject and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the or of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage,, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced, All claims, costs, losses, and darriages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. MY 0.F FORTWORIT] STANDARD CONSTR ➢CI]ON SPECIFCATION DOCUMENT'S Rev lion:[kwnbLT21,2012 m.r0m'/ (jeum/o"nd^ions Pauen "/m C. In special circumstances v/bcrc o particular item of equipment is placed in continuous service before Final of all the Work the correction period for that iton may start 0o nun from un earlier date ifso provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City sbo1| provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing o Contract Claim, pursuant to Paragraph |O.Oh. B. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as u substitute for, or waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Axxeptuncem'I)efect/ve Work If, instead of requiring correction or ncnoovul and rcpluocnocnt of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and dunougcs (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. {f any such acceptance occurs prior to Final Acceptance. o Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be cnddcd to on appropriate decrease in the Contract Pricc' reflecting the diminished value of Work soaccepted. 13.09 City May Correct Defective Work A. |f Contractor fails within o reasonable time after written notice from City to correct defective Work, orto remove and replace rejected Work os required by City in accordance with Paragraph 13.06.&, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Punugnupb 13.09, City shall proceed expeditiously. In connection with such corrective or pcnocdiul action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all nootchols and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but vvbioh are stored clscvvbcrc. Contractor shall u||ovv City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to czcncisc the rights and remedies under this Paragraph. C. All claims, costs, losses, and dunougcs (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY vr FORT WORTH STANDARD CONSTRUCTION srcc/pcmnowDOCUMENTS Revision Dwmber2l.2012 Genend(''o n dmons Page 52 of 63 costs), incurred or sustained by City in exercising the rights and remedies under this ParaW2aph 13.09 will be charged against (..,ontractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Conti-act Time because of any delay in the perforrnance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09, ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2007 will serve as the basis for progress payments and will be incorporated into a fon-n of Application for Payment acceptable to City. Progress payments on account of Unit Price or will be based on the number of units completed. 14.02 Progress Pqynienls A. AI)lVicationsfor Payments: I. Contractor is responsible for providing all information as required to become a vendor of the C N ity. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the is of materials and equipment not incorporated in the or but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payinent, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the (.1ontract Documents. CITY OF FORT WOR T)I STANDARD CONS'rRuc-nON SPECIFCA'TION D(..X'IJMT-q,rs Revision:DwinbLy 21,2012 '*72,m' / (leu" Coa.'mm Pauenw6� B. Review |- City v/UL after receipt of each Application for Payment, either indicate in v/hdng u recommendation of payment or return the Application to Contractor indicatin , reasons for refusing puymcnL In the latter ouyc Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an /\pp|iuu1inn for Payment will hc based nn City's observations of the executed Work, and on City's ncvicv/ of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: u. the Work has progressed to the point indicated; h. the quality nfthe Work io generally in accordance with the Contract {]oourucnto (subject to an cvu)uu1inn of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests cu))cd for in the Contract Documents, a final dc{cnminu1ino nf quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated iu the rcoorurucodudnn). 3. Processing any such payment will not thereby be deemed to have represented that: u. inspections nuudc 10 check the quality or the quantity of the Work as it has been performed have been exhaustive, extended tn every aspect o[the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City iothe Contract Documents;or b. there may not be other matters or issues between the parties that might entitle Contractor tohcpaid additionally by City nr entitle City towithhold payment to Contractor, or o. Contractor has complied with Luv/o and Regulations uppliouh|c to Contractor's performance of the Work. 4. City may ncOuoc to process the whole or any part of any payment because of subsequently discovered evidence or the ncou|to of subsequent inspections or tests, and revise or revoke any such puyrucut previously ruudc, to such extent as may be necessary to protect City from loss because: u. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction orreplacement; b. discrepancies iu quantities contained in previous applications for payment; o. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in uoconjuucc with Paragraph l3.09; or CITY or FORT WORTH STANDARD CONSTRUCTION ypsc/rcxnowDOCUMENTS SIC 72 00-N GenerM Conchlions Pape 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A.. C. Relainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquid ate d.Dama!,es. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Pajinenl: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract,Documents. F. Reduction in Payrnew: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except: where Contractor has delivered a specific bond satisfactory to City to secure the satisfAction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recomi'viended;or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a drough 14.02.B.4.e or Paragraph 15,02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any arnaunt remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranly of Title Contractor warrants and guarantees that title to all Work,, materials, and equipmetis covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTI-I STANDARD CONSTRU(MON SPEECTI-CAT10N 1)(KIM"'MPS' Revision:Dwambei-21,2012 0wrzw' | '/uum/o"ndo*m m,-,e nwm 14.04 Partial Utilization A. Prior to Final Acceptance ofall the Work, City may use or occupy any substantially completed part of the Work vvbicb has specifically been identified in the Contract Documents, or vvbicb City, determines constitutes u separately functioning and uouh1c part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to pcnmitCity to use or occupy any such part of the Work which City determines tohc ready for its intended use, subject to the following conditions: l. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within u reasonable time after notification as counucoted in purognupb 14.05./\.1, City and Contractor obu11 nuukc an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance hyCity. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: ). within l0 days, City will schedule a Final Inspection with Contractor. 2. City will octiFv Contractor in writing of all particulars in vvbicb this inspection reveals that the Work is incomplete or defective. Contractor shall inumucdiu1c1y take such nucunucco as are necessary to complete such Work nr remedy such deficiencies. B. No time charge will bc made against the Contractor between said date o[notification of the City and the date ofFinal inspection. Should the City dctcnmioc that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will rcouruc. 14.06 Fiou/,4ccep/uncc Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor u letter of Final Acceptance. CITY ur FORT WORTH STANDARD CONSTRUCTION xpsc/rcxr/omDOCUMENTS 007200-11 Genead Condftions Page 56 of63 14.07 Final Pqynient A. AJ)p friction for I'layment: I. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in ,accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a, all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any,to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled;and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City,) of all Lien rights arising out of or Liens filed in connection with the Work. B. Paymeni Beconies.Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages,will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported, to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Cornj,71etion Delayed and Partial Retainage Releaw A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payrnient, and without tenninating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14,.02.0, and if bonds have been ffinlished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that MY OF FORT WORTH STANDARD U.NSTRUCTION SPECIFCAnON DOCUMENTS Revtision:Dawiiber2l,2012 00 72 00-1 General Conditions Page�7 of C„ portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPGCIFCATION DOCUMENTS Revision:Dwernber21,2012 00 72 00-� General Coindfi suns Page.58 of 63 15.02 City MApr Tef-iiii)itifefo?-Cauve A. The occurrence of any one or more of the following events by way of example, but not of limitation, may Justify termination for cause: 1. Contractor's persistent failure to pertbrin, the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020®12®201 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Conti-actor's repeated disregard of the authority of City;or 4. Contractor's violation in any substantial way of any provi,sions of the Contract Docuirients; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defiects of any nature,the correction of which has been directed in writing by the City;or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankmipt, or otherwise financially unable to carry on the or satisfactorily;or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15,02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. l., If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract,, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated t o t ake over and perform the Work. If Surely does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's perflormance of its CrrY OF FORTWORTI I STANDARD CONS'MUCUON SPECIFCATION DOCUMENTS Rrvision:Demrbff 21,2012 (IIIT_00- I General Uoiidmons I'auc>9 of 61 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City. notwithstanding the method used in completing the Contract. shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCA41ON DOCUMENTS Revision:Dber21.2012 00 72 00 � GencM Condmoris Pap-60 ol"63 15.03 Cio�Meor7crminaleFor(,otivenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any tem,fination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail byte City. F'urther, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, dernarnd or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and tote extent specified in the notice of termination; Z place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; I to irate all orders and subcontracts tote extent that they relate to the perform ance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the 14bricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice oft e termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Conti-act had been completed, would have been required to be furnished to I the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination;and 6. take such action as may be necessary, or as the City may direct, for the protectionL and preservation of the property related to its contract which is in the possession o f t he Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality,, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed!or authorized by City. CITY Or FOWI'WORI)i STANDAM CONSIRUCTiON SPECIFCNI'TON DO(,.,UMI-',NIS Revision:Dxmitw2l,2012 007-1110-1 General Conditions Pale 61 of h i D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORT}I STANDARD CONSTRUCTION SPECIFCATION DOCUMFN"I"S Revision:De=ber2l,2012 00 72 M-I Gcnerag Condmons Page 62 of'63 elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions;or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process;or 3w gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Nolice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if 1. delivered in person to the individual or to a member of the firm or to an officer o f t he corporation for whom it is intended;or 2m delivered at or sent by registered or certified mail, postage prepaid, to the last business address known tote giver of the notice. B. Business address changes must be promptly made in writing tot e other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Con�pufation oj'Times When any period of time is referred to in the Contract Documents, by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day oft e period. 17.03 Cumulafive Reyneelies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder tote parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations,, by special warranty or guarantee, or by other provisions oft e Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORM STANDARD CONSTRUC11ON SPEUFCATION f)(X',UME1q'rS Revision:DvmnLvr21,2012 oo 7?00-I General Conditions Paec 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services Of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFCATION DOCUMENTS Revision:December2l,2012 0073 Of)- / SUPPLEMENTARY ummLIONS rag'/ "o / SECTION 0O73OO z SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 h Supplementary Conditions 7 x These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions oy the Contract Documents os indicated below. All provisions of the General Conditions that are \O modified orsupplemented remain in full force and effect usxo modified orsupplemented. All provisions l| of the General Conditions which are not so modified or supplemented remain in full force and effect. |2 )] Defined Terms |4 15 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 16 meaning assigned to them in the General Conditions,unless specifically noted herein. 17 |D Modifications and Supplements |9 20 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 21 other Contract Documents. 22 23 SC-3.03B.2,"Resolving Discrepancies" 24 25 Plans govern over Specifications. 26 27 SC-4.01 A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 38 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the ]\ Contract Drawings. ]2 B 9C- .Ol&.l.,^^AvnilxbUdyvf Lands" }4 35 The following is a list of known outstanding right-of-way,and/or easements to be acquired, if any as of ]h June 2015: ]7 ]X Outstanding Rigbt-Of-Wny.and/or Envrmentsmv Be Acquired p&KCE[ OWNER TARGET DATE NUMBER OF POSSESSION NONE NONE 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 48 and do not bind the City. 4) 42 If Contractor r"noidcm the Gnu| easements provided to differ materially from the representations on the 43 C"moc, Drawings, Contractor shall within five (5) Business Days and 6eK/rc proceeding with the lv"rk. 44 notify City in writing associated with the differing easement line locations. 45 40 SC-4.Ol&.2,"Availability o[Lands" 47 CITY or FORT WORTH r*wc BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised April 1,2013 007300-2 SUPPLEMENTARY COND11 IONS Page 2 of 5 1 Utilities or obstructions to be removed,adjusted,and/or relocated 2 3 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 4 as of June 2015. 5 tXPECTED u,nt.lTY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT .................................. NONE NONE 6 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 7 and do not bind the City.. 8 9 SC-4.02A.,"Subsurface and Physical Conditions" 10 11 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 12 13 None 14 15 The following are drawings of physical conditions in or relating to existing surface and subsurface 16 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 17 18 None 19 20 SC-4.06A.,"Hazardous Environmental Conditions at Site" 21 22 The following are reports and drawings of existing hazardous environmental conditions known to the City: 23 NONE 24 25 SC-5.03A.,"Certificates of Insurance" 26 27 The entities listed below are"additional insureds as their interest may appear"including their respective 28 officers,directors,agents and employees. 29 30 (1) City 31 (2) Consultant: Dennehy Architects,Inc. 32 Baird,I larnliton&Brown,Inc. 33 Frank W..Neal and Associates,Inc. 34 (3) Other:None 35 36 37 SC-5.04A.,"Contractor's Insurance" 38 39 The limits of liability for the insurance requiired by Paragraph GC-5.04 shall provide the following 40 coverages for not less than the following amounts or greater where required by laws and regulations: 41 42 5.04A.Workers'Compensation,under Paragraph GC-5,04A,,, 43 44 Statutory limits 45 Employer's liability 46 $100,000 each accidentioccurrence 47 $100,000 Disease-each employee 48 $500,000 Disease-policy limit 49 CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION IX)CUME."NI'S 02214 Revised Api-H 1,20 I 3 00 73 00-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 SC-5.04B.,"Contractor's Insurance" 2 3 5.0413.Commercial General Liability,under Paragraph GC-5.04B.Contractor's Liability Insurance 4 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 5 minimum limits of- 6 7 $1,000,000 each occurrence 8 $2,000,000 aggregate limit 9 10 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 11 General Aggregate Limits apply separately to each job site. 12 13 The Commercial General Liability Insurance policies shall provide"X" "C" and"U"coverage's. 14 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 15 16 SC 5.04C.,"Contractor's Insurance" 17 5.04C.Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 18 Paragraph GC-5.040.,which shall be in an amount not less than the following amounts: 19 20 (1) Automobile Liability-a commercial business policy shall provide coverage on "Any Auto", 21 defined as autos owned,hired and non-owned. 22 23 $1,000,000 each accident on a combined single limit basis.Split limits are acceptable if limits are at 24 least: 25 26 $250.000 Bodily Injury per person/ 27 $500,000 Bodily Injury per accident/ 28 $100,000 Property Damage 29 30 SC-6.04.,"Project Schedule" 31 32 Project schedule shall be tier 1, 2, 3, 4, or 5> for the project. 33 34 SC-6.07.,"Wage Rates" 35 36 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 37 Appendixes: 38 Buzzsaw location,Resources/02-Construction Documents/Specifications/Div 00-General Conditions/CFW 39 Wage Rate Table 20080708.pdf 40 41 SC-6.09.,"Permits and Utilities" 42 43 SC-6.09A.,"Contractor obtained permits and licenses" 44 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 45 None 46 47 SC-6.09B."City obtained permits and licenses" 48 The following are known permits and/or licenses required by the Contract to be acquired by the City: 49 50 None 51 52 SC-6.09C."Outstanding permits and licenses" 53 54 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of June 2015: 55 CITY OF FORT WORTII FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised April 1,2013 007I00..4 SUPPLEME,NTARY CONDII IONS Page 4 of 5 1 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION ..................................--................ ......................... ——...--- None one 2 3 SC-6.24B.,"Title V1,Civil Rights Act of 1964 as amended" 4 5 During the performance ofthis Contract,the Contractor,for itself,its assignees and successors in interest 6 (hereinaller referred to as the"Contractor")agrees as follows: 7 8 L Compliance with Regulations:The Contractor shall comply with the Regulation relative to 9 nondiscrimination in Federally-,assisted programs ofthe Department of Transportation(hereinafter, 10 "DOT")Title 49,Code of Federal Regulations,Part 21,as they may be amended from time to time, 11 (hereinafter referred to as the Regulations),which are herein incorporated by reference and made a part 12 of this contract. 13 14 2. Nondiscrimination:The Contractor,with regard to the work performed by it during the contract,shall 15 not discriminate on the grounds of race,color,or national origin,in the selection and retention of 16 subcontractors,including procurements of materials and leases of equipment.The Contractor shall not 17 participate either directly or indirectly in the discrimination prohibited by 49 CFR,section 21.5 of the 18 Regulations,including employment practices when the contract covers a program set forth in 19 Appendix B ofthe Regulations. 20 21 3. Solicitations for Subcontractors,Including Procurements of Materials and Equipment:In all 22 solicitations either by competitive bidding or negotiation made by the contractor for work to be 23 performed under a subcontract,including procurements of materials or leases of equipment,each 24 potential subcomactor or supplier shall be notified by the Contractor of the Contractor's obligations 25 under this contract and the Regulations relative to nondiscrimination on the grounds of race,color,or 26 national origin. 27 28 4. Information and Reports: The Contractor shall provide all information and reports required by the 29 Regulations or directives issued pursuant thereto,and shall permit access to its books,records, 30 accounts,other sources of information and its facilities as may be determined by City or the Tearas 31 Department of Transportation to be pertinent to ascertain compliance with such Regulations,orders 32 and instructions. Where any information required of a contractor is in the exclusive possession of 33 another who fails or refuses to furnish this information the contractor shall so certify to the City,or the 34 Texas Department of Transportation,as appropriate,and shall set forth what efforts it has made to 35 obtain the information. 36 37 5. Sanctions for Noncompliance: In the event ofthe Contractor's noncompliance with the 38 nondiscrimination provisions of this Contract,City shall impose such contract sanctions as it or the 39 Texas Department of Transportation may detennine to be appropriate,including,but not limited toy 40 41 a. withholding of payments to the Contractor under the Contract until the Contractor 42 complies,and/or 43 b. cancellation,termination or suspension ofthe Contract,in whole or in part. 44 45 6. Incorporation of Provisions:The Contractor shall include the provisions ofparagraphs(1)through 46 (6)in every subcontract,including procurements of materials and leases of equipment,unless exempt 47 by the Regulations,or directives issued pursuant thereto.The Contractor shall take such action with 48 respect to any subcontract or procurement as City or the Texas Department of Transportation may 49 direct as a means of enforcing such provisions including sanctions for non-cornpliance:Provided, 50 however,that,in the event a contractor becomes involved in,or is threatened with,litigation with a CITY OF FORT WORTH F BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised April 1,2013 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 subcontractor or supplier as a result of such direction,the contractor may request City to enter into 2 such litigation to protect the interests of City,and,in addition,the contractor may request the United 3 States to enter into such litigation to protect the interests of the United States. 4 5 Additional Title VI requirements can be found in the Appendix. 6 7 SC-7.02.,"Coordination" 8 9 The individuals or entities listed below have contracts with the City for the performance of other work at 10 the Site: Vendor Scope of Work Coordination Authority None None None 11 12 13 SC-8.01,"Communications to Contractor" 14 15 None 16 17 SC-9.01.,"City's Project Representative" 18 19 The following firm is a consultant to the City responsible for construction management of this Project: 20 None 21 22 SC-13.03C.,"Tests and Inspections" 23 24 None 25 26 27 28 END OF SECTION CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised April 1,2013 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Saver $ 17.00 Concrete Cutter/Saver Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice(Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer(Miscellaneous) $ 13.00 Metal Installer Helper(Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane,Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry(Fall 2012)Independently compiled by the Lane Gorman Trubitt,PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's(The Construction Association)website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 CITY OF FORT WORTH Bid Documents Package Folder Contents Checklist ........... Item Item INCLUDED N/A COMMENTS&INITIALS No. .............——---­­-–——-——­- 0011 13 Invitation to Bidders.doc —------ .................................. ..........- .. . ................. 0041 00 0043 13 00 42 43 0043 2 37......00 45 12 00 35 13_13id Proposal Workbook.xls 3 00 45 1 I–Bidders Pre ualieaticans.dae __ 4 00 45 13 'Bidders Qualification lieation.� 00 45 26--Contractor Compliance 5 with Workers Compensation Law.doc ................ Complete Specifications and 6 Conti-act Document in pdf fonn (Referenced Specificati(ms in Construction S c c Ifi cations Folder) 7 Complete Plan Set in pdf forin 8 Link to dwf sheets in Final Drawings —-Folder ............. ...... 9 Plan Holder Registration ......... ...... v......... 10 Plan 1-loader List (In Plan 11olders Folder) .............. D This ocument ................... APPENDIX GC-4.02 Subsurface and Physical Conditions <Provide reports and/or drawings relative to subsurface conditions at the Project Site (excluding Underground Facilities)> GC-6.06.D Minority and Women Owned Business Enterprise Compliance <Provide AMBEforms, Including Subcontractor/.Supplier Utilization Form, Prime Contractor Waiver Form, Good Faith Effort Form, and Joint Venture Eligibility Form> CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 ATTACHMENr 1A F-OR ' TWORIH City of Fort Worth Page 1 of 4 Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form ........................................ OFFEROR COMPANY NAME: Check applicable block to describe The Fain Group, Inc. ror NONZWWIDBE .......... /DBE V/ PROJECT NAME: 1 F_ FORT WORTH NATURE CENTER BOARDWALK REDEVELOPMEN 10/15/2 155x1®'DATE City's MBE Project Goal; Offeror's MBE Project Commitment: 0221 T OJECT NUMBER 13 % 13 % Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non-responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non-responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson,,Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1"tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bonclafide minority business enterprise by the North Central Texas Regional Certification Agency(NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2JI0115 FORTWORTH A'FTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardiess of status; i,e,, Minority and non-MBEs. MBE firms are to be listed first, use additional sheets iT—necessary, Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA SUBCONTRACTORISUPPLIER 0 Company Name T n Detail Detail Address I W Subcontracting Supplies Dollar Amount M Telephone/Fax a B B M Work Purchased Email r E E B Contact Person E C.T. &S., Inc. 1513 Maryland Dr. Metalworks Irving, TX 75061 $147,000 T:972-55,4-9629 kIlE El F-972-438-9828 jwitter@cands.com Bruce Witter Lone Star Decks PO Box 540637 Decks Dallas, TX 75354 $133,000 P-214-357-3975 DE 0 v/ F:214-357-3867 thollis@lonestardecks.com Tommy Hollis Lon Smith Roofing 904 E Waggoman St. Roofing Fort Worth,TX 76110 $ P:817-926-8400 [1E El v( 7,518 F:888-829-2345 billsellers@lonsmith.com Bill Sellers The in Group, Inc. 1616 N Sylvania Concrete Fort Worth, TX 76111 P-817-927-4388 [1E 1:1 V, $852,269,50 F-817-9274389 lfrazier@faingp.com Larry Frazier El E 0 ................ ............... ...................-................................ El E 1:1 ............... .................................................. Rev.211 OM 5 FORT WORI'll ATTACHMENT to —Ir— Page 3 of 4 .......... Offerors are required to identify ALL subcontractors1suppliers, regardless of status; i,e,, Minority and non-MBEs. BE firms are to be listed first, use additional sheets if necessary, Please note that only certified MBEs will be counted to meet an MMBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER 0 Company Name T n Detail Detail Address i Subcontracting Supplies TelephonelFax e M w M Work Purchased Dollar Amount B B Email r , E E B Contact Person E Li----I .......... El 0 f .............. El El 1:1 El E] 1-1 ........... .............................. 0 ij 1:1 .............. Rev.2.110/15 FORTWORM ATTACHMENT IA Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ 1478 000 Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ 992,787.50 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 1,139,7837.50 The Offeror will not make additions, deletions, or substitutions t o t his certified list without the prior approval of the Minority and Women Business Enterprise is through the submittal of a Request for Approval of ChangelAddition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly tot City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with IVIBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and it held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual or performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year, L a Frazier Auth 0 ignt re Printed Signature, t Presaident Title Contact Name/Title(it different) '17he Fabi,Gr(�wup,Inc, 817-927-4388 817-927-4389 Company Name Telephone and/or Fax 1616 N Sylvanja 1fr'azJer@t--aingj,').cojn Address -mail Address Fort Worth,TX 7'611 t 10/1.6/2015 clw�swetzip Date Rev.2110/15 ATTACHMENT IC FR. WORTH Page I of 4 (.-.) T " City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form ..............._...OFFEROR ... OFFEROR COMPANY NAME: Check applicable block to describe The Fain Group, Inc. �J_ - Offeror PROJECT NAME: _�=/DBE IL NON MWDBE Nature Center pp Nature Renovation BID DATE 10/15/2015 d71t_y'SM_BE Project Goal. Offeror's MBE Project Commitment PROJECT NUMBER 13% 1-3 % 0221.4 _ If the Offeror did not meet or exceed the MBE suibcontracting goal for this project, the Offeror Must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date,will result in the bid being considered non-responsive to bid specifications. 1.,) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non-MBE. IDO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) —cis—i of Subcontracting Opportunities List of Supplier Opportunities Demolition Concrete ................... .......................... ......................... Paving Rebar Concrete .............. Steel Framing Carpentry—_...___.— Metal Roof ........ ........................... .................. Joint Sealants ........ ....................................................... ....................... Earthworks ................ ................ Painting .......... ...............—-------.......................................... ........................... —- -------- Rev.2110/15 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current(not more than two(2) months of from the bid open date) list of MBE subcontractors and/or suppliers from the City's MM/BE Office. x Yes Date of Listing 10 jai No 3.) Did you solicit bids from MBE fir the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail,exclusive of the day the bids are opened? Yes (if yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) x No 4.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone,exclusive of the day the bids are opened? -Yes (if yes,attach list to include name of MBE firm,g2mon contacted,phone number and date and time of contact.) x No 5.) Did you solicit bids from MBE fir the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax),exclusive of the day the bids are opened? x Yes (if yes,attach list to include name of MBE firm,fax number and gate and time of contact. In addition,if the fax is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or"undeliverable confirmation" documentation may render the GFE non-responsive.) No 6.) Did you solicit bids from MBE fi rms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? x Yes (if yes,attach email confirmation to include name of MBE firm,date and time.In addition,if an email Is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the emails t® for proper documentation,, Failure to submit confirmation and/or"undeliverable message"'documentation may render the GFE non-responsive.) No NOTE- The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts of were made using two of the four methods or that at least one successful contact was made using one o the four methods in order to be deemed responsive to the 5ood Faith Effort-requirement. NOTE.. The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide is and specifications to potential MBEs? x Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? x Yes No Rev.2110/16 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skills ? -Yes (if yes,attach all copies of quotations.) x No 10.) Was the contact information on any of the listings not valid? x Yes (if yes,attach the information that was not valid In order for the MfWBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected.. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in-camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets,if necessaM and attach. Company Name Telephone Contact Person Scope of Work Reason for R!'ection ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. q did nvy best in compwiling ft GoW Faith Effort for Nature Center Boardwalk Renovation Many all the numbers on ille MBE list are a non.-warking numbers Wee onty had a fvw reeWnd .......... ........................................... ......... ......................... The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in it work for a period of time not less than one (1) year. Rev.2/10/15 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the MBE(s) listed was/were contacted in good faith. It is understood that any MBE(s) listed in Attachment 1C will be contacte and the reasons for not using them will be verified by the City's M/VNBE Office. f"°� Larry Frazier Authorized Si nat r Printed Signature Pre de t Title Contact Name and Title(if different) The Fain Group, Inc. 817-927-4388 817-927-4389 Company Name Phone Number Fax Number 1616 N Sylvania Ifrazier @faingp.com Address Email Address Fort Worth, TX 76111 10/16/2015 City/State/Zip Date Rev.2/10/15 DIVISION 01 -GENERAL REQUIREMENTS o/ // oo'/ SUMMARY orWORK Page/ *3 | SECTION O111O8 2 SUMMARY OFWORK 3 PARTl - GENERAL 4 1'1 SUMMARY 5 A. Section Includes: 6 l. Summary of Work to6c performed in accordance with the Contract Documents. 7 Refer to Boardwalk Construction Documents indicating trails, walkways, 8 boardwalks and p|u1fonnsto be removed and replaced. 9 B. Deviations from this City of Fort Worth Standard Specification lO l. None. \l C. Related Specification Sections include, but are not necessarily limited to: 12 l. Division 0-Bidding Requirements, Contract Fonns, and Conditions of the Contract 13 2. Division l -Gcnera| Requirements 14 1,2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 }. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will bc allowed for this Item. 18 1,3 REFERENCES [NOT USED] 19 1,4 ADMINISTRATIVE REQUIREMENTS 20 A. Work Covered by Contract Documents 21 \. Work isto include furnishing all labor, materials, and equipment, and performing 22 all Work necessary for this construction project as detailed in the Drawings and 23 Specifications. 24 B. Subsidiary Work 25 l. Any and all Work specifically governed by documentary requirements for the 26 project, such as conditions imposed by the Drawings o,Contract Documents in 27 which nospecific item forbid has been provided for inthe Proposal and the item is 28 not a typical unit bid item included on the standard bid item list,then the item shall 29 be considered as a subsidiary item of Work,the cost of which shall be included in 30 the price bid in the Proposal for various bid items. 31 C. Use ofPremises 32 |. Coordinate uses of Premises under direction of the City. 33 2. Assume Fu|| responsibility for protection and safekeeping of materials and 34 equipment stored onthe Site. 35 36 3. Use and occupy only portions of the public streets and alleys, or other public places 37 o,other riubts-of-way as provided for in the ordinances of the City, as shown in the 38 Contract Documents, orusmay be specifically authorized in writing by the City. CITY or FORT WORTH rWmc BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ozz/o Revised December zo.zo/z 01 1100-2 SOMMARY OF WORK Page 2 of 3 1 a. A reasonable amount oft ls,materials,and equipinent for construction 2 purposes may be stored in such space,but no more than is necessary to avoid 3 delay in the construction operations. 4 b. Excavated and waste malefials shall be stored in such a way as not to interfere 5 with the use ofspaces that may be designated to be left free and unobstructed 6 and so as not to inconvenience occupants ofadJacent property. 7 c. If the street is occupied by railroad Iracks,the Work shall be carried on in such 8 mariner as not to interfere with the operation oft e railroad. 9 1) All or shall be in accordance with railroad requirements set forth in 10 Division 0 as well as the railroad permit. 11 D. Work within Easements 12 1. Do not enter upon private property for any purpose without having previously 13 obtained permission from the owner of such property. 14 2. Do not store equipment or material on private property unless and until the 15 specified approval of the property owner has been secured in writing by the 16 Contractor and a copy furnished to the City. 17 3. Unless specifically provided otherwise,clear all rights-of-way or easements of 18 obstructions which must be removed to make possible proper prosecution of the 19 Work as a part oft e prqject,construction operations. 20 4. Preserve and use every precaution to prevent damage to,all trees,shrubbery,plants, 21 lawns,fences,culverts,curbing,and all other types ofstructures or improvements, 22 to all water,sewer,and gas lines, to all conduits,overhead pole lines,or 23 appurtenances thereof, including the construction of temporary fences and to all 24 other public or private property adjacent to the Work. 25 5. Notify the proper representatives of the owners or occupants of the public or private 26 lands of interest in lands which ivight be affected by the Work. 27 a. Such notice shall be made at least 48 hours in advance of the beginning of the 28 Work. 29 b. Notices shall be applicable to both public and private utility companies and any 30 corporation,company,individual,or other,either as owners or occupants, 31 whose land or interest in land might be affected by the Work. 32 c. Be responsible for all dainage or injury,to property of any character resulting 33 from any act,omission,neglect,or misconduct in the manner or method or 34 execution of the Work,or at any time due to defective work,material,or 35 equipment. 36 6. Fence 37 a. Restore all fences encountered and remmied during construction of the M-9jeet 38 to the original or a better than original condition. 39 b. Erect temporary fencing in place of the fencing removed whenever the or is 40 not in progress and when the site is vacated overnight,and/or at all times to 41 provide site security. 42 c., The cost for all fence work within e&sernents,including removal,ternporary 43 closures and replacement,shall be subsidiary to the various items bid in the 44 project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH FWNC 1300 RDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised December tab,2012 011100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] I 1 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised December 20,2012 01 23 00- 1 Altemates Pagel of 2 SECTION 01 23 00 ALTERNATES PART 1 -GENERAL 1.01 SUMMARY A. Requirements Included: 1. Identification and description of alternate work. 2. The amount shown in the bid form for each alternate shall include all overhead,profit,insurance and other costs incidental to the performance under the alternate. 1.02 PROCEDURES A. Bidders are required to submit alternate amounts to add work or to deduct work from the base bid as described below. Failure to submit alternate amounts in spaces provided on bid form shall be basis for disqualification of proposal. B. The successful Bidder shall not modify,withdraw or cancel any of the alternate bids or any part thereof for 30 days after date of receipt of bids, unless specifically noted otherwise. C. Contractor shall be responsible for any changes in the Work affected by acceptance of alternates. Claims for additional costs or time extensions resulting from changes to the Work as a result of the Owner's election of any or all alternates will not be allowed. D. Refer to drawings and technical specifications sections for items of work affected by alternates. E. Election of alternates will be exercised at the option of Owner. F. Coordinate related work and modify or adjust surrounding work as required to complete the Work, including changes under each alternate. 1. Include as part of each alternate, miscellaneous devices, accessory objects and similar items incidental to,or required for, a complete installation whether or not indicated as part of alternate. 2. Cost listed for each alternate include cost of related coordination, modification,or adjustment. G. Notification: Immediately following the award of contract,Contractor shall prepare and distribute to each entity or person to be involved in the performance of the Work,a notification of the status of each alternate scheduled herein. Indicate which alternates have been accepted, rejected, or deferred for later consideration. Include a complete description of negotiated modifications to alternates, if any. 1.03 SELECTION AND AWARD OF ALTERNATES A. Indicate variation in base bid amount as a result of the prices for the alternates described below and listed on the bid form document or any supplement to it, by adding to, or deducting from, the base bid amount or by indicating"No Change." B. Indicating"No Bid"as an alternate is unacceptable and is reason for rejection of bid. 1.04 SCHEDULE OF ALTERNATES A. Base Bid shall include all landing based work, sidewalks,trails, land ramp,the new boardwalk, to include all structure and railings to and including the new Pavilion. As indicated on Sheet A4.0, if Alternate No. 1 is not accepted, provide a complete and enclosed railing at the Alternate No. 1 abutment. B. Alternate No. 1: State in the bid form the amount to be added to the base bid for providing the new boardwalk from the Pavilion(Base Bid)to the Lower Viewing Platform. Work includes all structure,railings,ramp and View Platform as indicated on Sheet A4.0. If Alternate No.2 is not accepted,provide a complete and enclosed railing at the Alternate No. 2 abutment. C. Alternate No.2: State in the bid form the amount to be added to the base bid for providing the new boardwalk from the Viewing Platform (Alternate No. 1) to the landing base trail abutment. Work includes all structure, railings and trail abutment as indicated on Sheet A4.0. CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 01 23 00,-2 Altemaws Page 2 of 2 D. Alternate No.3: to in the bid form the amount to be added to the base bid for providing kiln-dried 1pe decking, railing caps, and fascia members, in lieu of pressure-treated decking and fascia members. 1pe members to match sizes of pressure-treated members as indicated on plans and details. Fasteners for 1pe members shall be A316 grade stainless steel. E. Alternate No.4:State in the bid form the amount to be added to the base bid for providing stainless steel wire cable and fitfings, terminals, and tumbuckles in lieu of galvanized cabling as indicated on plans and details. Cable shall be 3/16"dia. 1x19 construction,A316 stainless steel. PART 2 PRODUCTS-Not used. PART 3-EXECUTION-Not used END OF SECTlON CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPEC FICA77ON DOCUMENTS 62214 m 25 00 / ams//n/nowvxuceooxo Page / of 4 | SECTION 01 25 00 2 SUBSTITUTION PROCEDURES 3 PART I - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 \. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to uproduot which is specified by descriptive or porfbronunoo criteria or 8 defined hy reference to | or more ofthe following: 9 u. Name of manufacturer |O h. Name ofvendor |\ o. Trade name 12 d. Catalog number 13 2. Substitutions are not"or-oquu|s" 14 Q. Deviations from this City of Fort Worth Standard Specification 15 |. None. 16 C. Related Specification 800honu include, but are not necessarily limited to: 17 l. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division l —0onoru| Requirements 19 1'2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 l. Work associated with this Item iu considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution-General 26 l. Within 30 days after award of Contract(unless noted otherwise),the City will 27 consider formal requests from Contractor for substitution of products in place of 28 those specified. 29 2. Certain types of equipment and kinds ofmaterial are described in Specifications by ]O means of references to names of manufacturers and vendors,trade names, or ]) catalog numbers. 32 u. When this method of specifying iu used, itiu not intended to exclude from ]] consideration other products bearing other manufacturer's or vendor's names, 34 trade names, or catalog numbers, provided said products are "or-equals," as 35 determined hyCity. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 u. Or-equals are unavailable due to strike,discontinued production of products 39 meeting specified requirements, or other factors beyond control of Contractor; 40 or, CITY or FORT WORTH rwwc BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 012500-2 Sl 113STITUTION PR(X'ED1 MES Flagv:2 of 4 I b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(atutched) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule,when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) 'telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product,including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including,but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) L,ocation of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning,proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed rnelbod 40 2) Illustration drawings 41 C. Approval or Rejection 42 1, Written approval or rejection of substitution given by the City 43 2. City reserves the fight to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF r(.)R,r WORTH FWNC BOARDWALK REDEVELOPMLWT STANDARD CONSTRUMION SPEC.rF ICATION I)OCUMENI S 02214 Revised My 1,201 1 012}00-3 SIBSIITUTION PROCEDURES Page 3 44 1 4. No additional contract time will be given for substitution. 2 5. Substitution will be rejected if- 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 19 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product,and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 0125(X)®4 suBsirrUTON PROCEDURES Page.4 of 4 EXII MIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 "ro. ................................. 5 PROJECT.,----.................. DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above pro je& 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 ..........................._........... 11 Proposed Substitution: ........ 12 Reason for Substitution:.......................... ..................... 13 Include complete information on changes to Drawings and/or Specifications which proposed 14 substitution will require for its proper installation. 15 16 Fill in Blanks Below: 17 A. Will the undersigned contractor pay for changes to the building design, incl tiding engineering 18 and detailing costs caused by the requested substitution? 19 20 .....................­�........... .......................................... 21 B. What effect does substitution have on other trades? 22 23 24 N-d'ei-'enc,e­­s6x','-1,w'­e'eii'—propo'-se'-ds,u,-b"'st i,'i,u"t i,o- i i a,i i-d'"s-pc",c-,i fi-e"d-it"m.__e n""?"'""' ....... 25 26 .................................................................................. 27 D. Ufffe_Trii c-e-s-in'—pir 61 product o—irpioduct delivery tinte? 28 29 30 E. M-aii-uTa—durees g"uarantees of—thepiroposed and—specified'Titen-is' are: 31 32 Equal Better(explain on attachment) 33 The undersigned states that the function, appearance and quality are equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 37 Signature Recommended Recommended o.PO 38 as noted 39 40 Firm Not recommended Received late 41 Address By-_ 42 Date 43 Date Remarks 44 Telephone........ 45 46 For Use by City: 47 48 --Approved R ej ected 49 City ............ Date CITY OF FORT WORTH F 130AIMWr A LK REDEWELOPMENT STANDARD CONSTRIJCTION S'TECIFICATION DOCUMFNTS 02214 Revised My 1,20111 o/ o /v / pxccxxsrxucTx/wwesowu Page / ot'; | SECTION O1 3119 2 PKECUNSTRUCT|OW MEETING 3 PART } - GENERAL 4 1.8 SUMMARY J A. Section Includes: 6 l. Provisions for the preoonstruoion meeting 0ubeheld prior Vu the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification V l. None. 10 C. Related Specification Sections include, but are not necessarily limited to: ll l. DiviaionO—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division l —GcnemJBequirementa >] 8'2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 l. Work associated with this Item is considered subsidiary to the various items bid. 16 y4o separate payment will he allowed for this >tcm. 17 1.3 REFERENCES INOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 l. Attend preoonatruohonmeeting. 21 2. Representatives o[Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf ofthe entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. |f recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. PrcconatruodooK4cchng 27 Y. /\ prc000atruotion meeting will bc held within 74 days after the execution o[the 28 Agreement and before Work is started. 29 a. The meeting will bc scheduled and administered by the City. 30 2. The Project Representative will preside a1the meeting, prepare the notes ofthe 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form tohe circulated ut the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project nnunager 36 c. Contractor's superintendent 37 d. Any subcontractor oc supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY oF FORT WORTH Fwmc BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ozz|* Revised August|r,zo/z 01 31 19-2 PRE.CONS I R.Uc nON MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 01 32 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting, 8 5. Prefirninary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way,utility clearances,easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 c. Contract Time 14 f, Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 is Extra Work and Change Order Procedures 18 J. Field Orders 19 k. Disposal Site Letter for to Material 20 1. Insurance Renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Fvaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBrYSBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments CM OF FORT OR F BOARDWALK IREDEVELOPMINT STANDARD CONSTRUCTION S PECIFICATION DOCUMENTS 02214 Revised Augusst 17,2012 01 31 19-3 PRECONS I RUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Loy* DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised August 17,2012 mx2m / nxu*rrwcnnNco Page / of 3 | SECTION 013120 2 PROJECT MEETINGS ] PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 l. Provisions for project meetings throughout the construction period io enable orderly 7 review ofthe progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 \. None. |\ C. Related Specification Sections include, but are not necessarily limited to: 12 l. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract |] 2. Division l —Ocncra| Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 |. Work associated with this Item is considered suhsidiuryio the various itcmshid. 17 No separate payment will be allowed for this Item. 18 1,3 REFERENCES [NOT 080D] 19 1,4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 l. Schedule, attend and administer asspecified, periodic progress meetings, and 22 specially called meetings throughout progress ofthe Work. 23 2. Representatives ofContractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may hc tape recorded. 26 a. 1f recorded,tapes will he used io prepare minutes and retained hy City for 27 future reference. 28 4. K4cc{inQs, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer orContractor. 30 B. Pre-Construction Neighborhood Meeting 31 l. After the execution of the Agreement, but before construction is allowed to begin, 32 attend \ Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 h. Answer any construction related questions 35 2. Meeting Location ]h u. Location ofmeeting tohe determined hv the City. 37 3. /\Kcndccs 38 u. Contractor CITY op FORT WORTH ,vvwc BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 W 31 20-2 PROJECT MEETINGS Page 2 of'3 I b. Project Rel.)resentafive 2 c. Other City representatives 3 4. Meeting Schedulle 4 a. in general,the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction contcrence. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination ineetings will be held periodically,. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include,but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings,prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's pr(,)Ject manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f Others,as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of or progress since previous Ynecting 31 b. Field observations,problems,conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress,schedule,during succeeding Work period 39 L Coordination of schedules 40 J. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 m. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Pr(kiect 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT S YANDARD CONSMUCTION SPECIFICATION M-7UMEN IFS 02214 Revised My 1,2011 013120-3 PRO.IFCT MEETINGS Pa—,,e 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable,meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 END OF SECTION 22 Revision Log DATE NAME SUMMARY OF CHANGE 23 CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONS`FRUCTION SPECIFICATION DOCUMENTS 02214 Revised 3uly 1,2011 01 32 16- 1 CONS I RUCI l()N PROGRESS SCHEDULE Page I of 5 I SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division I —General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier I -No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2 -No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3-Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4- Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5- Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule- Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule- Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 M .32 n6..2 CONS MU(I 11 ION MOGRESS SCI:1EIDULE Page 2 of 5 1 4. Schedule Narrative-Concise narrative of the schedule including schedulle 2 changes,expected delays,key schedule issues,critical path items,etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost-loaded baseline Schedule using approved software and the 9 Critical Path Method(CPM)as required in the City of Fort Worth Schedule 10 Guidance Document. 11 b. Review the draft cost-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be perfo rmed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative(Project Scheduler)responsible for 15 develio�ping and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly pro&7ess Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders,resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current prog.)"ess Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met,or when so directed by the City,make some or all of the 28 fbilowing actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised bmelille Schedule 30 outlining: 31 F) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift,shifts per day,working 37 days per week,the amount of construction equipment,or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve=ximum practical concurrency of 40 accomplishment of activities,and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City,the City may direct the Contractor to increase the level of effort in 43 manpower(trades),equipment and work schedule(overtime,weekend and holiday 44 work,etc.)to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 as No additional cost for such work will be considered. MY OF FOR WORTH FWNC'BOARDWALK REDEVELOPMENT STANDARD Cr.NSTRUC'BON SPECIFICA110N IXXI ME,NTIS 02214 Revised July 1,201 1 o/ zz m 3 CONS murION PROGRESS SCHEDULE ,ai,3w/5 | D. The Contract completion time will be adjusted only for causes specified in this 2 Contract. 3 u. Requests for un extension of any Contract completion date Must be 4 supplemented with the following: 5 |) Furnish justification and supporting evidence us the City may dccm h necessary 0oJe1cnnine whether the requested extension ofhmoisentitled 7 under the provisions of this Contract. 8 u) The City will,after receipt of such justification and supporting 9 evidence, make findingsof fact and will advise the Contractor, in 10 writing thereof. 11 2) )f the City finds that the requested extension of time is entitled,the City's 12 determination usto the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant tothe extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according 10 the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in |Y the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date 1othe City within 30 21 days after the beginning of the delay for which atime extension ix requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing dmclimit. 25 b. From time to dme` it may be necessary for the Contract schedule or completion 26 time to be adjusted bv the City io reflect the effects ofiob conditions, weather, 27 technical difficulties,strikes, unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments oc completion time extensions. 30 |) Under such conditions,the City will direct the Contractor 1oreschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made 10 the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, inwhich 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well usby the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date oc between the earliest finish date and the |o1ext finish do10 42 ofa chain of activities on the Baseline Schedule. 43 a. Float oc slack time ix not for the exclusive use or benefit o[either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates,and the City shall have the 46 right to reserve and apportion float time according 10 the needs of the project. CITY op FORT WORTH rwNc BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 0 U 32 116 4 CONS FRUC 1'10N PR06RESS SCUEDULT", Page 4(if 5 1 c. Acknowledge and agree that actual delays,affecting paths of activities 2 containing float time,will not have any effect upon contract completioli'li times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the same facilities or area under other contracts,the 8 Baseline Schedule shall be coordinated with the schedules oft e other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors,the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases,the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circurnstmwes shall not be 17 considered as justification for claims for additional compensation., 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 1.. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includesa 23 1) Primavera(P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre-construction meeting and 25 bring in hard copy to the tneeting for review and discitssion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. g 30 C. Schedulle Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through,Bu saw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document, 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City,no further progress schedules are required. CrFY OF FOR F WORTH FWNC BOARDWALK REDEVE10PNIEWl' S fANDARD CONSTRUCTION SPEC'IFICATION DOCUMENTS 02214 Revised July 1,2011 013216-5 C'ONS'IRUCIION PROGRESS SCHIDULII Page 5 of 5 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE 5 A. The person preparing and revising the construction Progress Schedule shall be 6 experienced in the preparation of schedules of similar complexity. 7 B. Schedule and supporting documents addressed in this Specification shall be prepared, 8 updated and revised to accurately reflect the performance of the construction. 9 C. Contractor is responsible for the quality of all submittals in this section meeting the 10 standard of care for the construction industry for similar projects. I 1 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 013233- 1 PRECONSTRUCTION VIDEO Page I of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a Preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 01 32 33-2 PRECONSTRIICTION VIDEO Page 2 of 2 1 PART 3 - EXECUTION INOT USED] 2 END OF SECTION 3 Revision Log DA'rE NAME; SUMMARY OF('HANGE? 4 CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 v/ 33 00- / o IBM rn^u PaiN / 4x | SECTION 013300 2 SUBMITTALS ] PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 |. General methods and requirements o[submissions applicable 0o the following 7 Work-related submittals: 8 a. Shop Drawings 9 h. Product Data(including Standard Product List submittals) 10 u. Samples |> d. Mock Ups 12 B. Deviations from this City ofFort Worth Standard Specification l] |. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 |. Division U—BiddingQcquircmcNs, Contract Forms and Conditions of the Contract 16 2. Division | —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES |V A. Measurement and Payment 19 l. Work associated with this Item is considered subsidiary io the various items bid. 20 No separate payment will hc allowed for this Item. 21 1'3 REFERENCES [NOT USED/ 22 1'4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 |. Notify the City in writing, o1 the time o[submittal, of any deviations in the 25 submittals from the requirements o[the Contract Documents. 26 2. Coordination o[Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, o[the Specifications. 30 h. Contractor is responsible such that the installation will not be delayed by ]) processing times including, but not limited to: 32 W Disapproval and rcsuhmiUoi (if required) ]] h) Coordination with other submittals 34 u) Testing 35 d) Purchasing 36 c) Fabrication 37 0 Delivery 38 g) Similar sequenced activities 39 u. 0o extension of time will he authorized because of the Contractor's failure to 40 transmit submittals auffiuicnt|yin advance ofthe Work. CITY oF FORT WORTH rwmc BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS nzu/* Revised December oo.00/o M 3300-2 SLAMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule,and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor., 4 B. Submittal NUITIbeiing 5 L When submitting shop drawings or sarnples,utilize a 9-character submittal cross- 6 reference identification nunibering systern in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number., 8 b. For the next 2 digits number use numbers 0 1- to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter,A-Z,indicating the resubmission of the same drawing(i.e. 11 A=2nd submission,B=3rd submission,04th submission,etc.). A typical 12 submittal number,would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission(second resubmission)of that particular shop 19 drawing 20 C.. Contractor Certification 21 1. Review shop drawings,product data and samples,including those by 22 subcontractors,prior to submission to determine and verify,the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing,sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) "By this submittal,I hereby represent that I have determined and verified 33 field measurements,field construction criteria,materials,dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 1/2 inches x I I inches to 8 Y?,inches x I I inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor,Certification 43 b. List of items/Table of Contents 44 c. product Data/Shop Drawings/Samples K.",'alculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous subillissions CITY OF FORT WORTH FVMC BOARDWALK REDEVELOPMENT STANDARD CONSTRI KTION SPEC IRCAUON ExrUMENTS 02214 Rev sed December 20,,2012 o/ uoo 3 soawnrxcs ,aiNz.^o \ 2. The Project ddcandnumhcr 2 I Contractor iden ifivation 3 4. The names oF 4 u. Contractor 5 h. Supplier 6 c. Manufacturer 7 l Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified ussuch 10 7. Relation to mbaocni or critical features of the Work or materials |\ 8. Applicable standards, such as&SThdo« Federal Specification numbers 12 4. Identification hv highlighting nf deviations from Contract Documents 13 |0. Identification hy highlighting nf revisions nnrcsubmittu|s 14 11. An 8-inch x3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 |. &s specified inindividual Work Sections includes, but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation (working) 18 drawings 19 h. Scheduled information 20 o. Setting diagrams 21 J. Actual shopwnrk manufacturing instructions 22 c. Custom templates 23 [ Special wiring diagrams 24 A. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 l) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 o. Relation of the various parts in the main members and lines of the structure 30 b. Where correct fabrication nf the Work depends upon field measurements 31 l) Provide such measurements and note nn the drawings prior tnsubmitting 32 for approval. 33 O. Product Data 34 \. For submittals nf product data for products included on the City's Standard Product 35 List, o|cady identify each item selected for use onthe Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List,submittal data may include, but is not necessarily limited to: 38 a. Standard prepared data for manufactured products(sometimes rcfcncJ 1n as 39 catalog data) 40 |) Such os the manufacturer's product specification and installation 41 instructions 42 2) Availability nf colors and patterns 43 3) Manufacturer's printed statements nf compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY up FORT WORTH rwwc BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised December zo`zn/z SUBMn-rALS Rage 4 of'8 1 7) Standard Nviring diagrams 2 8) Printed performance curves and operationall-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recormnended 6 spare-parts listing and printed product wzm, anties 7 12)As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections,include, but are not necessarily limited to: 10 a. Physical emu rnples of the Work such as: I I I) Sections of manufictured or fabricated or 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing,,as applicable to the Work 18 1. Do not start Work requiring a shop drawing,sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed,materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk., 23 1 The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work,materials,fabrication,and installations in conformance 26 with approved shop drawings,applicable samples,and product data. 27 1 Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to Citys Buzzsaw site,or another external FTP site approved by the 31 city. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than I hard copy of Shop Drawinlps 38 returned., Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution(if required in lieu of electronic distribution) CrrY OF FORT WORTH FWNC BOARDWALK REDEV15,LOPME.-ANT STANDARD CONSTRUCTION SPECIFICATION NXIMENIN' 02214 Rev&d December 20,2012 o| noo 5 umwnrmS Pau�mx | u. Shop Drawings Z l) Distributed to the City J 2) Copies 4 u) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) }[Contractor requires more than J copies o[Shop Drawings returned, 7 Contractor shall submit more than the number o[copies listed above. 8 b. Product Data 9 l) Distributed to the City 10 2) Copies l) u) 4 copies 12 c. Samples 13 |) Distributed to the Project Representative 14 2) Copies 15 u) Submit the number stated in the respective Specification Sections. 16 J. Distribute reproductions o[approved shop drawings and copies o[approved 17 product data and samples, where required,to the job site filcand elsewhere us 18 directed by the City. 19 u. Provide number o[copies ay directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 | The review of shop drawings,data and samples will be for general conformance 23 with the design concept and Contract Documents. This isnot tobc construed as: 24 o. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor o[responsibility for any errors, including details, 26 dimensions,and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment o[the terms o[the Contract. 32 u. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 J. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades,for selecting fabrication processes, 36 for techniques of assembly and for performing Work inusafe manner. 37 4. )[the shop drawings, data or samples us submitted describe variations and show 38 departure from the Contract requirements which City finds tnbointhe interest of 39 the City and tobcso minor usnot to involve u change in Contract Price or time for 40 performance,the City may return the reviewed drawings without noting uu 41 exception. 42 5. Submittals will be returned to the Contractor under l of the following codes: 43 u. Code 44 l) ''NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 40 u) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code CITY or FORT WORTH rwmc BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION oocI/mEwrs 02214 Revised December zo.zo/z 013300-6 SUBMIT'rALS Page 6 of 1 1) "E"XCEFFIONS NoTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however, all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1), "EXCE,PTIONS NOTEWRIESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however, all notations and comments must be incorporated into the 12 final product 13 b) This resubmittal is to address all cornments,omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manulacturer/verldor 23 to meet the C-ontract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense, 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense,based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than I resubmission or any other delay in obtaining City's 37 review of submittals,will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial,at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor,and will be considered "Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction[indicated on the shop drawings to 47 constitute a change to the Contract Documents,then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPM117,1W STANDARD CONSTRUC110N SPECIFICA HON MAWENTS 02214 Revised Decembeir 20:,2012 01 13,00-7 SUBMI I-TALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. if specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information(RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information(RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with -01- and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.1.2 WARRANTY [NOT USED] CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised December 20,2012 01 3300-8 SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Lot; DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.x.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised December 20,2012 o/ n o / upccmLpxo/Errrmm/x/xI-x PaLe / mx ) SECTION 0l35l3 Z SPECIAL PROJECT PROCEDURES 3 PART l - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 |. The procedures for special project circumstances that includes, but is not limited to: 7 u. Coordination with the Texas Department o[Transportation 8 b. Work near High Voltage Lines Y c. Confined Space Entry Program 10 d. Air Pollution Watch Days l| c. Use o[Explosives, Drop Weight, Etc. 12 [ Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps ofEngineers 15 i� Coordination within Railroad permits areas 16 j Dust Control 17 k. Employee Parking 18 B. Deviations from this City o[Fort Worth Standard Specification R |. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 \. Division 0—Bidding Requirements, Contract Forms and Conditions o[the Contract 22 2. Division | —OenendRequincmcrko 23 3. Section 33 |225—Connection ho Existing Water Mains 24 1,3 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 |. Coordination within Railroad permit areas 27 a. Measurement 28 |) Measurement for this Item will hehy lump sum. 29 b. Payment 30 \) The work performed and materials furnished in accordance with this Item 31 will be paid for ai the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 |) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required toprotect the riAht-o[-wayand 40 property o[the Railroad from damage arising out o[and/or from the 41 construction of the Project. 42 2. Rui|roudF|ugmen CITY or FORT WORTH rwwc BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ozz/« Revised December zo,m/z 013.513•.2. SPECIAL PROJECT M)CEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) her requirements associated with Railroad 11 3. All other items 12 a. or associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 19 Specification,unless a date is specifically cited. 19 2. Health and Safety Code,Title 9. Safety, Subtitle A.Public Safety,Chapter 752. 20 High Voltage Overhead Lines, 21 3. North Central Texas Council of Governments(NcTcOG)—Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation (TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines(more than 600 volts measured between 35 conductors or between a conductor and the ground)shall be in accordance with 36 Health and Safety Code,Title 9,Subtitle A,Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. I.."quipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage-type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines Cn-Y OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD C0NSrW..jc'rION SPEC IFICATION DOCUMENTS 02214 Revised December 20,20112 o/ zs o 3 SPECIAL pxo/Er/pnornx/xsx ra,-�'3*x | u. Notification shall bc given to: 2 |) The power company (cxump|c: UNCUR) 3 u) Maintain un accurate log of all such calls 0o power company and record 4 action taken in each case. 5 b. Coordination with power company 6 |} After notification coordinate with the power company to: 7 u} Erect temporary mechanical barriers, de-energize the lines, or raise or X lower the lines 9 o. yVn personnel may work within 6 feet nfu high voltage line before the above 10 requirements have been met. || C. Confined Space Entry Program 12 |. Provide and follow approved Confined Space Entry Program in accordance with 13 OSHA requirements. 14 2. Confined Spaces include: 15 u. Manholes 76 b. All other confined spaces in accordance with O8B&'m Permit Required for 17 Confined Spaces |X D. Air Pollution Watch Days \V l. General 20 u. Observe the following guidelines relating tn working on City construction sites 21 nn days designated uo"AIR POLLUTION WATCH DAYS". 22 k Typical Ozone Season 23 \) May | through October 3|. 24 o. Critical Emission Time 25 |) 6:00u-m. to |0:00u-m. 26 2. Watch Days 27 u. The Texas Commission nn Environmental Quality(TCBC), incoordination 28 with the Nuiinnu| Weather Service, will issue the Air Pollution VVuioh by 3:00 29 pm. on the afternoon prior tn the WATCH day. 30 b. Requirements 31 l) Begin work after |0:00u.m. whenever construction phasing requires the 32 use nf motorized equipment for periods in excess nf| hour. 33 2) However, the Contractor may begin work prior tn )0:00u.nu. i[ 34 u) Use nfmotorized equipment is less than | hour, or 35 b) |f equipment io new and certified by BP/\ as "Low Emitting", or 36 equipment bums Ultra Low Sulfur Diesel (UL8D), diesel emulsions, or 37 alternative fuels such usCNO. 38 B. TCE0 Air Permit 39 \. Obtain TCB[)Air Permit for construction activities per requirements nfTCB[). 40 P. Use of Explosives, C)n,p Weight, Etc. 41 \. When Contract Documents permit on the project the 6/Unvving will apply: 42 u. Public Notification 43 \) Submit notice tn City and proof of adequate insurance coverage,24hours 44 prior hocommencing. 45 2) Minimum 24 hour public notification in accordance with Section 8l3\ 13 46 O. Water Department Coordination CITY or FORT WORTH pmmc BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ozz/« Revised December zn.zo|z W 35 0-4 SPECIAL PROJEICTPROCEDURFS Page 4 oll I I. During the coristruction of this project, it will be necessary to deactivate,for a 2 perio�d of time,existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivaiing and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the C ity's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed,obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on I I to accommodate the construction of the project is required,coordinate this 12 activiI:y through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7,Chapter 28.03(Criminal Mischief)and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition,the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Nor to Beginning Construction 20 1, Prior to beginning construction on any block in the project, on a block by block 21 basis,prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1j Prepare flyer on the Contractors letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Prqject No(CPN) 30 c) Scope of Project(i.e.type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 1) Name of the City's inspector and phone number 34 g) City'S afirer-hours phone number 35 2) A sample of the'pre-construction notification' flyer is attached as Exhibit 36 A., 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector, 39 4) Deliver flyer to the City Inspector for review prior to distribution, 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 1. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction,prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 inten-uption. CrTY0FF0Rrwo)zFn FWNC HOAIWWALK REDEVEI OPMENT STANDARD CONSTRUCTION SPECIFICATION IX)C➢MENrS 02214 Revs., d Deceimbev 20,2012 o/ n o 5 SPECIAL puo/sc/pm/cnx'uus ,a&cS"/x | b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 |) Name of the project 4 2) City Project Number 5 ]) Date nf the interruption ofservice h 4) Period the interruption will take place 7 5) Name o/the contractor's foreman and phone number V 6) Name nf the City's inspector and phone number 9 o. A sample of the tcmpnmry water service interruption notification is attached as 10 Exhibit B. I d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 c. No interruption nf water service can occur until the flyer has been delivered tn 14 all affected residents and businesses. |} [ Electronic versions nf the sample flyers can bc obtained from the Project 16 Construction Inspector. 17 J. Coordination with United States Army Corps nf Engineers(US/\CE) 18 l. ,4t locations inthe Project where construction activities occur in areas where 19 USACG permits are required, meet all requirements set forth in each designated 20 pen-nit. 21 K. Coordination within Railroad Permit Areas 22 |. At locations in the project where construction activities occur in areas where 23 railroad permits are required. meet all requirements set forth in each designated 24 railroad permit. This includes, but isnot limited to,provisions for: 25 a. Flagmen 26 b. lnopeoinm 27 c Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 [ Other employees required 0n protect the 68ht-nf-*ay and property ofthe 31 Railroad Company from damage arising out nf and/or from the construction of 32 the project. Proper utility clearance procedures shall bcused in accordance B with the permit guidelines. 34 2. Obtain any supplemental information needed tncomply with the railroad's 35 requirements. 36 l Railroad Flagmen 37 a. Submit receipts tnCity for verification nf working days that railroad flagmen 38 were present nnSite. 39 L. Dust Control 40 \. Use acceptable measures tn control dust ut the Site. 41 a. If water is used tocontrol dust, capture and properly dispose nf waste water. 42 b. lf wet saw cutting is performed, capture and properly dispose nfslurry. 43 M. Employee Parking 44 ). Provide parking for employees at locations approved by the City. CITY op FORT WORTH rWwc BOARDWALK REDEVELOPMENT orAwu^no CONSTRUCTION opcor/cxnowoocoMswrx ozz/* Revised December ao.zo/z SPECRAL PROJECTPROCEDURFS Page 6 of 8 1 1.5 SUBMITTALS [NOT' USEDI 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2® PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 END OF SECTION 12 Revision I.og ................. DATE NAME SUMMARY OF CHANGE 1.4.11--Added requirement of complianee xvith Health and Safety Code,Title 9. 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. IAE Added Contractor responsibility f®r obtaining a TCEQ Air Permit 13 MY OF FORT WORTH I" NC'BOARDWALK.RMENE"LOPMENT STANDARD CONSTRUC110N SPECIFICATION DOCUMENIN 02214 Revised December 20,2012 01 3i 13-7 SPECIAL PROJECT PROCEDURFS Pafle 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: to Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH FWNC BOARDWALK REDFVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised December 20,2012 01 35 13-8 SPECIAl.,PROJECTPROCII)IJ RES Page 8 of'8 EXHIBIT B ]VORTWORTH DaW Dole NO.xxxx Project Haw. NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. Al (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR R. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE ASS RT AS POSSIBLE. THANK YOU, CONTRACTOR 3 4 C rY OF FORT WORTH FWNC BOAFWWALK REDI"WELOPMEyr STANDARD CONSTRU010N S 11ECIFWAMON DOCUMENTS 022➢4 Revised December 20,2012 o/ 45 23 / TES nwa AND INSPECTION SERVICES Page / oo | SECTION 01 4523 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1,1 SUMMARY 5 A. Section Includes: h l. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 l. None. 9 C. Related Specification Sections include, but are not necessarily limited to: lO l. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract ll 2. Division l —Gonoru| Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 l. Work associated with this Item is considered subsidiary to the various Items bid. 15 Y4o separate payment will be allowed for this Item. 16 u. Contractor is responsible for performing, coordinating, and payment o[all 17 Quality Control testing. 18 h. City is responsible for performing and payment for first set ofQuality 19 Assurance testing. 20 l) |f the first Quality Assurance test performed hy the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until u passing test occurs. 23 a) Final acceptance will not hoissued by City ond\ all required payments 24 for testing hy Contractor have been paid in full. 25 1,3 REFERENCES [NOT USED] 26 1,4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 i. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 u. When testing is required toboperformed hy the City, notify City, sufficiently 31 in advance, when testing is needed. 32 h. When testing is required tobecompleted hy the Contractor, notify City, 33 sufficiently in advance,that testing will he performed. 34 3. Distribution of Testing Reports 35 u. Electronic Distribution 36 l) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Bozzyuw site, or another ex1crou\ FTP site approved by 38 the City. CITY or FORT WORTH rvw/c BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 W 452D-2 '11'ES'l INC;AND INSPECTION SIEMCES Page 2 of 2 1 2) Upload test reports to designated protect directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) Hard Copies 4 a) I copy for all submittals submitted to the Protect Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests peffbirmed by City 7 a) Distribute I hard copy to the Contractor 8 2) Tests performed by the Coliatractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City"s 11roject Repitsentative with trip tickets for each delivered load of 11 Concrete or Lime matefiarl including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 L Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents., 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALWINFORMATIONAL SUBMITTALS [NC. T USED] 20 1®7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 A. NTY [NOT USED] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3® EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE J 30 CITY OF FORT OR FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRILK711ON SPECIMAIJON DOCUMENTS 022W RevisedJuly 1,201 1 ILMPORARY FACILITIES AND CONTROLS Page I of 4 1 SECTION 01 50 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 —General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping,equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City I week before water for construction is desired CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 01 5000-2 I'EMPMARY FACILITHES AND CA NTIR.011ILS Page 2 of 4 I d. Contractor Payment for Construction Water 2 1) Obtain consttuction water meter from City for payinent as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work,including 6 testing of Work. 7 1) Provide power for fighting,operation of equipment,or other use. 8 b. Electric power service includes ternporasy power service or,generator to 9 maintain operations during scheduled shutdown. 10 44 Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide ternporary heat andventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation,, 26 3. Locate facilities near Work Site and keep clean and maintained throughout Pro.1 I ect. 27 4. Remove facilities at completion of Pi oject 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage,, 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3 Store materials in a neat and orderly manner, 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting,and provide electrical service for 37 equipment space heaters and hearing or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary,structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or constniction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STAND AIM CONSTR ➢MION SPX CHICATION TYK,UMFNTS 02214 Revised July 1,2011 01 5000- 3 I FMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12 WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3- EXECUTION [NOT USEDI 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 01 5000-4 I'EMPORARY FACUPIES AND(:oicrROIS Page 4 of"A 1 1. Rernove all temporary facilities and restore area after cornpletion of the Work.,to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CFTY OF FORT WOW11i FWNC BOARI)WALK IREDEVELOP -ii fr STANDARD CONSTRUCTION SPECIFICA1 ION D(X,UMENTS 02214 Revind July 1,2011 o/ ozu / mx*r/mL PERM nxwowxxnrmmwSmmaFFIcCONTROL Pape / vo / SECTION 0[ 5526 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PAR31 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 l. Administrative procedures[or ? a. Street Use Permit 8 h. Modification o[approved traffic control 9 o. Removal o[Street Signs 10 Q. Deviations from this City o[Fort Worth Standard Specification l| l. None. 12 C. Related Specification Sections include, but are not ncocysmi|y limited to: 13 l. Division O—BiddingRcqui,ementy, ContoactPormymnd Conditions o[the Contract 14 2. Division l —Gencru| Requirements 15 2. Section 247l l2 —TruffioControl 16 1,2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 l. Work associated with this )tom is considered subsidiary tu the various Items hid. 19 No separate payment will he allowed for this Item. 20 8.3 REFERENCES 21 A. Reference Standards 22 l. Reference standards cited in this specification refer to the current reference standard 23 published uithe time o[the latest revision date logged olthe end ofthis 24 specification, unless uda1e is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devioes(TK4UTCD). 26 1,4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 l. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 24 71 lJ. 31 h. When traffic control plans are not included in the Drawings, prepare tcuOfio 32 control plans in accordance with Section 247) l3 and submit iu City for 33 review. 34 l) Allow minimum lO working days for review o[proposed Tcaffio Control. 35 B. Street Use Pen-nit 36 l. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans toCity 38 Transportation and Public Works Department. CITY op FORT WORTH pwmc BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 W 5526-2 STREEFLNE PERMIT AND MODIFICATIONSTWMAFFIC CONTROL Page 2 of'3 1 1) Allow a minimuni of 5 working days for pertnit review. 2 2) Contractor's responsibility to coordinate review of Traffic Coll-Itrol plans for 3 Street Use Pennit, such that construiction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Departnient Transportation and 7 Public Works]Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Controll 11 plans for Street Use Permit,such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction,then contact 14 City Transportation and Public Works Department,Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs,replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices(M(JTCD). 20 2.. Install temporary sign before the removal of permanent sign. 21 3. When construction is cornplete,to the extent that the permanent sign can be 22 reinstalled,contact the City Transportation and Public Works Department, Signs 23 and Markings Division,to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website, 26 1.5 SUBMITTALS ]NOT USED] 27 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS [NOT E)SEDI 35 PART 3- EXECUTION [NOT USED] 36 END OF SECTION MY OF FORT WORTH FWNC BOARDWALK REDEVEIOPMENT STANDARD CONSTRUCTION SPEC HICATION 1)(KIMEMS 02214 Revised July 1,201 1 015526-3 STREEF USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 01 57 13- I STORM WATER POLLUTION PREVENTION Page 1 of 3 I SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the I 1 Contract 12 2. Division 1 —General Requirements 13 3. Section 31 25 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than I acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 31 25 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change:NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Stonn Management(iSWM)Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 W 5713-2 STORM WATFR POILT VTION PREVEN7110N Pape 2 of 3 I B. Construction Activities resulting in: 2 1. 1.,ess than I acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 31 25 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System(FPDES)General Construction 7 Permit is required 8 b® Complete SWPPP in accordance with TCEQ requirements 9 1 TCEQ Small Construction Site Notice Required under general permit 10 TXR150000 I I a) Sign and post at job site 12 b) Prior to Preconstruction Meeting,send I copy to City Department of 13 Transportation and Public Works,Environmental Division, (817)392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR 150000 General Permit 19 d) SWPPP 20 e) TCEQ requirements 21 3. 5 acres or more of Disturbance 22 a. Texas Pollutant Discharge Elimination System(TPDES)General Construction 23 Permit is required 24 b. Complete SWPPP in accordance with 11VF'IQ reqirwirements 25 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee 26 a) Sign and post at job site 27 b) Send copy to City Department of Transportation and Public Works, 28 Environmental Division,(817)392-6088. 29 2) TCEQ Notice of Change required if making changes,or updates to NOI 30 3) Provide erosion and sedliment control in accordance with.- 31 a) Section 3125 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) 'FCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met aTCEQ Notice of Termination can be submitted, 38 a) Send copy to City Department of'17 mnsportation and Public Works, 39 Environmental Division,(817)392-.60880 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00,except as stated herein. 43 a. Prior to the Preconstruction Meeting,submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will fiorward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPE(7111.11('ATION 1XXA NIENTS 02214 Revised My 1,2011 01 57 13-3 S IORM WATER POI.LIITION PREVENTION Pape 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3- EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 015813-1 TEMPORARY PROJECT SIGNAGE Page I of 3 I SECTION 01 58 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division l —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 01 58 B­2 n.-ImPORARY PROJECT SIGNAGE Pagc 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/4-inch fir plywood,grade A-C(exterior)or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3® EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed,upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Ban-icade 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD[OR] SITE QUALITY CONTROL[NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 MY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONS"I'RUC1110N SPE'CIFICA310N WK7UMENTS, 02214 Revised July 1,2011 01 58 13-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMFN7:S 02214 Revised July 1,2011 4® d, PARKS AND COMMUNITY SERVICES r� et T Funding R rare t is Name_�_ it ',-- Questions s on this Project Call's 12° (317) 392 i After Hours all: 817 392 XXXX � 1i '---hftp://www.fortworthgov.org/projects— R1"TYP. 1" P. FONTS. NOTES: 1, FORT WORTH LOGO IN CHELTINGHAM BOLD IF APPLICABLE TO THE PROJECT, ALL OTHER LIETTERING IN ARIAL SOLD CONTRACTOR SHALL OBTAIN VINYL STI It*CITY GAS LEASE REVENUE COLORS: IN ACTION'/LOGO AT CDR SIGN AND FORT WORTH-PMS 288-BLUE ENGRAVING,6311 EAST LANCASTER � LONGHORN.LOGO-PMS 726-BROWN AVE(817-451-4884),PEEL AND PLACE LETTERING-PMS 288-BLUE IN FUNDING SECTION. BACKGROUND-MITE BOEMER-BLUE PROJECT I _ NATION SIGN MY OF FORT WOMM -CONMUCTON STANDARD DRAWING NO. 1 -H SATE, o/ ^ow / nxun/c/m/QUm*m*wrs Page / mz | SECTION Ol &00O 2 PRODUCT REQUIREMENTS ] PART8 - GENERAL 4 8,8 SUMMARY 5 A. Section Includes: 6 |. References for Product Requirements and City Standard Products List 7 B. Deviations from this City of Fort Worth Standard Specification 8 \. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 |. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract ll 2. Division | —0cnco| Requirements 12 1'3 PRICE AND PAYMENT PROCEDURES [NOT USED] l] 1,3 REFERENCES [NOT USED] 14 8.4 ADMINISTRATIVE REQUIREMENTS 15 A. /\ list of City approved products for usc is located on Ruzzsxv as follows: 16 |. Rcsourcos\O2' Construction Documcn1s\8tandurdPruductsList 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use onthe Project. 19 l. Any subsequently approved products will only be allowed for use upon specific 20 approval hy the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 l. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although uspccific product is included onCity's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to,that 27 manufacturer's standard product. 28 E See Section Ol 33OO for submittal requirements of Product Data included onCity's 29 Standard Product List. 30 1.5 SUBMITTALS |NOT0SED) 31 l'& ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1'8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY or FORT WORTH Fwwc BOARDWALK nsosysLopwswr STANDARD CONSTRUCTION mpcoF/cA nowDOCUMENTS 02214 Revised December zn.zn/z 016000-2 PRODUCT 10-1,AARENAL-INTS Page 2 of'2 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12112 D.Johnson Modified location rat ity"s Standard Product llst 8 orry OF FORT WORTH FWNC BOA ➢)WALK REDEVE.,OPMENT STANDARD CONSIRUC110N SPECIFICATION D(XI)MENTS 02214 Rev sed December 20,2012 01 66 00- 1 PRODUC"1 S IORAGI:AND HANDLING KE01,11REMENIS Pare 1 44 I SECTION 01 66 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS 02214 Revised July I,2011 W(600-2 PROIDUCTSTORAGE,AND HANDLING RI-QUIRUMEMS Page,2 of 4 1 40 Deliver products or equipifnent in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer,item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documietits and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 20 Make necessary provisions for safe storage of materials and equipinent. 14 a. Place loose soil materials and materials to be incorporated into or to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel,adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings,or approve(J by City's Project Representative,, 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off'-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns,grass plots or other private property for storage purposes without. 28 written permission of owner or other person in possession or control of preinises,, 29 7. Store in manufacturers' unopened containers. 30 8. Neatly,safely and compactly stack materials delivered and stored along line of 31 or to avoid inconvenience and darnag r,e to property owners and general public 32 and maintain at least 3 feet from fire hydrant,, 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns,sidewalks,streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet;unless otherwise approved in writing by City's 38 Project Representative. CITY OF FOWF WORTTI FWNC BOARDWALK 111:�r.YEVIMOPM✓NT S"1"ANDARD CONSIRUC710N SPECIFICATION DOCUME"N'llS 02214 Revised JWy 1,2011 01 (:600-3 PR(M UC`I"STORAG[AND IIANDI.INGRLOtIIRFMENTS Pne 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July I,2011 01 66 00-4 PRODUCT STORAGE AND Ii IANDJ JNG RF,,0UIREMENTS Page 4 of4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH F BOARDWALK REDEVELOPMENT STANDARD CONSTRUC11ON SPFCIFICATION DOCUMENTS 02214 Revised My 1,2011 o/ moo / mxmx//A m,w AND x/»xmxLuxnow Pa&e / of4 | SECTION O17O00 2 MOBILIZATION ANDRE[WOB|L|ZAT|ON 3 PART l - GENERAL 4 l'l SUMMARY 5 A. Section Includes: 6 |. Mobilization and Demobilization 7 o. Mobilization 8 l) Transportation of Contractor's personnel,equipment, and operating supplies Y to the Site 10 2) Establishment o[necessary general facilities for the Contractor's operation \| at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from l location to another location onthe Site. 17 b. Demobilization 18 l) Transportation of Contractor's personnel,equipment, and operating supplies 19 mvuy from the Site including disassembly 20 2) Site Clean-up 21 3) Removal ofall buildings and/or other facilities assembled a1 the Site for this 22 Contract 23 o. Mobilization and Demobilization donot include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Rcmobi|ization 26 u. Rcnuobi|ization for Suspension of Work specifically required in the Contract 27 Documents orus required by City includes: 28 |) Demobilization 29 u) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 cquipnucnt, supplies, and other facilities usdesignated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up uy designated in the Contract Documents 34 2) Rcnuobi|ization 35 o) Transportation of Contractor's personnel,equipment, and operating 36 supplies tothe Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will bc made for: 40 a) Mobilization and Demobilization from one location to another onthe 41 Site in the nonnu| progress ofperforming the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 u. Mobilization and Demobilization CITY or FORT WORTH pwmc BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 0221* Revised December zo.zo/z W 7000..2 MOBILIZATION AND REMOBILVA RON Page,2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel,equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued or Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel,equipment,and operating 9 supplies from the Site including disassembly for each issued Work 10 Order I I b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessairily limited to- 22 1. Division 0­Bidding Requirements,Contract Forms and Conditions of the Contract 23 2. Division I —General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materialls furnished in accordance with this Item 39 and measured as provided under"Measurement"will be paid for at the unit 40 price per each"Specified Remobillization"in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section I.I.A.2.a.1) 44 2) Remobilization as described in Section I.I.A.2.a.2) 45 d. No payments will be made for standby,idle time, or lost profits associated this 46 Item. CITY OF FORT WORTH FWNC BOARDWALK RE-DEVELOPMENT STANDARD CONSTRUC11ON SPECIFICATION DOCUMENI S 02214 Revised December 20,2012 01 7000-3 MOBILIZATION AND REMOBILIZATION Pape 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby, idle time, or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents I1 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"will be paid for at the unit 14 price per each"Work Order Mobilization"in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section 1.1.A.3.a.1) 19 2) Demobilization as described in Section 1.1.A.3.a.2) 20 d. No payments will be made for standby, idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement"will be paid for at the unit 29 price per each"Work Order Emergency Mobilization' in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby, idle time, or lost profits associated this 36 Item. 37 1.3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE [NOT USED] 44 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised December 20,2012 01 '70 00 4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION [NOT USED] 5 END OF SECTION 6 Revision Log DATE NAME SUMMARY OF CHANGE 7 CIFFY OF FORT WORTli F BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised December 20,2012 o/ n z» / omnnUm IONS/x KING xwoo/nve m� / m4 I SECTION 01 71 23 Z CONSTRUCTION STAKING AND SURVEY ] PART I - GENERAL 4 1'1 SUMMARY j A. Section Includes: 6 |- Requirements for construction staking and construction survey 7 B. Deviations from this City o[Fort Worth Standard Specifiou/ion 8 l. None. q C. Related Specification Sections include, but are not ncctumurUy limited to: )O |. Division 0—Bidding Requirements, Contract Forrns and Conditions of the Contract 11 2. Division l —OcnooJ Requirements 12 1'I PRICE AND PAYMENT PROCEDURES }J A. Measurement and Payment 14 |. Construction Staking lj u. Measurement 16 |) This Item iu considered subai diary tn the vurinus |tc/ns bid. 17 b. Payment 18 |) The work performed and the materials furnished in accordance with this |Y )tcnu are subsidiary to the various bomy bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 |) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 |) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1'3 REFERENCES )NOT USED] 29 1,4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1'5 SUBMITTALS Jl A. Submittals, i[required, shall bein accordance with Section 01 33 00. 32 B. All submittals shall be approved by the City prior todelivery. 33 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 34 A. Certificates 35 |. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-confon-nance with requirements of the Contract Documents. 37 u. Certificate must be yeu|nd by urngistoroJ professional land surveyor in the 38 State o[Texas. CITY op FORT WORTH Fwwc BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ozz)^ Revised December zo,zn/z 01 71123-2 CONsiRuc rjoN STAI(UNG AND SURVEY Page 2 ol'4 I B. Field Quality Control Submittals 2 1. Documentation verifying accuracy of field engineering work. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Construction Staking 7 1. Construction staking will be performed by the Contractor. 8 2. Coordination 9 a. Contact City's Project Representative at least 2 weeks in advance for 10 scheduling of Construction Staking. 11 b. It is the Contractor's responsibility to coordinate staking such that construction 12 activities are not delayed or negatively impacted. 13 3, General 14 a. Contractor is responsible for preserving and maintaining stakes furnished by 15 city. 16 b. If in the opinion of the City,a sufficient number of stakes or markings have 17 been lost,destroyed or disturbed,by Contractor's neglect,such that the 18 contracted or cannot take place,then the Contractor will be required to pay 19 the City for new staking with a 25 percent markup, The cost for staking will be 20 deducted from the payment due to the Contractor for the Project. 21 B. Construction Survey 22 1. Construction Survey will be performed by the Contractor. 23 2. Coordination 24 a. Contractor ontractor to verify that control data established in the design survey remains 25 intact. 26 b. Coordinate with the City prior to field investigation to determine which 27 horizontal and vertical control data will be required for construction survey. 28 c. It is the Contractor's responsibility to coordinate Construction Survey such that 29 construction activities are not delayed or negatively impacted. 30 d. Notify City if any control data needs to be restored or replaced due to damage 31 caused during construction operations. 32 1) City shall perform replacements and/or restorations, 33 3. General 34 a. Construction survey will be performed in order to maintain complete and 35 accurate logs of control and survey work as it progresses for Project Records. 36 b. The Contractor will need to ensure coordination is maintained with the City to 37 perform construction survey to obtain construction features, including but not 38 limited to the following: 39 1) All Utility Lines 40 a) Rim and flowline elevations and coordinates for each manhole or 41 junction structure 42 2) Water Lines 43 a) Top of pipe elevations and coordinates for waterlines at the following 44 locations: 45 (1) Every 250 linear feet CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFIC CA rJON I)OCUME I NTS 02214 Revised December 20,2012 o/ n2y s CONS/mm ION STAKING AND SURVEY paL"a"/4 | (2) Horizontal and vertical points of inflection. Curvature, etc. (N| 2 Fittings) 3 (3) Cathodic protection tes stations 4 (4) Sampling stations 5 (5) Meter boxes/vaults(All sizes) 6 (6) Fire lines 7 (7) Fire hydrants 8 (8) Gate valves 9 (9) Plugs, $ubou1o, dead-end lines \O (10) Air Release valves(Manhole rim and vent pipe) \\ (ll) Blow off valves(Manhole rim and valve lid) 12 (12) Pressure plane valves 13 (13) C\eaningwycs 14 (14) Casing pipe(each end) 15 b) Storm Sewer 16 (l) Top of pipe elevations and coordinates ut the following locations: 17 (u) Every 250 linear feet 18 (b) Horizontal and vertical points of inflection, curvature,etc. 19 c) Sanitary Sewer 20 (l) Top ofpipe elevations and coordinates for sanitary sewer lines u1 21 the following locations: 22 (u) Every 250 linear feet 23 (b) Horizontal and vertical points of inflection, curvature, etc. 24 (c) C|cunouts 25 c. Construction survey will bc performed in order,o maintain complete and 26 accurate logs of control and survey work associated with meeting or exceeding 27 the line and grade required by these Specifications. 28 d. The Contractor will need to ensure coordination is maintained with the City to 29 perform construction survey and to verify control data, including but not 30 limited to the following: 31 l) Established benchmarks and control points provided for the Contractor's 32 use are accurate 33 2) Benchmarks were used to furnish and maintain all reference lines and 34 grades for tunneling 35 3) Lines and grades were used to establish the location of the pipe 36 4) Submit to the City copies offield notes used to establish all lines and 37 grades and allow the City to check guidance system setup prior 10 38 beginning each tunneling drive. 39 5) Provide access for the City to verify the guidance system and tile line and 40 grade of the carrier pipe ona daily basis. 41 6) The Contractor remains fully responsible for the accuracy o[the work and 42 the correction of it, usrequired. 43 7) Monitor line and grade continuously during construction. 44 8) Record deviation with respect to design line and grade once u1each pipe 45 joint and submit daily records toCity. 46 9) If the installation does not meet the specified tolerances, immediately notify 47 the City and correct the installation in accordance with the Contract 48 Documents. 49 1,10 DELIVERY, STORAGE,AND HANDLING [NOT USED] CITY or FORT WORTH pwwc BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS nzz/* Revised December zn.zn/z 01 71 23-4 CONs,rRUcT10N STAKING AND SURVEY Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USEDI 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION[NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 APPLICATION 9 3.5 REPAIR/RESTORATION[NOT USED] 10 3.6 RE-INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 13 City in accordance with this Specification. 14 B. Do not change or relocate stakes or control data without approval from the City. 15 3.8 SYSTEM STARTUP [NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION [NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 24 MY OF FORT WORTH FV,(NC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION D0CUMF,NTS 02214 Revised December 20,2012 017423- I CLEANING Page I of 4 1 SECTION 0174 23 2 CLEANING 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Intermediate and final cleaning for Work not including special cleaning of closed 7 systems specified elsewhere 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division l —General Requirements 13 3. Section 32 92 13—Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July I,2011 01 7423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART2- PRODUCTS 4 2.1 OWNER-FURNISHED loRj OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3- EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL[NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies, MY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUC'TION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 017423-i CLEANING Page 3 of-4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic,adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight-exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior(Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re-seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13. 39 2. Sweep roadway to remove all rocks, pieces of asphalt,concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to,vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS 02214 Revised July 1,2011 01 7423-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities,and upon approval by 2 City,remove erosion control from site. 3 54 Clean signs, lights,signals,etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY OF CfIANGE 10 CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2019 01 77 19- I CLOSEOUT REQt IIREMENI-S Page I of 3 I SECTION 0177 19 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 01 77 19-2 CLOSEOUT WA)(611fiFMLNTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED) 3 PART 2 ® PRODUCTS [NOT USED] 4 PART 3® EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection,submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data,if required,in accordance with Section 01 78 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 14 After final cleaning,provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor,in 19 writing within 10 business days,of any particulars in which this inspection 20 reveals that the or is defective or incomplete. 21 2. Upon receiving written notice from the City,immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice,inform the City,that the required Work has been completed. Upon receipt 26 of this notice,the City, in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include,but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. flandwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CF FY OF FORT WORTH F BOARDWALK REDEVELOPME'NT STANDARD CONSTRUCTION SPIECIFICATION DOCUMENTS 02214 Revised My 1,2011 01 7719-3 CLOSEOU f REQ, 11REMENTS Paee 3 of 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report(if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION [NOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 OI7823- I OPERATION AND MAINTENANCE DATA Pa,-,c I of 5 I SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include,but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers(to be operated by the City) 1 I c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division l —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 % inches x l 1 inches 34 b. Paper 35 l) 40 pound minimum, white, for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised December 20,2012 017823-2 OPERA-TION AND MAIN FENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab,bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly-least"for each separate product,,or each piece of operating 5 equipment. 6 1) Provide typed description of product,and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title"OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used,correlate the data into related consistent 19 groupings. 20 4. If available,provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume,arranged in systematic order 23 a. Contractor,name of responsible principal,address and telephone number 24 b. A list of each product required to be included, indexed to content of the Volume 25 c. List,with each product:: 26 1) Then e,address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included,indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagTams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text,as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH F BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised December 241,2012 017823-3 OPE-RATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products,applied materials and finishes: 8 a. Manufacturer's data,giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data,giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system,as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in,routine and normal operating instructions 32 2) Regulation, control,stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment,adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised December 20,2012 W '78 23-4 0111-I'RAI ION AND MAINTUiNANCEDA I A Page 4 of 5 1 i. Charts of valve tag numbers,with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices,and 3 recommended quantities to be maintained in storage 4 k. her data as required under pertinent Sections of Specifications 5 3. Content,for each electric and electronic system,as appropriate: 6 a. Description of system and component parts 7 1) Function,normal operating characteristics,and limiting conditions 8 2) Performance curves,engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to"trouble shooting" 22 3) Disassembly,repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts,manufacturer's current prices,and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH F BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised December 20,2012 M 7823- OPERATION AND MAINTU NANO E DAI A Page 5 of'5 1 1.10 DELIVERY, STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USEDI 5 PART 3® EXECUTION [NOT USEDI 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.I title of section removed 8 CFFY OF FORT WORTH rWNC BOARDWALK REDEVELOPME,,NT STANDARD CONSI'RUCTION SPECIFICAMN DOCUMENTS 02214 Revised December 20,2012 01 78 39- 1 PROJECT RECORD DOCUMENTS Page I of 4 1 SECTION 01 78 39 2 PROJECT RECORD DOCUMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 1 I d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 01 7839-2 PROJECT RECORD DOCUMENIS Page 2 of 4 1 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work,both concealed and 4 visible,to enable future modification of the or to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data,use means necessary to again secure the data 12 to the City's approval. 13 a. In such case,provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-FURNISHED[OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed,secure from the City,at no 22 charge to the Contractor, I complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 25 the City I complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3- EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set,identify each of the Documents with the 35 title, "RECORD DOCUMENTS-JOB SET". CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil(not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a"cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits,circuits,piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor,subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment,conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents,coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 Revised July 1,2011 01 7839-4 PROJECT RECORD D(_)(XJMFNTS Page 4 of 4 1 c., Call attention to each entry by drawing a"cloud" around the area or areas 2 affected. 3 d. Make changes neatly,consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents,other than Drawings,have been kept clean during progress of 7 the Work,and if entries thereon have been orderly to the approval of the City, a the job set of those Documents,other than Drawings,will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City,secure a new copy of that I I Document from the City at the City's usual charge for reproduction and 12 handling,and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION [NOT USED) 16 3.7 FIELD [OR] SITE QUALITY CONTROL[NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH F BOA. WALK REDEVELOPMENT' STANDARD CONSTRUCnON SPECIFICATION DOCUMENT'S 02214 Revised July 1,2011 DIVISION 02-EXISTING CONDITIONS 0241 19- 1 Selective Structure Demolition Page 1 of 3 SECTION 02 41 19 SELECTIVE STRUCTURE DEMOLITION PART 1 -GENERAL 1.01 SUMMARY A. Section Includes: 1. Taking down, cutting away, breaking out and removing portions of the existing building to accommodate new construction. 2. Disconnecting,capping and removing identified utilities. 3. Offsite disposal and/or salvaging for reinstallation,indicated components. 1.02 PROJECT CONDITIONS A. Existing Conditions: Owner assumes no responsibility for actual condition of items or structures to be demolished. Contractor shall visit the building and verify the nature and extent of demolition required. Conditions existing at time of commencement of contract will be maintained by Owner insofar as practicable. However, variations within structures may occur by Owner's removal and salvage operations prior to start of selective demolition. B. Property Protection: Contractor shall be responsible for the protection of adjoining property,including all parts of the building outside the limits of demolition and site improvements outside the limits of the new construction. 1.03 SUBMITTALS A. Submit demolition and removal procedures and schedule under provisions of SECTION 01 33 23 - SHOP DRAWINGS, PRODUCT DATA AND SAMPLES. B. Submit record documents under provisions of SECTION 01 78 39 - PROJECT RECORD DOCUMENTS. Accurately record actual locations of capped utilities and subsurface obstructions. 1.04 EXISTING CONDITIONS A. Conduct demolition to minimize interference with adjacent portion of structures to remain. 1.05 PROTECTION A. Take care to ensure that there will be no damage to elements or portions thereof which are not required to be removed. Erect and maintain temporary shoring,bracing,and other means to safeguard the structural integrity of the existing portions of building and its parts to remain. B. Erect and maintain temporary bracing,shoring,lights,barricades,signs and other means to protect workers and other persons, and finishes and improvements to remain from damage; all in accordance with applicable regulatory requirements. C. Erect and maintain temporary barriers to confine dust and debris. D. Protect existing trees to remain. Keep area within the drip line clear of construction traffic, parking, soil contamination, soil stockpiling,storage of materials, debris and ponding water. PART 2-PRODUCTS 2.01 GENERAL A. Materials designated for demolition shall become the Contractor's property; remove and dispose of such materials unless otherwise indicated or specified. Sales of salvage materials are not allowed on site. B. Furnishings and equipment items to remain the Owner's property will be removed by him prior to the start of demolition(or will be designated on the drawings herein or to be removed and stored by Contractor). Items not so designated shall be considered debris and shall be removed and disposed of accordingly. C. Carefully disconnect, remove and protect items directed by the Owner to be salvaged. CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 0241 19-2 Selective Structure Demolition Page 2 of 3 D. 'Transport salvaged items to on-site storage areas designated by the Owner. PART 3 -EXECUTION 3.01 INSPECTIONS A. Prior to starting demolition, make inspection and report observable defects and structural weaknesses of construction designated for demolition,of adjacent structures,and of improvements to remain. If unsatisfactory conditions exist,do not commence demolition until appropriate determinations have been made. B. Following demolition, make inspection and report defects and structural weaknesses of items partially demolished,cut,or removed,of adjacent structures;and of improvements remaining. 3.02 PREPARATION A. Prevent movement or settlement of adjacent structures. Provide bracing,shoring and underpinning as required. B. Protect existing appurtenances,structures and landscaping which are not to be demolished. C. Locate,disconnect,remove and cap designated utility lines within demolition areas. D. Mark location of disconnected utilities. Identify utilities and indicate capping locations on project record documents. E. Provide weatherproof closures for exterior openings resulting from demolition work. 3.03 PERFORMANCE A. Shoring: Provide temporary shoring for walls and framing wherever present supports are removed or weakened. Any settling or cracking of the existing construction due to the removal of supports and faulty or insufficient shoring shall be the responsibility of the contractor and shall be repaired at no additional expense to the Owner. B. Material and Equipment Disposal: I., The materials and items of equipment which are noted and shown to be salvaged and re-used in new locations or re-used for patching shall be carefully removed and safely stored until ready for reinstallation. 2. Other items and all debris shall become the property of the Contractor and shall be removed from the premises entirely. Under no circumstances shall debris be allowed to accumulate. C. Damage: Any existing construction to be left in place which is damaged by the demolition operations shall be refinished or replaced at no additional expense to the Owner. The repair of such damage shall leave the parts in a condition at least equal to that found at the start of the work. D. Perform demolition in accordance with ANSI 10.6 and applicable regulatory requirements, E. Remove items designated for demolition within the limits of work indicated and as required to perform the work. Do not remove anything beyond the limits of demolition indicated without the prior written approval of Architect. If in doubt whether to remove an item,obtain written approval prior to proceeding. F. If in the event hazardous materials(asbestos,PC 's etc.)are encountered during the course of the demolition work,or if it is even suspected that such materials will or have been encountered cease work immediately in the affected area and promptly notify the Owner and Architect. 3.04 CUTTING A. Make new openings neat,as close as possible to profiles indicated and only to extent necessary for new work. B. Do not cut or alter structural member's unless specifically indicated or approved,and do not damage reinforcing or structural steel to remain. C. At concrete, masonry, paving and other materials where edges of cuts and holes will remain exposed in the completed work, make cuts using power-sawing and -coring equipment. Do not over-cut at comers of cut openings. CITY OF FORT WORTH F BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 0241 19-3 Selective Structure Demolition Page 3 of 3 D. Upon completion of cutting and coring, clean remaining surfaces of loose particles and dust. 3.05 PIPES, DUCTS AND CONDUITS A. Remove deactivated mechanical, plumbing and sprinkler piping, ducts and electrical conduit, including fastenings,connections and other related appurtenances and accessories which would otherwise be exposed in the completed work or interfere with construction operations. B. These facilities above ceilings may remain in place if their presence does not result in interference with new work, in which case they shall be removed to extent necessary. C. Cap deactivated piping systems at points of cutoff. 3.06 RECONDITIONING EXISTING SUBSTRATES A. Clean surfaces on which new materials will be applied, removing adhesives, bitumen and other adhering materials,as necessary to furnish acceptable substrates for new materials. B. Perform sandblasting, chipping, grinding, acid washing, etching and other work as required by conditions encountered and new materials involved. C. Use of acids or other cleaning agents shall include neutralizing,washing, rinsing and drying,as applicable. D. Determine substrate requirements for reconditioned surfaces in cooperation with the manufacturer's representative and installer of each new material involved. 3.07 CLEAN UP A. Upon completion of demolition work, remove tools, equipment and demolished materials from site. Remove protections and leave interior areas broom clean. END OF SECTION CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 DIVISION 03-CONCRETE 033000-1 Cast-in-Place Concrete Page 1 of 1 SECTION 03 30 00 CAST-IN-PLACE CONCRETE 1.01 PRODUCTS A. Concrete General:ACI 301 and ACI 117 B. Form facing materials. C. Steel Reinforcement: 1. Recycled Content of Steel Products: Postconsumer recycled content plus one-half of preconsumer recycled content not less than 25 percent. 2. Reinforcing Bars: Deformed (ASTM A615, Grade 60). D. Concrete Materials: 1. Concrete manufactured within 500 miles of Project site from aggregates extracted and manufactured within 500 miles of Project site. 2. Portland Cement:ASTM C 150, Type I gray. 3. Fly ash. 4. Slag cement. 5. Aggregate: Nomlal weight 6. Water. E. Mixing: Ready mixed F. Products: This specification shall apply to structural concrete associated with the pavilion and foundation elements. 1.02 CONCRETE MIXTURES A. Portland Cement Replacement: Use fly ash, slag cement, and silica fume to reduce Portland Cement by 25 percent. B. Compressive Strength (28 Days): Reference General Notes. 1.03 INSTALLATION A. Formed Finishes: Smooth. 1.04 FIELD QUALITY CONTROL A. Testing: By Owner-engaged agency. B. Special Inspections: By Owner-engaged special inspector. END OF SECTION CITY OF FORT WORTH Nature Center Boardwalk Redevelopment STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 DIVISION 05-METALS 05 1200-1 Structural Steel Framing Page 1 of 1 SECTION 05 12 00 STRUCTURAL STEEL FRAMING 1.01 SUMMARY A. Structural steel as classified by AISC 303. 1.02 MATERIALS A. Structural-Steel Shapes:W-shapes, angles B. Bolts, Nuts, and Washers: High strength. C. Anchor Rods: Unheaded rods, nuts, plate washers, and washers. D. Primer: Comply with painting Sections 1.03 SOURCE QUALITY CONTROL A. Testing Agency: Owner engaged. 1.04 INSTALLATION A. Field Connections: 1. High-Strength Bolts: Snug tightened 2. Welded connections. 1.05 FIELD QUALITY CONTROL A. Special Inspector: Owner engaged B. Testing Agency: Owner engaged. END OF SECTION CITY OF FORT WORTH Nature Center Boardwalk Redevelopment STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 05 50 00- 1 Metal Fabrications Page 1 of 2 SECTION 05 50 00 METAL FABRICATIONS PART 1 -GENERAL 1.01 SUMMARY A. Section Includes: Miscellaneous metal work and related items. 1.02 SUBMITTALS A. Shop Drawings: Submit in accordance with SECTION 01 33 23-SHOP DRAWINGS,PRODUCT DATA,AND SAMPLES. Include details of each metal fabrication, including setting drawings for anchor bolts and other required anchors. B. Submit structural calculations prepared by manufacturer for review by project engineer. Shop drawings and calculations shall be sealed by a professional engineer registered in the State of Texas. PART 2-PRODUCTS 2.01 MATERIALS A. Steel: ASTM A 36,shapes, plates and bars. B. Threaded Fasteners: ASTM A 307, Grade A, bolts and nuts. C. Stud Anchors: Provide headed stud anchors with a smooth shank of carbon steel with a minimum tensile strength of 60,000 psi, as manufactured by Nelson Stud Welding Div. or KSM Welding Systems Div. D. Expansion Bolts: Fed.Spec. FF-S-325, Group 11, Type A, Class 1. Provide Hilti Kwik-bolt or Ramset Trubolt stud anchors. E. Galvanizing Repair Paint: Organic Zinc-Rich coating containing 95%metallic zinc, by weight in the dried film; recognized under the Component Program of Underwriter's Laboratories, Inc. as an equivalent to hot-dip galvanizing; conforming to Federal Specification DOD P-21035A for repair of hot-dip galvanizing; as manufactured by ZRC Worldwide, Marshfield, MA (phone 800.831.3275 web site: www.zrcworldwide.com). Provide Z.R.C.Cold Galvanizing Compound. 2.02 FABRICATION A. Fabricate and assemble metal work in the shop to the greatest extent possible. 1. Metal surfaces shall be clean and free of mill scale and rust pitting, well-formed to shape and size with sharp lines and angles. Shearing and punching shall leave clean true lines and surfaces. Exposed ends and edges shall be milled smooth with corners slightly rounded. 2. Weld shop connections to the extent practical;finish exposed welds smooth. Weld joints shall be flush. 3. Cut,drill or punch holes;do not make or enlarge by burning. Provide holes where required for connecting the work of other trades. 4. Conceal fastenings where practical. Thickness of metal and method of assembly and support shall give ample strength and rigidity. 5. Assemble parts so that joints are tight,members are in good alignment,and the finished work reproduces the drawing details as intended. 6. Stud Anchors: Weld stud anchors to miscellaneous shapes using welding equipment and procedures recommended by the manufacturer of the stud anchors used. B. Shop Painting: 1. Carbon steel surfaces shall be cleaned,degreased,and shop coated with a straight alkyd,zinc chromate, rust inhibitive paint applied by brush or spray. Steel to be encased in concrete need not be painted. 2. Aluminum surfaces to be in direct contact with concrete and masonry shall be shop coated with zinc chromate primer. C. Galvanizing: Provide a zinc coating for those items indicated or specified to be galvanized,as follows: 1. ASTM A 153 for galvanizing iron and steel hardware. CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 055000-2 Metal Fabrications Page 2 of 2 2. AST M A 123 for galvanizing rolled,pressed and forged steel shapes,plates, bars and strip%" thick and heavier,and for galvanizing assembled steel products. PART 3-EXECUTION 3.01 INSTALLATION A. Deliver,store and erect metal work in such manner that the parts are not damaged or deformed. Install the work true to line,plumb,level,in proper alignment with other work,and free of sags,buckles and other objectionable defects. Anchorage shall be adequate to safely resist all stresses to which the work will normally be subjected. B. Touch.•Up Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas of shop paint and paint exposed areas with same material used for shop painting. Apply by brush or spray to provide a minimum dry film thickness of 2.0 mils. For galvanized surfaces,apply galvanizing repair paint. 3.02 MISCELLANEOUS METAL SCHEDULE A. General: The following is a general list of the metal work to be furnished under this section of the specifications. Other items of miscellaneous metal work shown and noted on the drawings and not mentioned elsewhere in the specifications shall be furnished as though specifically described herein. B. Fence: Provide fence of steel tubing and channels of the size,shape,and spacing as detailed. 1.. Miter corners and weld connections. 2. Installation: Fence to be erected plumb and straight. 3. Galvanize fence after fabrication. C. Miscellaneous Steel Shapes: Channels, wide flange shapes, angles, plates,tubing, connections, and bolts where shown and detailed on Drawings. Hot-dip galvanize where exposed to weather or touching exterior masonry after fabrication. Set mechanical unit frames directly on joists,not on deck. Provide an angle frame supported by structure around all roof penetrations including hatches and ductwork. END OF SECTION CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 057316- 1 Cable Railing System Paget of 2 SECTION 05 73 16 CABLE RAILING SYSTEM PART 1 -GENERAL 1.01 SUMMARY A. Section Includes: metal railing infill. 1.02 SUBMITTALS A. Shop Drawings: Submit in accordance with SECTION 01 33 23-SHOP DRAWINGS,PRODUCT DATA,AND SAMPLES. Include details of each metal fabrication, including setting drawings for anchor bolts and other required anchors. 1.03 Structural Requirements A. Cables shall withstand a minimum uniform load of 50 pounds per foot applied horizontally or vertically downward, but not simultaneously. B. Certifications 1. Furnish certification that all components and fittings are furnished by the same manufacturer or approved by the primary component manufacturer. 2. Furnish certification that components were installed in accordance to the manufacturer's engineering data to meet the specified design loads. PART 2-PRODUCTS 2.01 MATERIALS A. Base Bid:Galvanized in accordance with ASTM A123 B. Alternate Bid: Stainless Steel, Type 316 2.02 PRODUCTS A. Railing and components shall be as manufactured or supplied by The Wagner Companies,P.O.Box 423,Butler, WI 53007, 888.243.6914, www.wagnercompanies.com. 2.03 FABRICATION A. Cut material square and remove burrs from exposed edges,with no chamfer B. Make reposed joints butt tight and flush. C. Verify dimensions on site prior to shop fabrication. PART 3-EXECUTION 3.01 INSTALLATION A. Install in accordance with shop drawings and manufacturer's instructions as indicated on drawings. B. Erect work parallel to rake of steps or ramp,rigid,and free from distortion or defects detrimental to appearance or performance. C. Anchor cable railing system to mounting surface as indicated on the drawings. D. Use manufacturer's supplied cable hardware. E. Terminate and tension cables in accordance with manufacturer's instructions. F. Tension cables to a minimum of 400 pounds each in sequence in accordance with manufacturer's instructions. CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT ST'A'NDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 057316-2 Cable Railing System Page 2 of 2 G. Ensure cables are clean,parallel to each other and without kinks or sags. H. Adjust cables and cable hardware as required'to provide properly installed cable railing system as directed by Architect. L Expansion joints shall be provided as needed to allow for thermal expansion or contraction. 3.02 PROTECTION A. Protect cable railing system and finish from damaged ing construction. 3.03 CLEANING A. As installation is completed,wash thoroughly using clean water and soap; rinse with clean water. B. Do not use acid solution,steel wool or other harsh abrasives. C. If stain remains after washing, remove finish and restore in accordance with NAAMM/NOMMA Metal Finishes Manual. 3.04 REPAIR OF DEFECTIVE WORK A. Remove stained or otherwise defective work and replace with material that meets specification requirements. B. Repair damaged finish as directed by Architect. C. Replace defective or damaged components as directed by Architect. END OF SECTION CITY OF FORT WORTH F BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S 02214 DIVISION O6-WOOD, PLASTICS,AND COMPOSITES 061000-1 Rough Carpentry Page 1 of 1 SECTION 06 10 00 ROUGH CARPENTRY 1.01 MATERIALS A. Wood Products, General: 1. Rough carpentry materials a. Dimension lumber framing. b. Timber. C. Laminated-veneer lumber. d. Miscellaneous lumber. 2. Maximum Moisture Content of Lumber: 19 percent B. Engineered Wood Products: Laminated-veneer lumber, parallel-strand lumber C. Metal Framing Anchors: 1. Hot-dip galvanized steel END OF SECTION CITY OF FORT WORTH Nature Center Boardwalk Redevelopment STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 06 1500- 1 Wood Decking Pagel of 2 SECTION 06 15 00-WOOD DECKING PART 1 -GENERAL 1.1 SUMMARY A. Section Includes: 1, Solid-sawn wood floor decking. 1.2 QUALITY ASSURANCE A. Standard for Solid-Sawn Wood Decking: Comply with AITC 112. 1.3 DELIVERY, STORAGE,AND HANDLING A. Schedule delivery of wood decking to avoid extended on-site storage and to avoid delaying the Work. B. Store materials under cover and protected from weather and contact with damp or wet surfaces. Provide for air circulation within and around stacks and under temporary coverings. Stack wood decking with surfaces that are to be exposed in the final Work protected from exposure to sunlight. PART2-PRODUCTS 2.1 WOOD DECKING, GENERAL A. General: Comply with DOC PS 20 and with applicable grading rules of inspection agencies certified by ALSC's Board of Review. B. Moisture Content: Provide wood decking with 15 percent maximum moisture content at time of dressing. 2.2 SOLID-SAWN WOOD DECKING A. Decking Species: Pressure-treated Souther Yellow Pine, kiln-dried after treatment. B. Decking Nominal Size:5/4"x 6"with radiused edges. C. Decking Grade: Premium Decking. D. Grade Stamps: Factory mark each item with grade stamp of grading agency. Apply grade stamp to surfaces that will not be exposed to view. E. Face Surface: Smooth. 2.3 ACCESSORY MATERIALS A. Fasteners for Solid-Sawn Decking: Provide fastener size and type complying with decking standard for thickness of deck used. B. Nails: Common; complying with ASTM F 1667,Type I, Style 10. CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 061500-2 Wood Decking Page 2 of 2 C. Fastener Material: Hot-dip galvanized steel. D. Bolts for Anchoring Decking to Walls: Carbon steel;complying with ASTM A 307 with ASTM A 563/A 563M hex nuts and,where Indicated,flat washers,all hot-dip zinc coated. PART 3-EXECUTION 3.1 EXAMINATION A. Examine support framing in areas to receive wood decking for compliance with installation tolerances and other conditions affecting performance of wood decking. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. Install solid-sawn wood decking to comply with referenced decking standard. 3.3 ADJUSTING A. Repair damaged surfaces and finishes after completing erection. Replace damaged decking if repairs are not approved by Architect END OF SECTION 06 15 00 CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMFNT STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'll'S 02214 061800-1 Glued—Laminated Construction Page 1 of 1 SECTION 06 18 00 GLUED-LAMINATED CONSTRUCTION 1.01 STRUCTURAL GLUED-LAMINATED TIMBER A. Quality Standard:AITC A190.1 and AITC 117. B. Glulams manufactured within 500 miles of Project site from wood harvested and milled within 500 miles of Project site. C. FSC-certified wood. D. Structural Glued-Laminated Timber: 1. Lumber Species: Douglas fir-larch or Southern pine. 2. Appearance Grade:Architectural. 3. Preservative treatment. 4. End-cut sealing. 5. Seal Coat: Penetrating sealer. 6. Low-Emitting Materials:Adhesive contains no urea formaldehyde. E. Timber Connectors: Steel, hot-dip galvanized. END OF SECTION CITY OF FORT WORTH Nature Center Boardwalk Redevelopment STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 DIVISION 07-THERMAL AND MOISTURE PROTECTION o7wo.m | uun .og-ueammmalxw[panel rage | orV SECTION O741131O-STANDING-SEAM METAL ROOF PANELS PART 1 -GENERAL 1.1 SUMMARY A. Section includes standing-seam metal roof panels. 12 PRBNSTALLAT|DNMEET|NGS A. Pneinota|lahonConferenoo: Conduct conference au Project site. 1. Moot with Dwno,. Architect, Dwno/o insurer if app|icah|o, metal panel |nstoxar, metal panel manufacturer's representative,structural-support Installer,and installers whose work interfaces with or affects metal panels, including installers of roof accessories and roof-mounted equipment. 2. Review and finalize construction schedule and verify availability of materials, Installer's ponmnnoi equipment,and facilities needed oo make progress and avoid delays. 3. Review methods and procedures related to metal panel installation,including manufacturer's written instructions. 4. Examine support conditions for compliance with mquimmonto, including alignment howvoon and attachment W structural members. 5. Review structural loading limitations of deck pudina and nahovs during and after roofing. 8. RoviowOeohingo. special dotai|o, dminago, pone/rohona, equipment ourha, and condition of other construction that affect metal panels. 7. Review governing regulations and requirements for insurance,certificates,and tests and inspections if applicable. 0. Review temporary protection requirements for metal panel systems during and after installation. 8. Review procedures for repair of metal panels damaged after installation. 10. Document proceedings,including corrective measures and actions required,and furnish copy of record W each participant. 1.3 ACTION SUBMITTALS A. Product Data: For each type ofproduct. 1 Include construction details,material descriptions,dimensions of individual components and profiles, and finishes for each type of panel and accessory. B. Shop Drawings: 1. Include fabrication and installation layouts of metal panels; details of edge conditions,joints, panel pnfi|oo, oonnom, anohonagoa, attachment system, him. 0oahingo, o|oaumo, and a000asohoo; and special details. 2. A000aaohoo: Include details of the flashing,trim,and anchorage systems,at a scale of not less than 1'1/2 inches per 12inches. C. Samples for Initial Selection: For each type of metal panel indicated with factory-applied ookv8nisham. 1. Include similar Samples of trim and accessories involving color selection. D. Samples for Verification: For each type of exposed finish required, prepared on Samples of size indicated bo|mv. 1. Metal Panels:12 inches long by actual panel width. Include clips,fasteners,closures,and other metal panel accessories. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer. CITY 0p FORT WORTH pmwc BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 07 41 1116-2 Standing-Scam Metal Roof Panels Page 2 of 8 B. Product Test Reports: For each product, for tests performed by a qualified testing agency. C, Field quality-control reports. D. Sample Warranties: For special warranties., 1,5 CLOSEOUT SUBMITTALS A. Maintenance Data: For metal panels to include in maintenance manuals. 1.6 QUALITY ASSURANCE A. Installer Qualifications: An entity that employs installers and supervisors who are trained and approved by manufacturer. B. UL-Certified, Portable Roll-Forming Equipment: UL-certified, portable roll-forming equipment capable of producing metal panels warranted by manufacturer to be the same as factory-formed products. Maintain UL certification of portable roll-forming equipment for duration of work. 1.7 DELIVERY,STORAGE,AND HANDLING A. Deliver components, metal panels, and other manufactured items so as not to be damaged or deformed. Package metal panels for protection during transportation and handling. B. Unload,store,and erect metal panels in a manner to prevent bending,warping,twisting,and surface damage. C, Stack metal panels horizontally on platforms or pallets, covered with suitable weathertight and ventilated covering. Store metal panels to ensure dryness,with positive slope for drainage of water. Do not store metal panels in contact with other materials that might cause staining,denting,or other surface damage. D. Retain strippable protective covering on metal panels during installation. 1.8 FIELD CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit assembly of metal panels to be performed according to manufacturers'written instructions and warranty requirements. 1.9 COORDINATION A. Coordinate sizes and locations of roof curbs,equipment supports,and roof penetrations with actual equipment provided, B. Coordinate metal panel installation with rain drainage work,flashing,trim,construction of soffits,and other adjoining work to provide a leakproof,secure,and noncorrosive installation. 1..10 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of metal panel systems that fail in materials or workmanship within specified warranty period. 1. Failures include,but are not limited to,the following: a. Structural failures including rupturing,cracking,or puncturing. b. Deterioration of metals and other materials beyond normal weathering. 2. Warranty Period: Two years from date of Substantial Completion. CITY OF FORT WORTH F BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 07 41 13.16-3 Standing-Seam Metal Roof Panels Page 3 of 8 B. Special Weathertightness Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace standing-seam metal roof panel assemblies that fail to remain weathertight, including leaks,within specified warranty period. 1. Warranty Period: 20 years from date of Substantial Completion. PART 2-PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Structural Performance: Provide metal panel systems capable of withstanding the effects of the following loads, based on testing according to ASTM E 1592: 1. Wind Loads: As indicated on Drawings. 2. Other Design Loads: As indicated on Drawings. B. Air Infiltration: Air leakage of not more than 0.06 cfm/sq. ft. when tested according to ASTM E 1680 or ASTM E 283 at the following test-pressure difference: 1. Test-Pressure Difference: 1.57 Ibf/sq. ft.. C. Water Penetration under Static Pressure: No water penetration when tested according to ASTM E 1646 or ASTM E 331 at the following test-pressure difference: 1. Test-Pressure Difference: 2.86 Ibf/sq.ft.. D. Hydrostatic-Head Resistance: No water penetration when tested according to ASTM E 2140. E. Wind-Uplift Resistance: Provide metal roof panel assemblies that comply with UL 580 for wind-uplift-resistance class indicated. 1. Uplift Rating: UL 90. F. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes by preventing buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections,and other detrimental effects. Base calculations on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. 1. Temperature Change(Range): 120 deg F,ambient; 180 deg F, material surfaces . 2.2 STANDING-SEAM METAL ROOF PANELS A. General: Provide factory-formed metal roof panels designed to be installed by lapping and interconnecting raised side edges of adjacent panels with joint type indicated and mechanically attaching panels to supports using concealed clips in side laps. Include clips, cleats, pressure plates, and accessories required for weathertight installation. 1. Steel Panel Systems: Unless more stringent requirements are indicated,comply with ASTM E 1514. 2. Aluminum Panel Systems: Unless more stringent requirements are indicated, comply with ASTM E 1637. B. Vertical-Rib,Seamed-Joint,Standing-Seam Metal Roof Panels: Formed with vertical ribs at panel edges and a flat pan between ribs;designed for sequential installation by mechanically attaching panels to supports using concealed clips located under one side of panels, engaging opposite edge of adjacent panels, and mechanically seaming panels together. 1. Manufacturers: Subject to compliance with requirements,available manufacturers offering products that may be incorporated into the Work include, but are not limited to,the following: a. Advanced Architectural Products. b. AEP Span; a BlueScope Steel company. C. Architectural Building Components. d. Architectural Metal Systems; a Nucor company. e. ATAS International, Inc. f. Berridge Manufacturing Company. g. CENTRIA Architectural Systems. h. Dimensional Metals, Inc. i. Englert, Inc. CITY OF FORT WORTH FWNC BOARDWAI..,K REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 0741 13A6-4 Stanifing-Seam Metal Roof Panels Page 4 of 8 j Fabral. k. Firestone Metal Products, LLC. L Flexospan Steel Buildings, Inc. M. Garland Company, Inc.(The) 11. IMETCO. 0. MBCI;a division of NCI Building Systems, L.P. P. McElroy Metal, Inc. q. Merchant&Evans. r. Metal-Fab Manufacturing,LLC. S. Metal Sales Manufacturing Corporation. L Morin;a Kingspan Group company. U. Petersen Aluminum Corporation. V.. Ryerson, Inc. W Ultra Seam, Inc. k Union Corrugating Company 2. Metallic-Coated Steel Sheet: Zinc-coated (galvanized) steel sheet complying with AST M A 653/A 653M,G90 coating designation,or aluminum-zinc alloy-coated steel sheet complying with AST M A 792/A 792M,Class AZ50 coating designation;structural quality. a.. Nominal Thickness: 0.034 inch. 3. Clips: One-piece fixed to accommodate thermal movement. a. Material: 0.026-inch- nominal thickness, zinc-• oated (galvanIzed) or aluminum-zinc alloy-coated steel sheet. 4. Joint Type: As standard with manufacturer. 5. Panel Coverage: 12 inches. 6. Panel Height: 1.5 inches. 23 UNDER LAYMENT MATERIALS A. Felt Underlayrnent: AST M D 226/1)22M,Type 11(No.30),asphalt-saturated organic felts. B. Slip Sheet: Manufacturers recommended slip sheet,of type required for application. 2.4 MISCELLANEOUS MATERIALS A. Miscellaneous Metal Subframing and Furring: AST M C 645; cold-formed, metallic-coated steel sheet, AST M A 653/A 653M, G90 coating designation or AST M A 792/A 792M, Class AZ50 coating designation unless otherwise indicated. Provide manufacturer's standard sections as required for support and alignment of metal panel system. B. Panel Accessories: Provide components required for a complete,weatherfight panel system including trim, copings,fascia,mullions,sills,corner units,clips,flashings,sealants,gaskets,fillers,closure strips,and similar items. Match material and finish of metal panels unless otherwise indicated. 1, Closures: Provide closures at eaves and ridges,fabricated of same metal as metal panels. 2. Backing Plates: Provide metal backing plates at panel end splices, fabricated from material recommended by manufacturer. 3. Closure Strips: Closed-cell,expanded,cellular,rubber or crosslinked,polyolefin-foam or closed-cell laminated polyethylene;minimum 1-inch-thick,flexible closure strips;cut or premolded to match metal panelprofile. Provide closure strips where indicated or necessary to ensure weathertight construction. C. Flashing and Trim: Provide flashing and trim formed from same material as metal panels as required to seal against weather and to provide finished appearance.Locations Include,but are not limited to,eaves,rakes, corners,bases,framed openings,ridges,fasciae,and fillers. Finish flashing and trim with same finish system as adjacent metal panels. D. Panel Fasteners: Self-tapping screws designed to withstand design loads. CITY OF FORT OR t BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 07 41 13.16'5 3tanuinx-Scmx Metal Roof Panels Page 5^m E. Panel Sealants: Provide sealant type recommended by manufacturer that are compatible with panel materials, are nonstaining, and du not damage panel finish. 1 Sealant Tape: Pmuuun+uanuitivo. 100 percent solids,g ray pulyimubu\y|ana compound maa|an\tape with release-paper backing. Provide permanently elastic,nonumg.nontoxic,nonstaining tape 1/2inch wide and 1/8 inch thick. 2. Joint Sealant: ASTM C 920;elastomeric polyurethane or silicone sealant;of type,grade,class,and use clauuifiuehunu required to mom| joints in metal pmno|o and remain womhanight and as recommended in writing bymetal panel manufacturer. 3. Buty|-RubbapBmuad. Solvent-Release Sealant: ASTMC 1311. 2.5 FABRICATION A. General: Fabricate and finish metal panels and accessories m\ the factory, by manufacturer's standard pmuodumu and pmmeuueu, as necessary mfulfill indicated performance requirements demonstrated by laboratory testing. Comply with indicated profiles and with dimensional and structural requirements. B. On-Site Fabrication: Subject to compliance with requirements of this Section,metal panels may be fabricated un'mi\o using UL-uanifiod, portable m||4onning equipment if panels are of same pmfi|a and warranted by manutaotum,toba equal tu factory-formed panels. Fabricate according\o equipment manufacturer's written instructions and to comply with details shown. C. Provide panel profile, including major ribs and intermediate stiffening ribs, if any, for full length of panel. D. Febhumva metal panel joints with factory-installed captive gaskets or separator u\hpu that provide a wmethanigh\seal and prevent mo\a|-t*mota|contact, and that minimize noise from movements. E. Shoot Metal Flashing and Trim: Fabricate flashing and trim uo comply with manufacturer's recommendations and muummondo\iunu in SMACN/Ym'Y\rchiomcmm| Sheet Metal Manual"that apply\udesign, dimonoiunu, mate|, and other characteristics ofitem indicated. 1 Form exposed sheet metal accessories that are without excessive oil canning,buckling,and tool marks and that are true»o line and |ava|u indiva\od,with exposed edges folded back to honn hems. 2. Seams for Other Than Aluminum: Fabricate nonmoving seams in accessories with flat-lock seams. Tin edges Voba seamed,form seams,and solder. 3. Sealed Joints: Form nonexpansion, but movable,joints in metal to accommodate sealant and to comply with GMACNAstandards. 4. Conceal fasteners and expansion provisions where possible. Exposed fasteners are not allowed un faces of accessories exposed\oview. 5. Fabricate damtm and attachment devices from same material as auuauuury being anchored or from compatible, noncorrosive metal recommended in writing by metal panel manufacturer. a. Size: As recommended by GMACNA'u 'Y\mhi\oum,a| Shoot Metal Manual" or metal panel manufacturer for application, but not less than thickness of metal being mouu,od. 2.0 FINISHES A. Protect mouhenium| and painted finishes on exposed surfaces from damage by applying m mhippob|a. temporary protective covering before shipping. B. Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces are acceptable if they are within one-half of the range uf approved Samples. Noticeable variations in same piece are unacceptable. Variations in appearance of other components are acceptable if they are within the range of approved Samples and are assembled o,installed\u minimize contrast. CITY op FORT WORTH rwwc BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 07 41 13.16-6 Standing,-a3eant Metal Roof Panels Page 6 of 8 PART 3-EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for Installation tolerances,metal panel supports,and other conditions affecting performance of the Work. I a Examine primary and secondary roof framing to verify that rafters,purlins,angles,channels,and other structural panel support members and anchorages have been installed within alignment tolerances required by metal roof panel manufacturer. 2. Examine solid roof sheathing to verity that sheathing joints are supported by framing or blocking and that installation is within flatness tolerances required by metal roof panel manufacturer, a. Verify that air- or water-resistive barriers have been installed over sheathing or backing substrate to prevent air infiltration or water penetration., B. Examine roughing-in for components and systems penetrating metal panels to verify actual locations of penetrations relative to seam locations of metal panels before installation. C. Proceed with installation only after Unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Miscellaneous Supports: Install subframing,furring,and other miscellaneous panel support members and anchorages according to AST M C 754 and metal panel manufacturers written recommendations, 3.3 UNDERLAYMENT INSTALLATION A. Felt Undedayment: Apply at locations indicated on Drawings,in shingle fashion to shed water,and with lapped joints of not less than 2 inches. 1. Apply over the entire roof surface. 2. Apply on roof not covered by self-adhefinig sheet underlayment. Lap over edges of self-adhering sheet underlayment not less than 3 inches,in shingle fashion to shed water. B. Slip Sheet: Apply slip sheet over underlayment before installing metal roof panels. C. Flashings. Install flashings,to cover underlayment to comply with requirements specified in Section 076200 "Sheet Metal Flashing and Trim." 3.4 METAL PANEL INSTALLATION A. General: Install metal panels according to manufacturers written instructions in orientation, sizes, and locations indicated. Install panels perpendicularto supports unless otherwise indicated.Anchor metal panels and other components of the Work securely in place,with provisions for thermal and structural movement. 1. Shim or otherwise plumb substrates receiving metal panels. 2. Flash and seal metal panels at perimeter of all openings. Fasten with self-tapping screws. Do not begin installation until air-or water-resistive barriers ands flashings that will be concealed' by metal panels are installed. 3. Install screw fasteners in predrillled holes. 4. Locate and space fastenings in uniform vertical and horizontal alignment. 5. Install flashing and trim as metal panel work proceeds, 6. Locate panel splices over,but not attached to,structural supports. Stagger panel splices and end laps to avoid a four-panel lap splice condition. 7. Align bottoms of metal panels and fasten with blind rivets, bolts, or self-tapping screws. Fasten flashings and trim around openings and similar elements with self-tapping screws. 8. Provide weathertight escutcheons for pipe-and conduit-penetrating panels. CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTIUJCTION SPEC'IFICATION DOCUMENTS 02214 0741 13.16-7 Standing-Seam Metal Roof Panels Page 7 of 8 B. Fasteners: 1. Steel Panels: Use stainless-steel fasteners for surfaces exposed to the exterior;use galvanized-steel fasteners for surfaces exposed to the interior. C. Anchor Clips: Anchor metal roof panels and other components of the Work securely in place, using manufacturer's approved fasteners according to manufacturers'written instructions. D. Metal Protection: Where dissimilar metals contact each other or corrosive substrates,protect against galvanic action as recommended in writing by metal panel manufacturer. E. Standing-Seam Metal Roof Panel Installation: Fasten metal roof panels to supports with concealed clips at each standing-seam joint at location,spacing,and with fasteners recommended in writing by manufacturer. 1. Install clips to supports with self-tapping fasteners. 2. Install pressure plates at locations indicated in manufacturer's written installation instructions. 3. Seamed Joint: Crimp standing seams with manufacturer-approved, motorized seamer tool so clip, metal roof panel, and factory-applied sealant are completely engaged. 4. Watertight Installation: a. Apply a continuous ribbon of sealant or tape to seal joints of metal panels,using sealant or tape as recommend in writing by manufacturer as needed to make panels watertight. b. Provide sealant or tape between panels and protruding equipment, vents,and accessories. C. At panel splices,nest panels with minimum 6-inch end lap,sealed with sealant and fastened together by interlocking clamping plates. F. Accessory Installation: Install accessories with positive anchorage to building and weathertight mounting,and provide for thermal expansion. Coordinate installation with flashings and other components. 1. Install components required for a complete metal panel system including trim,copings,corners,seam covers,flashings,sealants,gaskets,fillers,closure strips,and similar items. Provide types indicated by metal roof panel manufacturers; or, if not indicated, types recommended by metal roof panel manufacturer. G. Flashing and Trim: Comply with performance requirements,manufacturer's written installation instructions, and SMACNA's"Architectural Sheet Metal Manual." Provide concealed fasteners where possible, and set units true to line and level as indicated. Install work with laps,joints, and seams that will be permanently watertight and weather resistant. 1. Install exposed flashing and trim that is without buckling and tool marks, and that is true to line and levels indicated,with exposed edges folded back to form hems. Install sheet metal flashing and trim to fit substrates and achieve waterproof and weather-resistant performance. 2. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at a maximum of 10 feet with no joints allowed within 24 inches of corner or intersection. Where lapped expansion provisions cannot be used or would not be sufficiently weather resistant and waterproof,form expansion joints of intermeshing hooked flanges,not less than 1 inch deep,filled with mastic sealant(concealed within joints). 3.5 ERECTION TOLERANCES A. Installation Tolerances: Shim and align metal panel units within installed tolerance of 1/4 inch in 20 feet on slope and location lines as indicated and within 1/8-inch offset of adjoining faces and of alignment of matching profiles. 3.6 FIELD QUALITY CONTROL A. Manufacturer's Field Service: Engage a factory-authorized service representative to test and inspect metal roof panel installation, including accessories. Report results in writing. B. Remove and replace applications of metal roof panels where tests and inspections indicate that they do not comply with specified requirements. C. Additional tests and inspections,at Contractor's expense,are performed to determine compliance of replaced or additional work with specified requirements. CITY OF FORT WORTH FWNC;B0ARDWAI.,K REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 07 41 13.16-8 Stand i ng-Seanm Metal Rooff",aeels Page 8 of 8 D. Prepare test and inspection reports. 3.7 CLEANING AND PROTECTION A. Remove temporary protective coverings and strippable films, if any, as metal panels are installed, unless otherwise indicated in manufacturers written installation instructions. On completion of metal panel installation, clean finished surfaces as recommended by metal panel manufacturer. Maintain in a clean condition during construction. B. Replace metal panels that have been damaged or have deteriorated beyond successful repair by finish touchup or similar minor repair procedures. END OF SECTION 07 41 13.16 CITY OF FORT WORTH F BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 076200- 1 Sheet Metal Flasing and Trim Page I of 3 SECTION 07 62 00 SHEET METAL FLASHING AND TRIM PART 1 -GENERAL 1.01 SUMMARY A. Section Includes: Sheet metal flashing and trim. 1.02 SUBMITTALS A. Samples: Submit in accordance with SECTION 01 33 00-SUBMITTAL PROCEDURES. Submit for approval samples of parapet coping cover expansion joint and soldered joint. 1.03 DELIVERY, STORAGE AND HANDLING A. Stack pre-formed material to prevent twisting, bending, and abrasions, and to provide ventilation. B. Prevent contact with materials which may cause discoloration or staining. 1.04 QUALITY ASSURANCE A. Standard: Comply with the requirements of the Architectural Sheet Metal Manual published by SMACNA. B. Installer Qualifications: Company specializing in sheet metal flashing work with three years minimum experience in similar sized installations. 1.05 WARRANTY A. Furnish to the Owner a written warranty providing the following without cost to the Owner. 1. Sheet metal roof flashings shall be maintained in normal repair and free of leaks for a period of 2 years from the date of acceptance of the roof. 2. At end of 2-year period,Owner and Contractor shall make final inspection of flashing work. Hales,breaks and other defects shall be promptly repaired at the Contractors expense. PART 2-PRODUCTS 2.01 MATERIALS A. Sheet Metal: ASTM A 653 1. Rooftop accessories shall be Coating Designation G90 Paint Grip,zinc coated(galvanized)copper-bearing steel sheet, mill-phosphatized. B. Underlayment: ASTM D 226, 30 lb/100 s.f.weight felt containing no additives corrosive to sheet metals. C. Solder: ASTM B 32, made from block tin and pig lead (50/50)with no antimony. D. Sealant: Two component polyurethane, non-sagging, sealant as specified in SECTION 07 92 00 - JOINT SEALANTS. E. Miscellaneous items such as nails and mastic shall be furnished as required by the conditions of use and must be of the best grade available. 2.02 FABRICATION A. Form sections true to shape, accurate in size,square,free from distortion and defects,to profiles indicated in accordance with SMACNA Architectural Sheet Metal Manual. B. Fabricate cleats and starter strips of same material as sheet, interlockable with sheet. C. Form pieces in longest practical lengths. CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 076200-2 Sheet,Metal Flasing and Trim Page 2 of 3 D. Hem exposed flashings on underside Y2"a miter and seam corners. E. Solder and seal metal joints except those indicated or required to be expansive type joints. After soldering, remove flux. Wipe and wash solder joints clean. F. Fabricate corners from one place with minimum 18"long legs; solder for rigidity; seal with sealant. G. Fabricate vertical faces with bottom edge formed outward%"and hemmed to form drip. H. Fabricate flashings to allow toe to extend minimum 2"over wall surfaces. L Fabricate as much as possible in shop with machinery to eliminate as much hand tooling on the job as possible. Shop fabricate to allow for adjustments in the field for proper anchoring and joining. PART 3-EXECUTION 3.01 EXAMINATION A. Verify that surfaces and conditions are ready to receive work of this section. Notify Architect of any existing conditions which will adversely affect execution. Beginning of execution will constitute acceptance of existing conditions. B. Verify roof openings,curbs,pipes,sleeves,ducts,and vents through roof are solidly set,cant strips and reglets in place,and nailing strips located. C. Verify membrane termination and base flashings are in place,sealed, and secure. 3.02 PREPARATION A. Field measure site conditions prior to fabricating work. B. Install starter and edge strips,and cleats before starting installation. C. Install surface mounted reglets true to lines and levels. Seal top of regiets with sealant. D. Install one layer of underlayment prior to installing copings. 3.03 INSTALLATION A. General: Fabricate,assemble,and install sheet metal work in conformance with referenced standard. 1. Make adequate provision for metal expansion and contraction without buckling or splitting. Use cleats and watertight slip and expansion joints. 2. Nails and screws shall be of the same metal as the member on which used. Nails through exposed wash surfaces will not be permitted. 1 When soldering,use flux and wash off surplus flux after soldering has been completed. 4. Set sheet metal with horizontal lines straight and level. Surfaces shall be flat without wrinkles and waves. Profiles shall align at joints with no offsets. 5. Conform to drawing details included in manuals published by SMACNA and NRCA. 6. Edge Securement for Low-Slope Roofs:Design in accordance with ANSI/SPRI ES®1 for basic wind speed zone with 3-second gusts. 7. Fit flashings tight in place. Make corners square,surfaces true and straight in planes,and lines accurate to profiles. 8. Seal metal joints watertight. 9. Provide electrolytic separation between dissimilar metals with protective back paint. B. Vent Stack Roof-Penetration Flashing: Flashing shall have a weight range of 2—4 Is/s . ft. Coordinate installation of roof-penetration lead flashing flange with installation of roofing and other items penetrating roof. Base flashing shall be flanged 4 in.onto the roof. The flange is fastened through the roofing felts and is then stripped in by the roofer. Turn the top of the flashing down inside the vent pipe. Seal with sealant per Section 07 92 00.-Joint Sealants,and clamp flashing to pipes that penetrate roof. CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 076200-3 Sheet Metal Flasing and Trim Page 3 of 3 C. Miscellaneous (lashings and other items of sheet metal roof work shall be provided as required for a weathertight job. END OF SECTION CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 0792 00- 1 Joint Sealants Page 1 of 3 SECTION 07 92 00 JOINT SEALANTS PART 1 -GENERAL 1.01 SUMMARY A. Section Includes: Sealing and caulking of joints. 1.02 SUBMITTALS A. Submit under provisions of SECTION 01 33 00-SUBMITTAL PROCEDURES. B. Submit product data indicating sealant chemical characteristics, performance criteria, limitations, color availability and application instructions. C. Submit two samples%"diameter x 4"in size illustrating color selections available. D. Submit manufacturer's certificate under provisions of SECTION 01 45 00-QUALITY CONTROL that products meet or exceed specified requirements. 1.03 QUALITY ASSURANCE A. Manufacturer: Company specializing in manufacturing the products specified in this section with minimum 3 years documented experience. B. Applicator: Company specializing in applying the work of this section with minimum 3 years documented experience and approved by sealant manufacturer. C. Conform to Sealant and Waterproofers Institute requirements for materials and installation. 1.04 FIELD SAMPLES A. Provide samples under provisions of SECTION 01 33 00-SUBMITTAL PROCEDURES. B. Construct one field sample joint, 5 feet long, illustrating sealant type, color, and tooled surface. C. Locate where directed. D. Accepted sample may remain as part of the work. 1.05 PROJECT CONDITIONS A. Environmental Requirements: No caulking shall be done at temperatures below 40°F. 1.06 WARRANTY A. Furnish to the Owner a written warranty that the sealants shall remain watertight for a period of 2 years from the date of acceptance of the building. Joints which prove defective by leaking, cracking, melting or shrinking of the sealant shall be re-sealed without additional expense to the Owner. PART 2-PRODUCTS 2.01 MATERIALS A. Modified Polyurethane(Type 1 Sealant): 1. Two or three-part conforming to ASTM C 920, Type M, Grade NS, Class 25. 2. Color: Custom colors as selected by Architect. 3. Product/manufacturer: Sonneborn Sonolastic NP2, BASF the Chemical Company Dymeric 240FC,Tremco. NO SUBSTITUTIONS CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 079200-2 Joint Sealants Page 2 of 3 B Silicone Sealant(Type 9 Sealant)- 1. Single-component,low-modulus,neutral-curing,non-sag silicone sealant complying with ASTM D 5893 for Type NS. 2, Color:Gray. 1 Product man ufactu rer;one of the following: RoadSaver Silicone;Crafco, Inc. 888;Dow Corning Corporation 2.02 ACCESSORIES A. Primer: Non-staining type, recommended by sealant manufacturer to suit application. B. Joint Cleaner: Non-corrosive and non-staining type,recommended by sealant manufacturer;compatible with joint forming materials. C. Joint Backing: ASTM D 1056 and D 1565 round. In vertical joints use closed cell polyethylene foam rod; oversized 30 to 50 percent larger than joint width. In horizontal joints,use solid neoprene or butyl rubber,Shore A hardness of 70. D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. PART 3-EXECUTION 3.01 EXAMINATION A. Verify that surfaces and joint openings are ready to receive work and field measurements are as shown on drawings and recommended by the manufacturer. B. Beginning of installation means installer accepts existing substrate. 102 PREPARATION A. Joint surfaces shall be clean and dry. Remove loose mortar and other material completely with compressed air or by brushing. 1. Joints to be caulked shall be at least%"wide unless specifically specified smaller. At any point where the width of the joint is appreciably less,cut or grind out the joint to that width to assure an adequate volume of sealant along the length of the joint, except at concrete paving joints, those shall remain 1/6"wide as indicated. 2. Pack with backing material the voids and recesses around metal frames which are deeper than the depth required for caulking. Leave the proper depth for the sealant. 3. In open joints and where detailed,install rod stock as backing material. Roll the material into the joints to avoid stretching. The natural thickness of the rod stock shall be approximately twice the thickness of the joint in which it is installed. 4. In raked masonry joints,apply a bondbreaker strip of polyethylene or masking tape along the bottom of the joints. 5. Where sealant is to be applied against smooth metal surfaces,wipe these surfaces clean with a suitable ketone solvent immediately prior to caulking. 6. Particular attention shall be paid to the preparation of horizontal joints in wear surfaces to be filled with sealant. Adjust joint depth to comply with sealant manufacturers recommendations by malieting down the joint filler or filling in with rod stock as may be required. Joints in concrete paving shall be primed in accordance with manufacturer's recommendations. B. Perform preparation in accordance with ASTM C 1193 for solvent release sealants, C 1193 for latex base sealants, C 919 for acoustical applications,and C 1193 for elastomeric sealants. 3.03 APPLICATION A. Printing: Prime porous joint surfaces,particularly masonry and concrete. Test the primer to make sure it causes no staining of the material on which it is applied. B Depth of sealant: Seal joints to a depth of approximately 1/2 the joint width,but never less than 1/4"deep. Follow the sealant manufacturers recommendations where possible., CITY OF FORT WORTH F BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 079200-3 Joint Sealants Page 3 of 3 C. Apply the sealant in accordance with the manufacturer's instructions. 1. Force the sealant into joints with enough pressure to expel all air and provide a solid filling. Correct any flowing or sagging before final inspection is made. 2. Where adjacent surfaces permit,use masking tape to obtain straight,even lines. Remove tape immediately after the joints have been sealed. 3. Fill joints flush with adjacent surfaces except where a recessed joint is specifically detailed. Tool beads with a sled runner or similar tool to insure full contact with joint faces. 4. For caulking horizontal joints in wear surfaces,use a gun with a narrow nozzle. Apply the flow type sealant with the nozzle riding along the bottom so that the sealant is forced up to completely fill the slot without cavities. Provide and use a portable vacuum cleaner to remove loose dirt from the joints just ahead of the caulking gun. D. Install sealant free of air pockets, foreign embedded matter, ridges,and sags. E. Tool joints concave. Sealant shall achieve a firm skin before surface coating is applied. 3.04 CLEANING/REPAIRING A. Clean adjacent surfaces of soiling due to caulking operations. This applicator shall be responsible for and shall bear the cost of replacing any material damaged or discolored due to caulking operations. B. Repair or replace defaced or disfigured finishes caused by work of this section. 3.05 SEALANT SCHEDULE A. Locations specified below for sealants and caulking required under this section are general and shall not be considered as affecting the required use of sealing compounds specified under other sections of the specifications. SEALANT TYPE APPLICATION 1 a. Sealing joints in sheet metal fabrications. e. Unless noted otherwise, other exterior vertical joints. 9 a. Exterior horizontal control and expansion joints in concrete paving. END OF SECTION CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 DIVISION 09-FINISHES 09 91 00- 1 Painting Pagel of 5 SECTION 09 91 00 PAINTING PART 1 -GENERAL 1.01 SUMMARY A. Section Includes: On-the-job painting and finishing of exterior and interior surfaces. 1. Included: Paint and finish the following materials,fittings,and equipment items which are exposed-to-view. a. Iron, steel, and galvanized metal. b. Wood. c. Bare and insulation covered piping and ductwork,conduit, hangers, grilles and registers, and primed metal surfaces and factory-finished surfaces of mechanical and electrical equipment. 2. Do not paint prefinished items,concealed surfaces,finished metal surfaces,operating parts, and labels, including the following: a. Factory-finished metal lockers and finished light fixtures. b. Architectural aluminum and stainless steel. c. Operating parts: Moving parts of operating mechanical and electrical equipment, such as:valve and damper operators, linkages, sensing devices, motor and fan shafts d. Labels: UL, FM, or other code-required labels or equipment name, identification, performance rating, or nomenclature plates. 3. Contractor shall examine the drawings for mechanical and electrical work, and all materials installed throughout the building which require painting shall be painted under this section of the specifications. 1.02 SYSTEM DESCRIPTION A. For purposes of this painting specification,the following areas and spaces are not considered finished,occupied areas and there will be no painting therein except for doors and frames and as may be specifically scheduled in article paint schedule. 1. Mechanical chases. 2. Spaces above suspended ceilings. 1.03 SUBMITTALS A. Samples: 1. Submit two 8-1/2" x 11" samples of each paint color scheduled on the color schedule prepared by the Architect. Samples shall be on heavy cardboard and shall be made with the actual mixed paints to be used on the project. 2. Samples for Initial Selection of each type of texture finish product. B. Paint Schedule: If painting materials other than those specified are proposed for use, submit a complete schedule of the materials to be substituted. This schedule,in triplicate,shall be in the same form as the paint schedule included in this section, and shall list materials by manufacturer, brand name, and type for each surface to be finished. C. Close-out Schedule: Upon completion of work,furnish a full schedule of paint types and colors actually used and formulas for each to the Owner. 1.04 QUALITY ASSURANCE A. Product Manufacturer: Company specializing in manufacturing quality paint and finish products with 3 years experience. B. Applicator: Company specializing in commercial painting and finishing with 2 years experience. C. Product Labels: Include manufacturer's name, type of paint, stock number, color and label analysis on label of containers. D. Single Source Responsibility: Provide primers and other undercoat paint produced by same manufacturer as final coats. Use only thinners approved by paint manufacturer, and use only within recommended limits. CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 09 91 00...2 Painting Page 2 of 5 E. V.O.C.(Vblatfli e Organic Compo u rid)Compliance: Products listed in the schedules and/or substitutes proposed for use by Contractor must be formulated to meet all applicable ordinances and regulations regarding maximum V.O.C.content. Utilize products which have been specially formulated to meet such requirements,, 1.05 DELIVERY,STORAGE,AND HANDLING A. Delivery: Deliver materials in original containers with seals unbroken and labels intact. B. Storage, Contractor shall designate a specific space at the project site for storing and mixing materials. Protect this space and repair all damage resulting from use. Do not store kerosene nor gasoline in this space. Remove oily rags at the end of each day's work. 1.06 PROJECT CONDITIONS A. Environmental Requirements: Maintain the temperature inside the building at not less than 60*F.during painting and fin►shlrig. B. Provide continuous,ventilation and heating facilities to maintain surface and ambient temperatures above 6 °F. for 24 hours before, during® and 48 hours after application of finishes, unless required otherwise by manufacturers instructions. C. Minimum appfication temperatures for latex paints: 45°F. for interiors; 50'F, for exterior-, unless required otherwise by manufacturer's instructions. D. Minimum application temperature for varnish and finishes: 65*F. for interior or exterior, unless required otherwise by manufacturer®s instructions. E. Provide lighting level of 80 ft.-candles measured mid-height at substrate surface. F. Do not apply paint in snow, rain, fog,or mist;or when the relative humidity exceeds 85%;or to damp or wet surfaces; unless otherwise permitted by the paint manufacturer's printed instructions. Painting may be continued during inclement weather only if the areas and surfaces to be painted are enclosed and heated within the temperature limits specified during application and drying periods of 24 hours between coats and 72 hours after final coat. GL Protection.- Provide sufficient drop cloths to fully protect adjacent finished wort(. 1.07 PRECAUTION A. Do not store paints, oils® thinners and other flammable items inside the building. They shall be stored in approved containers when not in actual use during the painting job. The fire hazard shall be kept at a minimum. B. Take precautions to protect the public and construction workers during the progress of the work. C. Furnish a temporary fire extinguisher of suitable chemicals and capacity, located near flammable materials. 1.08 MAINTENANCE A. Extra Materials- Upon completion of the work,deliver to project site 2 gallons of each type and color of paint applied to interior and exterior surfaces. Provide formula for custom match colors. PART 2-PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Provide paint as manufactured by one of the following: Glidden Professional(www.gliddenprofessional.com) Kelly-Moore Paint Co.(http://www.kellymoore.com) Pittsburgh Paints(http://www.piftsburghpaints.com) The Sherwin-Williams Co.(http://www.sherwin.com/default.asp) CITY OF FORT WORTH F BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCIJMENTS 02214 0991 00-3 Painting Page 3 of 5 B. Materials described are based on the specifications of the above listed manufacturers, and are given to designate the quality of materials required. Materials of best quality grade are representative of the standard of quality required. Materials not displaying manufacturer's identification as a first line, best-grade product will not be acceptable. C. Colors: The Architect will prepare a color schedule. Regardless of which brand of paint is selected for use the Contractor shall intermix and blend as required to obtain an exact match to each color on the color schedule. PART 3-EXECUTION 3.01 EXAMINATION A. Verify that surfaces and substrate conditions are ready to receive work as instructed by the product manufacturer. B. Examine surfaces scheduled to be finished prior to commencement of work. Report to Architect any condition that may potentially affect proper application. C. Test shop-applied primers for compatibility with subsequent cover materials. D. Perform the following Test procedure prior to painting. This will determine if Passivators exist on galvanized metal. This procedure is not necessary on galvanized metal with G 90 Paint Grip. 1. Prepare a solution by dissolving 20 grams of copper sulfate in one liter(1000 grams)of water. Copper sulfate crystals may be purchased at most drug stores. 2. Solvent wash a small area per the procedure of SSPC-SP1. 3. Sand a small washed area using emery cloth. 4. Using a cotton swab saturated with the coppersulfate solution,apply a swipe to both sanded and unsanded washed areas. 5. If the sanded and unsanded surfaces turn black at the same time and that time is less than 10 seconds, there is no passivation on the surface other than light oil, and a normal degreasing/cleaning operation is sufficient preparation priorto the coating application.If the unsanded surface turns slower than the sanded surface, or not at all, a passivator of some type is present on the surface. If neither surface turns, the surface is probably an alloy of zinc or some other metal. 6. If the galvanized steel has been treated or passivated, the treatment or passivator must be removed by brush blasting. If this method is prohibited by environmental regulations, then chemical etching with Amchem's GALVAPREP SG-3 will be acceptable, if previously approved by the Architect. The chemical etching manufacturer's procedures should be followed carefully. 7. If the surface is determined to be an alloy by this test procedure,notify Architect and adhesion tests of the proposed coating applied over the proposed surface preparation must be conducted. 8. If no passivators are present,wash galvanized metal surfaces with mineral spirits to remove residual grease and oil. E. Beginning of installation means acceptance of existing surfaces and substrate. 3.02 PREPARATION A. Perform preparation and cleaning procedures in accordance with coating manufacturer's instructions for each substrate condition. B. Fill open joints, cracks and crevices on steel buck frames with metal putty and sand smooth before painting. C. Sand woodwork surfaces smooth before priming. D. Putty nail holes after the prime coat. E. Remove hardware and accessories,plates,lighting fixtures and similar items which are not to be finish-painted or provide adequate surface-applied protection for these items in place. F. Uncoated steel and iron surfaces: Remove grease,scale, dirt, and rust. Where heavy coatings of scale are evident, remove by wire brushing or sandblasting; clean by washing with solvent. Apply a treatment of phosphoric acid solution, ensuring weld joints, bolts, and nuts are similarly cleaned. Spot prime paint after repairs. CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 0991 00-4 Painting Page 4 of 5 G. Shop primed steel surfaces: Sand and scrape to remove loose primer and rust. Feather edges to make touch- up patches inconspicuous. Clean surfaces with solvent. Prime bare steel surfaces. 3.03 APPLICATION A. Workmanship shall be of the highest quality. Mix and use paint materials in accord with the manufacturer's directions. Spread materials evenly,flow smoothly,and brush out without sags or runs. B. Provide finish coats which are compatible with primer paints used. Provide barrier coats over incompatible primers where required. C. When undercoats,stains or other conditions show through final paint coat,apply additional coats until paint film is of uniform color and sheen. D. Between coats,sand enamel and lacquer finish on wood and metal surfaces to produce a smooth,even finish. Use#220 grit sandpaper or finer. E. Tint priming coats and undercoats to approximate shade of final coat to assure uniformity of color in the finish. Touch up suction spots and"hot spots"before applying the last coat to produce an even result in the finish coat. 3.04 TOUCH UP AND CLEAN A. Touching Up: On completion,carefully touch up all holidays, marred and damaged spots, and work over all surfaces that have been repaired by other trades. B. Cleaning: Remove spilled,splashed,and splattered paint from all surfaces. Do not mar surface finish of item being cleaned. C. Reinstall the items removed under the provisions of paragraph above. 3.05 PAINT SCHEDULE A. The products listed below represent top of the line products of each manufacturer. These products are not presented as being equivalent, as there are too many variables to match each product across the board. Manufacturers designations are: ICI Glidden Professional(Akzo Nobel Paints,LLC) KM Kelly-Moore Paint Co. PPG Pittsburgh Paints SW The Sherwin-Williams Co. B. Exterior Metal 1. Steel pipe,conduit,hangers supports and brackets. 1 primer coat ICI 4120 Devguard All Purpose Metal&Galvanized Primer KM 1722--Kel-Guard Galvanized Iron Primer PPG Speedhicle Int/Ext Galvanized Steel Primer 6-209 SW Galvite Paint,B50 WZ30 1 finish coat ICI 4308 Devoe Alkyd Industrial Gloss Enamel KM 1700--Kel-Guard Rust Inhibitive Enamel PPG Int/Ext Industrial Gloss Alkyd Enamel 7-282 Series SW Industrial Enamel,Series B54 CITY OF FORT WORTH F BOARDWALK REDEVELOPMENT STANDARD CONSTIZUCTION SPECIFICATION DOCLTMENTS 02214 09 91 00-5 Painting Page 5 of 5 2. Galvanized steel pipe handrails,railings,lintels,gates,metal fencing,ladders,ductwork,flashings,copings, roof hatches, tubular steel downspouts, galvanized gutters and downspouts, scuppers, ventilators, and louvers. (Reference test procedure for Passivators) 1 primer coat ICI 4120 Devguard All Purpose Metal&Galvanized Primer KM 1722--Kel-Guard Galvanized Iron Primer PPG Speedhide Int/Ext Galvanized Steel Primer 6-209 SW Galvite Paint, B50 WZ30 2 finish coats ICI 4308 Devoe Alkyd Industrial Gloss Enamel KM 1700--Kel-Guard Rust Inhibitive Enamel PPG Int/Ext Industrial Gloss Alkyd Enamel 7-282 Series SW Industrial Enamel, Series B54 END OF SECTION CITY OF FORT WORTH FWNC BOARDWALK REDEVELOPMENT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 DIVISION 31 -EARTHWORK 312011 - I Earth Moving(Short Form) Page I of 6 SECTION 31 20 11 EARTH MOVING (SHORT FORM) PART 1 - GENERAL 1.01 DESCRIPTION A. This section specifies the requirements for furnishing all equipment, materials, labor and techniques for earthwork including excavation, fill, backfill, compaction and site restoration. 1.02 DEFINITIONS A. Unsuitable Materials: 1. Fills: Topsoil, frozen materials; construction materials and materials subject to decomposition; clods of clay and stones larger than 3 inches; organic materials, including silts, which are unstable; and inorganic materials, including silts, too wet to be stable. 2. Existing Subgrade (except footings): Same materials as above paragraph, that are not capable of direct support of slabs, pavement, and similar items, with the possible exception of improvement by compaction, proofrolling, or similar methods of improvement. 3. Existing Subgrade (footings only): Same as Paragraph 1, but no fill or backfill. If materials differ from reference borings and design requirements, excavate to acceptable strata subject to Engineer's approval. B. Earthwork: Earthwork operations required within the new construction area. It also includes earthwork required for auxiliary structures, buildings and utilities and other trenchwork throughout the job site. C. Degree of Compaction: Degree of compaction is expressed as a percentage of maximum density obtained by the test procedure presented in ASTM D698. D. The term fill means fill or backfill as appropriate. 1.03 RELATED WORK A. Materials testing and inspection during construction: Section 01 45 29, TESTING LABORATORY SERVICES. B. Safety Requirements : Section 00 72 00, GENERAL CONDITIONS, Article, ACCIDENT PREVENTION. C. Protection of existing utilities, fire protection services, existing equipment, roads, and pavements: Section 01 00 00, GENERAL REQUIREMENTS. D. Subsurface Investigation: Section 01 00 00, GENERAL REQUIREMENTS, Article, PHYSICAL DATA. CITY OF FORT WORTH Nature Center Boardwalk Redevelopment STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 31 20 11 -2 Earth Moving(Short Fomi) 11 age 2 o1"6 E. Foundation System Requirements: Section 31 62 00, DRIVEN PILES, Section 31 63 16, AUGER CAST GROUT PILES, Section 31 63 26, DRILLED CAISSONS, FLOWABLE. FILL, Section 31 23 23.33. 1.04 CLASSIFICATION OF EXCAVATION A. All excavation shall be considered unclassified, regardless of the material encountered. No additional payment will be allowed for rock or any other unforeseen conditions/materials. B. Unclassified Excavation: Removal and disposal of pavements and other man-made obstructions visible on the surface; utilities, and other items including underground structures indicated to be demolished and removed; together with any type of materials regardless of character of material and obstructions encountered. 1.05 SUBMITTALS A. Submit in accordance with Section 01 33 23, SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES. 1.06 APPLICABLE PUBLICATIONS A. Publications listed below form a part of this specification to the extent referenced. Publications are referenced in the text by the basic designation only. B. American Association of State Highway and Transportation Officials (AASHTO): T99-01 (82004) Moisture-Density Relations of Soils Using a 2.5 kg (5.5 lb) Rammer and a 305 mm (12 inch) Drop T180-01 (2004) Moisture-Density Relations of Soils Using a 4.54-kg (10 lb) Rammer and a 457 mm (18 inch) Drop C. American Society for Testing and Materials(ASTM): D698-07 Laboratory Compaction Characteristics of Soil Using Standard Effort D1557-02 Laboratory Compaction Characteristics of Soil Using Modified Effort D. Standard Specifications of Texas State Department of Transportation, latest revision. PART 2-PRODUCTS 2.01 MATERIALS A. Fills: Materials approved from on site and off site sources having a minimum dry density of 110 pd, a maximum Plasticity Index of 6, and a maximum Liquid Limit of 30. B. Granular Fill. 1., Under concrete slab, crushed stone or gravel graded from 1 inch to No.4. 2. Bedding for sanitary and storm sewer pipe, crushed stone or gravel graded from 1/2 inch to o.4° CITY OF FORT WORTH Nature Center Boardwalk Redevelopment STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 312011 -3 Earth Movin°(Short Form) Page 3 of6 PART 3- EXECUTION 3.01 SITE PREPARATION A. Clearing: Clearing within the limits of earthwork operations as described or designated by the Engineer. Work includes removal of trees, shrubs, fences, foundations, incidental structures, paving, debris, trash and any other obstructions. Remove materials from the Owner's property. B. Grubbing: Remove stumps and roots 3 inches and larger diameter. Undisturbed sound stumps, roots up to 3 inches diameter, and nonperishable solid objects which will be a minimum of 3 feet below subgrade or finished embankment may be left. C. Trees and Shrubs: Trees and shrubs, not shown for removal, may be removed from the areas within 15 feet of new construction and 7'-6"of utility lines if such removal is approved in advance by the Owner. Remove materials from the Owner's Property. Box, and otherwise protect from damage, existing trees and shrubs which are not shown to be removed in the construction area. Repair immediately damage to existing trees and shrubs by trimming, cleaning and painting damaged areas, including the roots, in accordance with standard industry horticultural practice for the geographic area and plant species. Building materials shall not be stored closer to trees and shrubs, that are to remain, than the farthest extension of their limbs. D. Stripping Topsoil: Unless otherwise indicated on the drawings, the limits of earthwork operations shall extend anywhere the existing grade is filled or cut or where construction operations have compacted or otherwise disturbed the existing grade or turf. Strip topsoil as defined herein, or as indicated in the geotechnical report, from within the limits of earthwork operations as specified above unless specifically indicated or specified elsewhere in the specifications or shown on the drawings. Topsoil shall be fertile, friable, natural topsoil of loamy character and characteristic of the locality. Topsoil shall be capable of growing healthy horticultural crops of grasses. Stockpile topsoil and protect as directed by the Engineer. Eliminate foreign material, such as weeds, roots, stones, subsoil, frozen clods, and similar foreign materials, larger than 1/2 cubic foot in volume, from soil as it is stockpiled. Retain topsoil on the property. Remove foreign materials larger than 2 inches in any dimension from topsoil used in final grading. Topsoil work, such as stripping, stockpiling, and similar topsoil work, shall not, under any circumstances, be carried out when the soil is wet so that the tilth of the soil will be destroyed. E. Disposal: All materials removed from the property shall be disposed of at a legally approved site, for the specific materials, and all removals shall be in accordance with all applicable Federal, State and local regulations. No burning of materials is permitted onsite. 3.02 EXCAVATION A. Shoring, Sheeting and Bracing: Shore, brace, or slope to it's angle of repose banks of excavations to protect workmen, banks, adjacent paving, structures, and utilities, in compliance with OSHA requirements. 1. Extend shoring and bracing to the bottom of the excavation. Shore excavations that are carried below the elevations of adjacent existing foundations. 2. If the bearing of any foundation is disturbed by excavating, improper shoring or removal of shoring, placing of backfill, and similar operations, provide a concrete fill support in compliance with Specification Section 31 23 23.33, FLOWABLE FILL, under disturbed foundations, as directed by Engineer, at no additional cost to the Owner. Do not remove shoring until permanent work in excavation has been inspected and approved by Engineer. CITY OF FORT WORTH Nature Center Boardwalk Redevelopment STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 31 20 11 -4 Earth Moving(Short Fonn) Page 4 of'6 B. Excavation Drainage, Operate pumping equipment as required, to keep excavations free of water and subgrades dry, firm, and undisturbed until approval of permanent work has been received from Engineer. Approval by the Engineer is also required before placement of the permanent work on all subgrades. When subgrade for foundations has been disturbed by water, remove the disturbed material to firm undisturbed material after the water is brought under control. Replace disturbed subgrade in trenches by mechanically tamped sand or gravel., C, Blasting: Blasting shall not be permitted, D Building Earthwork: 1. Excavation shall be accomplished as required by drawings and specifications. 2. Excavate foundation excavations to solid undisturbed subgrade. 3. Remove loose or soft material to solid bottom. 4. Fill excess cut under footings or foundations with 3000 psi concrete (unless specified separately in another section of these specifications), poured separately from the footings, 5. Do not tamp earth for backfilling in footing bottoms, except as specified. E. Trench Earthwork: 1. Utility trenches (except sanitary and storm sewer): a. Excavate to a width as necessary for sheeting and bracing and proper performance of the work. b. Grade bottom of trenches with bell-holes, scooped-out to provide a uniform bearing. C. Support piping per embedment details on undisturbed earth unless a mechanical support is shown. d. The length of open trench in advance of pipe laying shall not be greater than is authorized by the Engineer. 2. Sanitary and storm sewer trenches'. a. Trench width at a point 6 inches above top of the pipe shall be outside diameter of pipe plus 12 inches, but no less than 24 inches total. Width of trench above that level shall be as necessary for sheeting and bracing and proper performance of the work. b. The pipe shall be bedded per the embedment details on undisturbed soil or granular fill. C Place and compact as specified the remainder of backfill using acceptable excavated materials. Do not use unsuitable materials. d. Use granular fill for bedding where rock or rocky materials are excavated. F., Site Earthwork: Excavation shall be accomplished as required by drawings and specifications. Remove subgrade materials, that are determined by the Engineer as unsuitable, and replace with acceptable material. If there is a question as to whether material is unsuitable or not, the Contractor shall obtain samples of the material, under the direction of the Engineer, and the materials shall be examined by an independent testing laboratory for soil classification to determine whether it is unsuitable or not. Co Finished elevation of subgrade shall be as follows: 1. Pavement Areas-bottom of the pavement as applicable, 2. Planting and Lawn Areas-4 inches below the finished grade, unless otheroAse specified or indicated on the drawings. Cl'rY OF FORT*WORT11 Nature Center Boardwalk Redevelopment STANDARD CONSTRUCTION SPECIFICATION DOCUME',N'T'S 02214 31 20 11 -5 Earth Moving(Short Form) Page 5 of 6 3.03 FILLING AND BACKFILLING A. General: Do not fill or backfill until all debris, unsatisfactory soil materials, obstructions, and deleterious materials have been removed from the excavation. Proof-roll exposed subgrades with a fully loaded dump truck. Use excavated materials or borrow for fill and backfill, as applicable. Do not use unsuitable excavated materials. Do not backfill until foundation walls have been completed above grade and adequately braced, waterproofing or dampproofing applied, and pipes coming in contact with backfill have been installed, and inspected and approved by the Engineer. B. Proof-rolling Existing Subgrade: Proof-roll with a fully loaded dump truck. Make a minimum of one pass in each direction. Remove unstable uncompactable material and replace with granular fill material completed to mix requirements specified. C. Placing: Place material in horizontal layers not exceeding 8 inches in loose depth and then compacted. Do not place material on surfaces that are muddy, frozen, or contain frost. D. Compaction: Use approved equipment (hand or mechanical) well suited to the type of material being compacted. Do not operate mechanized vibratory compaction equipment within 10 feet of new or existing building walls without the prior approval of the Engineer. Moisten or aerate material as necessary to provide the moisture content that will readily facilitate obtaining the specified compaction with the equipment used. Compact each layer to not less than 95 percent of the maximum density at -0% to +2% of optimum moisture content determined in accordance with the following test method ASTM D698. 3.04 GRADING A. General: Uniformly grade the areas within the limits of this section, including adjacent transition areas. Smooth the finished surface within specified tolerance. Provide uniform levels or slopes between points where elevations are indicated, or between such points and existing finished grades. Provide a smooth transition between abrupt changes in slope. B. Cut rough or sloping rock to level beds for foundations. In unfinished areas fill low spots and level off with coarse sand or fine gravel. C. Slope backfill outside the building away from the building walls for a minimum distance of 10 feet at a minimum five percent(5%) slope. D. The finished grade shall be 6 inches below bottom line of windows or other building wall openings unless shown otherwise in the plans. E. Place crushed stone or gravel fill under concrete slabs on grade tamped and leveled. The thickness of the fill shall be 6 inches, unless otherwise indicated. F. Finish subgrade in a condition acceptable to the Engineer at least one day in advance of the paving operations. Maintain finished subgrade in a smooth and compacted condition until the succeeding operation has been accomplished. Scarify, compact, and grade the subgrade prior to further construction when approved compacted subgrade is disturbed by contractor's subsequent operations or adverse weather. G. Grading for Paved Areas: Provide final grades for both subgrade and base course to 0.25 inches of indicated grades. Confirm elevations, slopes and cross slopes of finished subgrade of CITY OF FORT WORTH Nature Center Boardwalk Redevelopment STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 39 2011 -6 E• 1u Moving(Shon Form) Page 6 of 6 all handicapped parking and accessible routes, prior to pouring or placing final pavement.. Correct all deficiencies before proceeding with final pavement. 3.05 LAWN AREAS A. General: Harrow and till to a depth of 4 inches, new or existing lawn areas to remain, which are disturbed during construction. Establish existing or design grades by dragging or similar operations. Do not carry out lawn areas earthwork out when the soil is wet so that the tilt h of the soil will be destroyed. Plant bed must be approved by Engineer before seeding or sodding operation begins. B. Finished Grading: Begin finish grading after rough grading has had sufficient time for settlement. Scarify subgrade surface in lawn areas to a depth of 6 inches.Apply topsoil so that after normal compaction, dragging and raking operations (to bring surface to indicated finish grades) they wiII be a minimum of 6 inches of topsoil over all lawn areas; make smooth, even surface and true grades, is will not allow water to stand at any point. Shape to and bottom of banks to for reverse curves in section; make junctions with undisturbed areas to conform to existing topography. Solid lines within grading limits indicate finished contours. Existing contours, indicated by broken lines are believed approximately correct but are not guaranteed. 3.06 DISPOSAL OF UNSUITABLE AND EXCESS EXCAVATED MATERIAL A. Disposal- Remove surplus satisfactory soil and waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off site. 1 Remove waste material, including unsatisfactory soil, trash, and debris, and legally dispose of it off Owner's property. 2. Remove from site and dispose of any excess excavated materials after all fill and backfill operations have been completed. 3.07 CLEAN-UP A. on completion of earthwork operations, clean areas within contract limits, remove tools, and equipment. Provide site clear, clean, free of debris, and suitable for subsequent construction operations. Remove debris, rubbish, and excess material from the Owner's property. END OF SECTION CITY OF FORT WORTH Nature Center Boardwalk Redevelopment STANDARI)CONSTRUCTION SPECIFICATION DOCUMENTS 02214 DIVISION 32 -EXTERIOR IMPROVEMENTS 321313- I Concrete Paving& Walks Page I of i SECTION 32 13 13 CONCRETE PAVING &WALKS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this section. 1.02 SUMMARY A. Extent of Portland cement concrete paving is shown on drawings, including curbs, gutters, walkways, and pavement. B. Prepared Lime Stabilized Subgrade is specified in "Lime Stabilized Subgrade" section. 1.03 QUALITY ASSURANCE A. Codes and Standards: Comply with local governing regulations if more stringent than herein specified. PART 2- PRODUCTS 2.01 MATERIALS A. Forms: Steel, wood, or other suitable material of size and strength to resist movement during concrete placement and to retain horizontal and vertical alignment until removal. Use straight forms, free of distortion and defects. 1. Use flexible spring steel forms or laminated boards to form radius bends as required. B. Coat forms with a nonstaining form release agent that will not discolor or deface surface of concrete. 1. Welded Wire Mesh: Welded plain cold-drawn steel wire fabric, ASTM A 185. C. Furnish in flat sheets, not rolls, unless otherwise acceptable to Architect/Engineer. D. Reinforcing Bars: Deformed steel bars, ASTM A 615, Grade 60. E. Joint Dowel Bars: Plain steel bars, ASTM A 615, Grade 60. Cut bars true to length with ends square and free of burrs. F. Expansion Joint Materials: Use preformed expansion joint fillers and sealers. G. Antispalling Compound: Combination of boiled linseed oil and mineral spirits, complying with AASHTO M-233. CITY OF FORT WORTH Nature Center Boardwalk Redevelopment STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 32 13 13-2 Concrete Paving&Walks Page 2 of 5 H. Liquid-Membrane Forming and Sealing Curing Compound: Comply with AST M C 309, Type 1, Class A unless other type acceptable to Architect/Engineer, Moisture loss no more than 0.055 gr./sq. cm.when applied at 200 sq.ft.I gal. 1. Products, Subject to compliance with requirements, provide one of the following, a. "Masterseal"; Master Builders. b. "A-H 3 Way Sealer"-,Anti­­Hydro Waterproofing Co. C. "Ecocure"", Euclid Chemical Co. d. "Clear Seal";A. Co Horn. e. "J-20 Acryilc Cure"; Dayton Superlor, f. "Sure Cure"; Kaufman Products Inc. g. "AR-30"W.R. Meadows. h. "Spartan-Cote";The Burke Co. i. "Sealkure"„Toch Div.-Carboline. f. "Kure-N-Seal"; Sonneborn-Contech. k. "Polyclear"', Upco Chemical/USM Corp. 1. "L&M Cure",- L&M Construction Chemicals. M. "Klearseal"; Setcon Industries. n. "l-R-1 52"; Pretax Industries. 0. ""Hardtop""„ Gifford-Hill. 2.02 CONCRETE MIX, DESIGN,AND TESTING A. Comply with Standard Specifications of the Texas Department of Transportation Highway Division for concrete mix design, sampling and testing, and quallity control and as herein specified. B. Design mix to produce normal-weight concrete consisting of portland cement, aggregate, water-reducing or high-range water-reducing admixture (superplasticizer), air-entraining admixture, and water to produce the following properties: 1. Compressive Strength: 3500 psi, minimum at 28 days, unless otherwise indicated for all concrete pavement, curbs and gutters; and 3000 psi minimum at 28 days for all sidewalks. 2. Slump Limits: 8 inches minimum for concrete containing high- range water-reducing admixture (superplaisticizer),-, 3 inches for other concrete. 3. Air Content:. 4 to 6 percent. PART 3-EXECUTION 3.01 SURFACE PREPARATION A. Remove loose material from compacted subgrade surface immediately before placing concrete. B. Proof-roll prepared subgrade surface to check for unstable areas and need for additional compaction. Do not begin paving work until such conditions have been corrected and are ready to receive paving. 3.02 FORM CONSTRUCTION A. Set forms to required grades and lines, braced and secured. Install forms to allow continuous progress of work and so that forms can remain in place at least 24 hours after concrete placement. CITY OF FORT WORTH Nature.Center Boardwalk Redevelopment STANDARD CONSTRUCTION SPECIFICATION DOCUMENI'S 02214 32 13 13-3 Concrete Paving& Walks Pape 3 of 5 B. Check completed formwork for grade and alignment to following tolerances: 1. Top of forms not more than 1/8 inch in 10 feet. 2. Vertical face on longitudinal axis, not more than 1/4 inch in 10 feet. C. Clean forms after each use and coat with form release agent as required to ensure separation from concrete without damage. D. Slope step treads at 1/4 inch per foot to drain. E. Slope sidewalks at 1/4 inch per foot in the direction of drainage. 3.03 REINFORCEMENT A. Locate, place and support reinforcement as shown on the drawings, using standard materials for supporting reinforcing steel. B. Concrete walks shall be doweled to the foundation at all entrances and where concrete walks are adjacent to the foundation, in accordance with the details shown on the drawings. 3.04 CONCRETE PLACEMENT A. Do not place concrete until subgrade and forms have been checked for line and grade. Moisten subgrade if required to provide a uniform dampened condition at time concrete is placed. Do not place concrete around manholes or other structures until they are at required finish elevation and alignment. B. Place concrete by methods that prevent segregation of mix. Consolidate concrete along face of forms and adjacent to transverse joints with internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square-faced shovels for hand-spreading and consolidation. Consolidate with care to prevent dislocation of reinforcing, dowels, and joint devices. C. Use bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. D. Deposit and spread concrete in a continuous operation between transverse joints as far as possible. If interrupted for more than 1/2 hour, place a construction joint. E. Curbs and Gutters: Automatic machine may be used for curb and gutter placement at Contractor's option. If machine placement is to be used, submit revised mix design and laboratory test results that meet or exceed minimums specified. Machine placement must produce curbs and gutters to required cross-section, lines, grades, finish, and jointing as specified for formed concrete. If results are not acceptable, remove and replace with formed concrete as specified. 3.05 JOINTS A. General: Construct expansion, weakened-plane (contraction), and construction joints true to line with face perpendicular to surface of concrete. Construct transverse joints at right angles to the centerline, unless otherwise indicated. CITY OF FORT WORTH Nature Center Boardwalk Redevelopment STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214 32 13 13-4 Concrete Paving&Walks Page 4 of 5 B. When joining existing structures, place transverse joints to align with previously placed joints, unless otherwise indicated. C. Weakened-Plane (Contraction) Joints: Provide weakened-plane (contraction) joints, sectioning concrete into areas as shown on drawings. Construct weakened-plane joints for a depth equal to at least 1/4 concrete thickness, as follows: 1. Sawed Joints: For weakened-plane joints with powered saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut joints into hardened concrete as soon as surface will not be torn, abraded, or otherwise damaged by cutting action. D. Construction Joints: Place construction joints at end of placements and at locations where placement operations are stopped for more than 1/2 hour, except where such placements terminate at expansion joints. 1.. Construct joints as shown or, if not shown, use standard metal keyway-section forms. Z Where load transfer-slip dowel devices are used, install so that one end of each dowel bar is free to move. E. Expansion Joints: Provide premolded joint filler for expansion joints abutting concrete curbs, catch basins, manholes, inlets, structures, walks, and other fixed objects, unless otherwise indicated. 1. Locate expansion joints at 60 feet o.c. for each pavement lane unless otherwise indicated. F. Extend joint fillers full width and depth of joint, not less than 1/2 inch or more than 1 inch below finished surface where joint sealer is indicated. If no joint sealer, place top of joint filler flush with finished concrete surface. G. Furnish joint fillers in one-piece lengths for full it being placed wherever possible. Where more than one length is required, lace or clip joint filler sections together. H. Protect to edge of joint filler during concrete placement with a metal cap or other temporary material. Remove protection after concrete has been placed on both sides of joint. L Fillers and Sealants, Comply with requirements of applicable Division 7 sections for preparation of joints, materials, installation, and performance. 3.06 CONCRETE FINISHING A. After striking-off and consolidating concrete, smooth surface by screeding and floating. Use hand methods only where mechanical floating is not possible. Adjust floating to compact surface and produce uniform texture. B. Aft er floating, test surface for trueness with a 1 0-ft. straightedge. Distribute concrete as required to remove surface irregularities, and refloat repaired areas to provide a continuous smooth finish. C. or edges of slabs, gutters, back top edge of curb, and formed joints with an edging tool, and round to 1/2-inch radius, unless otherwise indicated. Eliminate tool marks on concrete surface. D. After completion of floating and when excess moisture or surface sheen has disappeared, complete troweling and finish surface as follows: CITY OF FORT WORTH Nature Center Boardwalk Redevelopment STANDAM)CONSTRUCTION SPECIFICATION DOCUMENTS 02214 32 13 13 -5 Concrete Paving& Walks Page i o1'5 1. Broom finish by drawing a fine-hair broom across concrete surface perpendicular to line of traffic. Repeat operation if required to provide a fine line. 2. Burlap finish by dragging a seamless strip of damp burlap across concrete, perpendicular to line of traffic. Repeat operation to provide a gritty texture. E. Do not remove forms for 24 hours after concrete has been placed. After form removal, clean ends of joints and point-up any minor honeycombed areas. Remove and replace areas or sections with major defects, as directed by Architect/Engineer. 3.07 CURING A. Protect and cure finished concrete paving with membrane-forming curing and sealing compound or approved moist-curing methods. 3.08 REPAIRS AND PROTECTIONS A. Repair or replace broken or defective concrete, as directed by Architect/Engineer. B. Drill test cores where directed by Architect/Engineer when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory pavement areas with Portland cement concrete bonded to pavement with epoxy adhesive. C. Protect concrete from damage until acceptance of work. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. D. Sweep concrete pavement and wash free of stains, discolorations, dirt, and other foreign material just before final inspection. END OF SECTION CITY OF FORT WORTH Nature Center Boardwalk Redevelopment STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 02214