Loading...
HomeMy WebLinkAboutContract 51361 C ,lTy SECRETARY CONTIR City SeCretaryMl FORT WORTH Construction CJ Project Manager CD PROJECT MANUAL FOR THE CONSTRUCTION OF CONCRETE RESTORATION (2019 -2) AT VARIOUS LOCATIONS City Project No. 101643 Betsy Price David Cooke Mayor City Manager Douglas W. Wiersig, P.E. Director, Transportation and Public Works Department Prepared for The City of Fort Worth TRANSPORTATION AND PUBLIC WORKS OFi 2019 �i i•,R4Et!]1.NUSt?►4 88823 �'�ONAt RECEIVED ctin nr�nr��r�aRtx CITY SCCRUAR.Y DFFICIAI.RECCRI] CITY SECRETARY FT.WORTH,TX FORT WORTH City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00-General Conditions 001113 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 12 Prequalification Statement 00 45 26 Contractor Compliance with Workers'Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01-General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 0132 16 Construction Progress Schedule 01 32 33 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 014523 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 015713 Storm Water Pollution Prevention Plan 0158 13 Temporary Project Signage 01 60 00 Product Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 0177 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents Technical Specifications which have leen modified by the Engineer specifically for this Project;hard copies are included in the Project's Contract Documents Division 02-Existing Conditions 0241 13 Selective Site Demolition CITY OF FORT WORTH CONCRETE RE=RA77ON(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City"ect No.101603 Revised Febnuary 2,2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 02 41 15 Paving Removal Division 31-Earthwork 3123 16 Unclassified Excavation Division 32-Exterior Improvements 32 11 23 Flexible Base Courses 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks,Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 17-23 Pavement Markings 32 1725 Curb Address Painting 32 91 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydro-Mulching, Seeding,and Sodding Division 33-Utilities 3305 10 Utility Trench Excavation,Embedment,and Backfill 3305 14 Adjusting Manholes,Inlets,Valve Boxes,and Other Structures to Grade Division 34-Transportation 3471 13 Traffic Control Division 35—SPECIAL(TXI)OT) 999900 Special Specification Appendix GC-6.46.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates A Street Locations and Quantity,Pians and Details. B Standards END OF SECTION CITY OF FORT WORTH CONCRETE RE,STOR,4TTON(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101603 Revised February 2,2016 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 9/1112018 DATE: Tuesday, September 11, 2018 REFERENCE NO.: **C-28827 LOG NAME: 2000NCRETE RESTORATION 2019-2 SUBJECT: Authorize Execution of a Contract with Urban Infraconstruction, LLC in the Amount of$605,790.00 for Concrete Street Restoration along Yellowstone Trail, Chittamwood Trail and Diplomacy Road (COUNCIL DISTRICTS 4 and 5) RECOMMENDATION: It is recommended that the City Council authorize the execu#ion of a contract with Urban Infraconstruction, LLC in the amount of$605,790.00 for Concrete Street Restoration 2019-2 on Yellowstone Trail, Chittamwood Trail, and Diplomacy Road (City Project No. 101603). DISCUSSION: In the Fiscal Year 2019 Pay-Go Contract Street Maintenance Program, various types of street maintenance are grouped into specific contract packages. The Concrete Restoration 2019-2 contract provides for the repair and reconstruction of failed concrete pavement along Yellowstone Trail (from Park Vista Blvd. to Mt. Shasta Circle) (Council District 4), Chittamwood Trail (from Sugarberry Street to Honey Locust Trail) (Council District 5) and Diplomacy Road (from Trinity Blvd. to FAA Blvd.) (Council District 5), Construction for this project is expected to start approximately October 2018 and to be completed by approximately February 2019. Upon completion of the project there will be no anticipated impact on the general fund operating budget, This project was advertised for bid on June 21, 2018 and June 28, 2018 in the Fort Worth Star-Telegram. On July 19, 2018, the following bids were received: Bidde_ rs _ _ Arno-u-nt JUrban Infraconstruction, L_LG $fi05,790.OQ W6sthill Construction, Inc. T $656,510.00 IFNH Construction, LLC $777,'175.00 laton Bros. Inc. $799,614.00 Conatser Construction T_X, LP _$809,107.00 �5elect Striping, LLC $910,580.00 MIWBE OFFICE — Urban Infraconstruction, LLC is in compliance with the City's BDE Ordinance by committing to 20% MBE participation on this project. The City's MBE goal on this project is 20%. Additionally, Urban lnfraconstuction, LLC is a certified MNVBE firm. The City reserves the right to increase or decrease quantities of individual pay items within the contract provided that the total contract amount remains within plus or minus 25 percent of the contract award. Logname: 2000NCRETE RESTORATION 2019-2 Page 1 of 2 This project is located in COUNCIL DISTRICTS 4 and 5. FISCAL INFORMATION 1 CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and the adoption of the Fiscal Year 2018-2019 budget by the City Council to include funds for the above referenced item, funds will be available in the Fiscal Year 2019 Capital Budget, as appropriated, of the General Capital Projects Fund. Prior to an expenditure being incurred, the participating department has the responsibility to validate the availability of funds. FUND IDENTIFIERS (TFlDs): TO "Fund Department AccountProject ;Program' ctivity Budget Reference # mvun ID ID _ Year Chartfield 2 FROM FunDepartment Accoun Project Program ctivity Budget Reference # moun . ID _ ID Year Chartfield 2 _ �- - CERTIFICATIONS: Submitted for City Mana er's Office by: Susan Alanis (8180) Originating Department Head: Douglas Wiersig (7801) Additional Information Contact: Shammi Rahman (8892) ATTACHMENTS 1, FID CR 2019-2.r)df (CFW Internal) 2, Form 1295 CR2019-2.pdf (Public) 3. Map CR 2019-2R.pdf (Public) 4, MBE Urban_ Infra.gdf (CFW Internal) 5. SAM Urban Infraconstruction. df (CFW Internal) F h h Logname: 2000NCRETE RESTORATION 2019-2 Page 2 of 2 C,- gv�a-1 CERTIFICATE OF INTERESTED PARTIES FORM 1295 101`1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 5 if there are me interested parties, CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2018-387170 Urban Infraconstruction LLC Fort worth,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 0810112018 being filed. City of Fort Worth Date Acknow dged: 3 Provide the identification number used by the governmental entity or state agency to track yr identify the contract,and provide a description of the services,goods,or other property to be provided under the contract 101603 Concrete Restoration Nature of interest 4 Name of interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Urban lnfraconstruction LLC Fart Worth,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 UNSWORN DECLARATION My name is and my date of birth is4L3 My address is-/W [street] [ohty] (state) (zip ends) (country) I declare under penalty of perjury that the foregoing is true and correct r, Executed in r j T _ __county. State of on the r day of "'+,204 (month) (year) Sign u a i ag o antra+ting business entity BCfaran Forms provided by Texas Ethics Commission www.elhics,slate.tx,us Version v1.0.6711 001113-1 INVITATION TO BIDDERS Page I of 2 1 SECTION 00 11 13 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of CONCRETE RESTORATION(2019-2)AT VARIOUS 5 LOCATIONS will be received by the City of Fort Worth Purchasing Office: 6 7 City of Fort Worth 8 Purchasing Division 9 1000 Throckmorton Street 10 Fort Worth,Texas 76142 11 until 1:34 P.M. CST,Thursday,JULY 19 2018 and bids will be opened publicly and read aloud at 12 2:00 PM CST in the Council Chambers. 13 14 GENERAL DESCRIPTION OF WORK 15 The major work will consist of the(approximate)following: 16 6200 SY Remove Concrete and Replace with 7"Concrete Pavement HES 17 3500 SY Geogrid 18 605 CY Flex Base 19 20 DOCUMENT EXAMINATION AND PROCUREMENTS 21 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 22 of Fort Worth's Purchasing Division website at http://www.fortworthtexas.gov/purchasingand 23 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site.The 24 Contract Documents may be downloaded,viewed,and printed by interested contractors and/or 25 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 26 Parties Form 1295 and the form must be submitted to the Project Manager before the 27 contract will be presented to the City Council.The form can be obtained at 28 httns://www.ethics.state.tx.us/tee/1295-Info.btm. 29 34 Copies of the Bidding and Contract Documents may be purchased from Nikki McLeroy, 817- 31 392-8363.City of Fort Worth,TPW,244 Texas St.,Fort Worth,TX 76102. 32 33 The cost of Bidding and Contract Documents is:$30 34 PREBID CONFERENCE 35 A prebid conference may be held as described in Section 00 21 13-INSTRUCTIONS TO 36 BIDDERS at the following location,date,and time: 37 DATE: TUESDAY,JULY 3RD, 2018 38 TIME: 10.30 AM 39 PLACE: Transportation and Public Works, Street services, 5001 James Avenue,Suite# 40 201,Fort worth, TX 76115. 41 42 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 43 City reserves the right to waive irregularities and to accept or reject bids. 44 45 INQUIRIES 46 All inquiries relative to this procurement should be addressed to the following: 47 Attn: Shammi Rahman, City of Fort Worth 48 Email: shammLrahman@fortworthtews.gov 49 Phone: 817-392-6792 Ci'i'Y OF FORT WORTH CONCRETERESTORRTION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101603 Revised December 22,2016 001113-2 INVITATION TO BIDDERS Page 2 aft Z 2 ADVERTISEMENT DATES 3 June 21, 2018. 4 June 28, 2018. 5 END OF SECTION CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS City Project No.10 16 03 Revised December 22,2016 0021 13-1 INSTRUCTIONS To BIDDERS Page I of 9 1 SECTION 44 2113 2 INSTRUCTIONS TO BIDDERS 3 4 I. Defined Terms 5 6 1.1.Terms used in these INSTRUCTIONS TO BIDDERS,which are defined in Section 00 72 7 00-GENERAL CONDITIONS. 8 9 1.2.Certain additional terms used in these INSTRUCTIONS TO BIRDERS have the 10 meanings indicated below which are applicable to both the singular and plural thereof. 11 12 1.2.1. Bidder: Any person,firm,partnership,company,association,or corporation acting 13 directly through a duly authorized representative,submitting a bid for performing 14 the work contemplated under the Contract Documents. 15 16 1.2.2.Nonresident Bidder: Any person, firm,partnership,company,association,or 17 corporation acting directly through a duly authorized representative,submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the State of Texas. 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 22 (on the basis of City's evaluation as hereinafter provided)makes an award 23 24 2. Copies of Bidding Documents 25 26 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 27 resulting from the Bidders use of incomplete sets of Bidding Documents. 28 29 2.2.City and Engineer in making copies of Bidding Documents available do so only for the 30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 31 for any other use. 32 33 34 35 a-A. 36 37 38 requiremeW woFk Pfpes and deeumeeWien afe as fellows: 39 40 ;.4.-1: ; 41 42 0 43 44 45 45 , CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONCRETE RESTORATION(2419-2) Revised November 27,2012 City Project No.101603 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 ° 2 o n n 3 0 u -- 4o n a 5 6 , 7 n 8 0 9 o n a o 10 11 12 13 3-2- , 14 , 15 AG 11,B171D TJC PR Q TAi WIGA"i' ONS 16 17 4.2.1. Submission 4 an&ar-questions Felated to pr-eque4ifir-ation should be addressed te 18 thO City 66flta6t as PFBVided ifi Pffagffiph 6,1. 19 20 21 3- is the apparent lew 22 ,in its 23 , 24 , 25 te assi st the City in evaltiating and assessing the ability of the appaFe"t low biddef(s)to 26 27 the stipulated t;.,.,o 4 affiw. Based poo the City's assessment of the stibmittoa 28 , 29 , 30 31 . 32 33 4A ,additional for-quakfisati9a may be feqtfir-ed 35 36 4. Examination of Bidding and Contract Documents,Other Related Data,and Site 37 38 4.1.Before submitting a Bid,each Bidder shall: 39 40 4.1.1. Examine and carefully study the Contract Documents and other related data 41 identified in the Bidding Documents(including"technical data" referred to in 42 Paragraph 4.2. below). No information given by City or any representative of the 43 City other than that contained in the Contract Documents and officially 44 promulgated addenda thereto,shall be binding upon the City. 45 46 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 47 site conditions that may affect cost,progress,performance or furnishing of the 48 Work. 49 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONCRETE RESTORRTION(2019-2) Revised November 27,2012 City Project No- 101603 0021 13-3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.3. Consider federal,state and local Laws and Regulations that may affect cost, 2 progress,performance or furnishing of the Work. 3 4 4.1.4. 5 6 4.1.5. Study all: (i)reports of explorations and tests of subsurface conditions at or 7 contiguous to the Site and all drawings of physical conditions]relating to existing 8 surface or subsurface structures at the Site(except Underground Facilities)that 9 have been identified in the Contract Documents as containing reliable"technical 10 data"and(ii) reports and drawings of Hazardous Environmental Conditions,if any, 1 l at the Site that have been identified in the Contract Documents as containing 12 reliable"technical data." 13 14 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 15 the information which the City will furnish. All additional information and data 16 which the City will supply after promulgation of the formal Contract Documents 17 shall be issued in the form of written addenda and shall become part of the Contract 18 Documents just as though such addenda were actually written into the original 19 Contract Documents.No information given by the City other than that contained in 20 the Contract Documents and officially promulgated addenda thereto, shall be 21 binding upon the City. 22 23 4.1.7. Perform independent research,investigations,tests,borings,and such other means 24 as may be necessary to gain a complete knowledge of the conditions which will be 25 encountered during the construction of the project. On request, City may provide 26 each Bidder access to the site to conduct such examinations,investigations, 27 explorations,tests and studies as each Bidder deems necessary for submission of a 28 Bid. Bidder must fill all holes and clean up and restore the site to its former 29 conditions upon completion of such explorations,investigations,tests and studies. 34 31 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 32 cost of doing the Work,time required for its completion,and obtain all information 33 required to make a proposal.Bidders shall rely exclusively and solely upon their 34 own estimates,investigation,research,tests,explorations,and other data which are 35 necessary for full and complete information upon which the proposal is to be based. 36 It is understood that the submission of a proposal is prima-facie evidence that the 37 Bidder has made the investigation,examinations and tests herein required. Claims 38 for additional compensation due to variations between conditions actually 39 encountered in construction and as indicated in the Contract Documents will not be 40 allowed. 41 42 4.1.9. Promptly notify City of all conflicts,errors,ambiguities or discrepancies in or 43 between the Contract Documents and such other related documents.The Contractor 44 shall not take advantage of any gross error or omission in the Contract Documents, 45 and the City shall be permitted to make such corrections or interpretations as may 46 be deemed necessary for fulfillment of the intent of the Contract Documents. 47 48 4.2. Deference is made to Section 00 73 00—Supplementary Conditions for identification of: 49 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONCRETE RESVOAATION(2019-2) Revised November 27,2012 City Project No.101603 0021 13-4 INSTRUCTIONS TO BIDDERS Page 4 of 9 l 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 2 the site which have been utilized by City in preparation of the Contract Documents. 3 The logs of Soil Borings, if any,on the plans are for general information only. 4 Neither the City nor the Engineer guarantee that the data shown is representative of 5 conditions which actually exist. 6 7 4.2.2. those drawings of physical conditions in or relating to existing surface and 8 subsurface structures(except Underground Facilities)which are at or contiguous to 9 the site that have been utilized by City in preparation of the Contract Documents. 1Q 11 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 12 on request. Those reports and drawings may not be part of the Contract 13 Documents,but the"technical data"contained therein upon which Bidder is entitled 14 to rely as provided in Paragraph 4.42.of the General Conditions has been identified 15 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 16 responsible for any interpretation or conclusion drawn from any"technical data"or 17 any other data,interpretations,opinions or information. 18 19 4.3.The submission of a Bid will constitute an incontrovertible representation by Bidder(i) 20 that Bidder has complied with every requirement of this Paragraph 4,(ii)that without 21 exception the Bid is premised upon performing and furnishing the Work required by the 22 Contract Documents and applying the specific means,methods,techniques,sequences or 23 procedures of construction(if any)that may be shown or indicated or expressly required 24 by the Contract Documents,(iii)that Bidder has given City written notice of all 25 conflicts,errors,ambiguities and discrepancies in the Contract Documents and the 26 written resolutions thereof by City are acceptable to Bidder,and when said conflicts, 27 etc.,have not been resolved through the interpretations by City as described in 28 Paragraph 6.,and(iv)that the Contract Documents are generally sufficient to indicate 29 and convey understanding of all terms and conditions for performing and furnishing the 34 Work. 31 32 4.4.The provisions of this Paragraph 4, inclusive,do not apply to Asbestos,Polychlorinated 33 biphenyls(PCBs),Petroleum,Hazardous Waste or Radioactive Material covered by 34 Paragraph 4.06. of the General Conditions,unless specifically identified in the Contract 35 Documents. 36 37 5. Availabifity of Lands for Work,Etc. 38 39 5.1.The lands upon which the Work is to be performed,rights-of-way and easements for 40 access thereto and other lands designated for use by Contractor in performing the Work 41 are identified in the Contract Documents. All additional lands and access thereto 42 required for temporary construction facilities,construction equipment or storage of 43 materials and equipment to be incorporated in the Work are to he obtained and paid for 44 by Contractor. Easements for permanent structures or permanent changes in existing 45 facilities are to be obtained and paid for by City unless otherwise provided in the 46 Contract Documents. 47 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONCRETE MTORAT10N(1019-2) Revised November 27,2012 City Project No. 101603 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 5.2.Outstanding right-of-way,easements,and/or permits to be acquired by the City are listed 2 in Paragraph SC 4.01 of the Supplementary Conditions.In the event the necessary right- 3 of-way,easements,and/or permits are not Obtained,the City reserves the right to cancel 4 the award of contract at any time before the Bidder begins any construction work on the 5 project. 6 7 5.3- The Bidder shall be prepared to commence construction without all executed right-of- 8 ight-oF8 way,easements,and/or permits,and shall submit a schedule to the City of how 9 construction will proceed in the Other areas Of the project that do not require permits 10 and/or easements. 11 12 6. Interpretations and Addenda 13 14 6.1.All questions about the meaning or intent Of the Bidding Documents are to be directed to 15 City in writing on or before 2 p.m.,the Monday prior to the Bid opening. Questions 16 received after this day may not be responded to. Interpretations or clarifications 17 considered necessary by City in response to such questions will be issued by Addenda 18 delivered to all parties recorded by City as having received the Bidding Documents. 19 Only questions answered by formal written Addenda will be binding. Oral and other 20 interpretations or clarifications will be without legal effect. 21 22 Address questions to: 23 24 City of Fort Worth 25 1004 Throckmorton Street 26 Fort Worth,TX 76102 27 Attn: Shammi Rahman,Transportation and Public Works 28 Fax: 817-392-7969 29 Email:shammi.rahman@fortworthtexas.gov 30 Phone:817-392-6792 31 32 33 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 34 City. 35 36 6.3.Addenda or clarifications may be posted via Buzzsaw. 37 38 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 39 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 40 Project. Bidders are encouraged to attend and participate in the conference. City will 41 transmit to all prospective Bidders of record such Addenda as City considers necessary 42 in response to questions arising at the conference. Oral statements may not be relied 43 upon and will not be binding Or legally effective. 44 45 7. Bid Security 46 47 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 48 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 49 the requirements of Paragraphs 5.41 of the General Conditions. 50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONCRETE MSTOR4TION(1019-2) Revised November 27,2012 City Project No.101603 0021 13-6 INSTRUCTIONS TO BIDDERS Page 6 oF9 1 7.2.The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award,City may consider Bidder to be in 4 default,rescind the Notice of Award,and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which,or the dates by which,Milestones are to be achieved in I 1 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10. Substitute and "Or-Equal" Items 19 The Contract,if awarded,will be on the basis of materials and equipment described in the 24 Bidding Documents without consideration of possible substitute or"or-equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a"substitute"or"or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City,application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A.,6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 01 25 00 of the General Requirements. 27 28 11. Subcontractors,Suppliers and Others 29 34 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No.20020- 31 12-2011 (as amended),the City has goals for the participation of minority business 32 and/or small business enterprises in City contracts.A copy of the Ordinance can be 33 obtained from the Office of the City Secretary.The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form,Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate_The Forms including documentation must be received 37 by the City no later than 5:00 P.M.CST,five(5)City business days after the bid 38 opening date.The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received.Failure to comply shall render the bid as non- 44 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor,Supplier,other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents;additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONCRETE RENTORA77ON(2019-2) Revised November 27,2012 City Project No.101603 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item,alternative,and unit 4 price item listed therein. In the case of optional alternatives,the words"No Bid," 5 "No Change,"or"Not Applicable"may be entered.Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals,the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner,whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda,the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shal l be provided in accordance with Section 00 43 37—Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form,provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to City Manager of the City,and shall be enclosed in an opaque sealed envelope, 46 marked with the City Project Number,Project title,the name and address of Bidder,and 47 accompanied by the Bid security and other required documents. If the Bid is sent through the 48 mail or other delivery system,the sealed envelope shall be enclosed in a separate envelope 49 with the notation"BID ENCLOSED"on the face of it. 50 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S CONCRETE RESTOR4TION(2019-2) Revised November 27,2012 City Project No.101603 0021 13-8 INSTRUCTIONS To BIDDERS Page 8 of 9 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the City Manager and filed with the Purchasing Office cannot be 4 withdrawn prior to the time set for bid opening. A request for withdrawal must be 5 made in writing by an appropriate document duly executed in the manner that a Bid 5 must be executed and delivered to the place where Bids are to be submitted at any 7 time prior to the opening of Bids. After all Bids not requested for withdrawal are 8 opened and publicly read aloud,the Bids for which a withdrawal request has been 9 properly filed may,at the option of the City,be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates(if any)will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may,at 22 City's sole discretion,release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17-1- City reserves the right to reject any or all Bids,including without limitation the rights 27 to reject any or all nonconforming,nonresponsive,unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder,whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price,contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders,Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract,Bidder has performed a prior contract in an unsatisfactory manner,or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONCRETE RESTORATION(201'9-2) Revised November 27,2012 City Project No.101603 0021 13-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors,Suppliers,and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors,Suppliers,and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs,maintenance requirements,performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the 11 evaluation of any Bid and to establish the responsibility,qualifications,and financial 12 ability of Bidders,proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization,work of a value not less than 17 35%of the value embraced on the Contract,unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded,it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001,the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's hid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 34 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded,City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder,it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds, Certificates of Insurance,and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CONCRETERES TORAlTION(2019-2) Revised November 27,2012 City Project No.101603 ui)3; 13-1 C)NFLIC 1'01.1N'1VRESTAFFIDAVII' Page i of I 1 SECTION 00 35 13 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder,offeror, or respondent(hereinafter also referred to as"you")to a City of Fort Worth 5 (also referred to as"City")procurement are required to complete Conflict of Interest 6 Questionnaire(the attached CIQ Form)and Local Government Officer Conflicts Disclosure 7 Statement(the attached CIS Form)below pursuant to state law. This affidavit will certify that the 8 Bidder has on file with the City Secretary the required documentation and is eligible to bid on 9 City Work. The referenced forms may be downloaded from the website links provided below. 14 I I littp://www.ethics.state.tx.us/fori-ns/C]Q.12df 12 13 littp://www.ethics.state.tx.us/forms/C]S.pdf 14 15 Q CIQ Form is on file with City Secretary 16 17 ��CIQ Form is being provided to the City Secretary 18 19 CIS Form is on File with City Secretary 20 21 [ CIS Form is being provided to the City Secretary 22 23 24 25 BIDDER: 26 27 _ 1�t� �� -tCcau 5�+'ch`o�-�L By: h7up 28 Company (Pl s Print) 2 �V� 9 30 p� Jf� Signature: 31 Address 32 33 f� L-�;)Zrpl � _ Title: 34 City/ tate'/Zip (Please Print) 35 36 37 END OF SECTION CITY OF FORT WORTH Concrete restoration 0019-.?1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 0A,Nrnlect Xfj. 101603 Revised March 27.201_2 0041 00 BID FORM Page 1 of 3 SECTION 00 4100 BID FORM TO: The Purchasing Manager cto:The Purchasing Division 1000 Th rock morton Street City of Fort Worth, Texas 76102 FOR: CONCRETE RESTORATION (2019-2)AT VARIOUS LOCATIONS City Project No.: 101603 Units/Sections. CONCRETE PAVING 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association,organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a_ "corrupt practice"means the offering, giving, receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial, non-competitive levels. t CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Bid Proposal Workbook-Copy 0041 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. The Bidder a6knewledges that the feReWiRg WG* types mus be PeFf9FRFed epiy by plcequalified eeptFaatars aPA a. b. c. d. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 150 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4,2, Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones)within the times specified in the Agreement. S. Attached to this Bid The following documents are attached to and made a part of this Bid a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 'If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Bid Proposal Workbook-Copy 0041 00 BID FORM Page 3 of 3 estimated quantities shown in this proposal and then totaling all of the extended amounts. 7. Bid Submittal This Bid is submitted on 07/19/2018 by the entity named below. Respectfully submitted, Receipt is acknowledged of the Initial following Addenda: By: Addendum No. 1, (Signa u Addendum No.2: Addendum No. 3: Anuo Tamrakar Addendum No.4: (Printed Name) Title: CEO Company: Urban Infraconstruction LLC Corporate Seal: Address: 2512 Gravel Dr Fort Worth, TX 76118 State of Incorporation: Texas Email: anu urbaniconstruct.com Phone: 817-616-5544 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Bid Proposal Workbook-Copy West, Jennifer From: Anup Tamrakar <anup@urbaniconstruct.com> Sent: Tuesday,September 18, 2018 6:09 PM To: West,Jennifer;Nilima Poudel Cc: TPW Contracts; De La Cruz,Juan P; Rahman,Shammi Subject: RE: 101603,Concrete Restoration 2019-2& 101604,Concrete Restoration 2019-1 Follow Up Flag: Follow up Flag Status: Flagged Jennifer We acknowledge following: 101603,Concrete Restoration 2019-2;bid amount$605,790.04 101604,Concrete Restoration 2019-1:bid amount$ 753,760.00 Advise if you need anything else please Thank you, —We are certified DBEI MWBEI SBE contractor Certification#IMDB81611N0417*** Anup Tamrakar CEO URBAN Infraconstruction, CCC 2512 Gravel Or Fon worth,,TX 76118 8817)616-5544 1(a 17)676-1251(c) urbaniconstruct.00m This e-mail may be pnvkle ped and cafid"al.It you are nol the intanded red pierl.please delela horn all derives. From:West,Jennifer<Jennifer,West@fortworthtexas.gov> Sent: Monday,September 17, 2018 11:29 AM To-Anup Tamrakar<a nu p@ urban iconstruct.com> Cc:TPW Contracts<TPWContracts@fortworthtexas.gova; De La Cruz,Juan PUuan.DeLaCruz@fortworthtexas.gov>; Rahman,Shammi<Shammi.Rahman@fortworthtexas.gova Subject: 101603,Concrete Restoration 2019-2& 101604,Concrete Restoration 2019-1 Mr.Tamrakar, I reviewed both contracts referenced above and they are ready to route for execution;however,there is one discrepancy we need to resolve. In accordance with Section 6.2 of the Bid Form(00 4100),the total bid amount should be entered on the form and is subject to verification. It appears the total bid amount field was inadvertently removed- an oversight on our part. Will you please acknowledge the total bid amount that should be referenced on the Bid Form(00 4100)? I've attached a copy of your bid documents for reference. The form in question is located on pages 3-5 in both attachments. Your reply to this email will be printed and become part of the Contract. 1 Thank you, Jennifer West Capital Delivery Contract Coordinator Transportation and Public Works 200 Texas Street Foil Worth.Texas 76102 817.392.7233 Phone 817.392.8092 Fax Jennifer.West�ei?fortworthtexas.Toy City of Fort Worth— Working together to build a strong community. FORT WORTH. 2 SECTION 00 42 43 PROPOSAL FORM UNIT PRICE BID Bidder's Application Iio1n-t llem In£orlmam Ridder i Pmpral Ridllsl Ilan I nit of Bid D"rnpclon Spee](ea[Wn Saturn�o Quumn t'ml Price Bid Lalue tleaure 1 01350201 REYIOBILIIA}"110N 017000 1Ak 1 $500.00 $500"W Im1100000 RF1,10�L AN 1)REPI.A("E G'Co,CRETF.DRIVEW 1A 02 31 13 32 13 10 SF 1400 $6.00 $11,200.00 3 ala<)iOWO REMO}-F,CONCRFFEANDREPLACE7"L'ONCRfiTEPAVF.MEN. I'HES 0241 15'32 13 13 S}' 6200 $77.0D $477.400.00 431230101 L'NCLA551F1EI)LXCA}:ATIO11 _ 31'_31c, C'ti Ion $30.OD $3,00000 5 331 1 01'_1_FLEX BASF-TYPE:(.GH-'_ 32 11 23 CY (,05 $60.00 $36,300.00 6 321301_09(-()NC'RE.TEHES;EXTRA DEVII11 321313 U) 50 $155.00 $7,750.00 7 3211'0100 BLOC K SOI)PLAC ENI FN F 3191 13 51, 5tH] 56.06 $3,000.00 9 U9rK10[1[ll) KELIOL E AND RF.PI.AC'F.ADA RAMP 0241 13 32!3'0 LA 2 $2,500.00 $5,000.06 Q 3213 0700 JOIN I"SEAI..AN 1' 31_13 73 1.1; 500 $2.06 $1,000.00 10+3050108 %11SCE1,1.:}1,GOISAIIJIS"IMENCICT1Ll1-1 ESI 330513 LS 1 $6,000.00 $6,000.00 11 WAY)00RD GEOGRID TENSER ITR IAX 140-4751 OR APPROVED E L:.71. •1,194 00 S}. 35110 33.50 $12,25D.0D 1213217 2001 RAISFI)MARKER TY W 112 1723 EA 100 $6.00 $600,00 13 3441 1301 LOOP Diii F('TOR GABLE-SAWC1 T 3443 10 1F 200 $600 $7,2DD.00 13 3441 1302 14 AWG LOOP DETECT CABLE .3441 10 1.F 200 $6.00 $1,200.00 15 3217 0305 SI OP HA RS PAL E%1 E1%1 VARKINGS 32 17 23 LF 1$0 $23.00 33,450.00 16 3317 0001 4'"SOLID TFIE:RLIOI'I.ASTIC IEIAS)LANE•:L[t1: 3'_17 23 LF 3020 $2.00 $6,040.00 17 9994 0000 RENIOL E AND REPLACE d"SIDEWALK 0 41 13.12 13 20 SI.- 200 $11.00 $2,200.00 t8 32175001 CURB ADDRI`SS PAI 31_17�3 F k 1 41 5700.00 $400.00 19 3217 0501 24"SOLID%%RITE;FHERMOPI.A%TIC IH.AE)C'ROSSWAf.K LINES 3_17 1_3 1.F ;IH7 $23.00 $2.300.00 _0I)-;)00%PAVING CONSTRUCTION ALLOWANCE 11:A 1 $25,060.00 $25.0D0.00 $605,790.00 L11Y44 lakl wfjulll I AM 1.Nk11[4 lN. I K I[11f)%.%k9 l[I k%131.i\I}A t L1]\1 1 mm k,.­4]I,I_i-I.t, sml it.ryrnu 1i,,YAh.� 00 43 13 BID BOND Page 4 of 9 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: That we, urban Infraconstruction,LLC known as "Bidder"herein and North American Specialty insurance Company a corporate surety duly authorized to do business in the State of Texas,known as"Surety"herein,are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas,known as"Cly herein,in the penal sum of five percent 15%)of Bidder's maximum bid price,in lawful money of the United States,to be paid in Fort Worth, Tarrant County,Texas for the payment of which sum well and truly to be made,we bind ourselves, our heirs, executors,administrators,successors and assigns,jointly and severally,firmly by these presents. WHEREAS, the Principal has submitted a bid or proposal to perform Work for the: following project designated as CONCRETE RESTORATION (2019-2)AT VARIOUS LOCATIONS 0 NOW, THEREFORE, the condition of this obligation Is such that if the Cfty shall award the Contract for the foregoing project to the Pdnclpal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in acccrdance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER,that if any legal action be fled on this Bond,venue shall lie in Tarrant County, Texas or tha United States District Courtfor the Northam District of Texas,Fart Worth Div is Ion. IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 191h day of July ,2018. PRINCIPAL: Urban Infraconstruction,LLC By: Signatu ATTEST: Witness as to Principal Name and TIVe CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Farre Revised 20171109 00 41 00_00 43 13_00 42 43_00 43 37 00 4S 12_110 35 13—SW AroppeaI Wofkbook.*v OD 43 13 BID BOND Page 5 of 9 Address: 2512 Gravel Drive,Fort Worth,TX 76118 SURETY: North American Specialty InsuranceCom pany BY: V�4 Signature Andrea Rose Crawford,Attorney-in-Fact Name and Title Address: 5200 Metcalf OPN111,Overland Park,KS 66202 Witness as to Surety Telephone Number: 913-676.5206 Attach Power of Attorney(Surety)for Attomey-in-Fact 'Nate: If signed by an officer of the Surety Company,there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address Is different from its mailing address,both must be provided.The date of the bond shall not be prior to the date the Contract is awarded. 6No OF SEC'nON CRY OF FORT WORTH STANDARD CONSTRt1CTION SPI=CIFiCATION 00GUMENTS Form Revised 20171108 00 41 00_OO 43 13.00 42 43_00 43 37_09 45 12_00 35 13 Bid I mposei Workbook As SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Overland Park,Kansas and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park,Kansas,and Westport Insurance Corporation,organized under the laws of the State of Missouri,and having its principal office in the City of Overland Park,Kansas each does hereby make,constitute and appoint: SAMMY JOE MULLIS,JR.,JOHN!WILLIAM NEWBY,CIIERi LYNN IRBY,WILBERT RAYMOND WATSON,MICHAEL L.TULLIS,SANDRA LEE RONEY.DEBRA LEE MOON, ANDREA ROSE CRAWFORD,MARY JO ZAKRZEWSKI,JAMES B.ROOERS,JR.,TROY RUSSELL KEY AND LINDA MICHELLE STALDER JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-I:act,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a band on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: ONE HUNDRED TWENTY FIVE MILLION($125,000,000.00)DOLLARS 'Ibis Power of Attamey is granted and is signed by facsimile under and by the authority of the fol lowing Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24,2404 and Westport Insurance Corporation by written consent of its Executive Committee dated July 19,2011. "RESOLVE[],that any two of the President,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bands,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." ���/I1Ntl lll117gpI "fin �ti oUlUrY� Uir�� pS14Hl[�Y Mq�r Z rPQ �pPOI6G�y-_ :Go[tPoj7�TSG By 'IdT`4i SAL ` Server a ersav, u ■ ■ eaa fNluaaaCampany SEAL =_ o F g Sevier Vim Fmident of North Aaudean SpKWty Insuraare Company A= Q Tj, '1979 rn :n &SmWr Vise Pnakdtstl orWanpvre Lumnu m Carprnf m BY ��yfh�d�H�A��,�'`�{e � ;? 1't� Milo A,tle,Sevier Via Prentdee:orW Wleppa tateroatleaal lennnee Conparry �n1flQlll11i11� yvy * . $color Vire Pr"dmt orNarsb American 5paialq Inarron Cwapany Sevier Viee Pteti/rpt of 4Z, larurance GrMratlan IN WITNESS WHEREOF,North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed,and these presents to he signed by their authorized officers this this 12 day of __ January -,20 18 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois Westport Insurance Corporation County of Cook ss: On this 12 day of January 201 before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael A.Ito Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OKICIAL SEAL M.KENNY Nvt�ry PuWi[;Steer r.F rlinr:c - - - - `" nfrca' uani�' ' M.Kenny,Notary Public I, Jeffrey Goldberg , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insuranee Company,Washington International Insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 19th day of July 20 IS leRroy catdkm Via Pcesida,t&Assigmt senetsryor Wadmom]nternefiotfdlnurrese r_wnp.ar& North Among Speddty hmmce Company a vo@o Pmldeat k Amf�t Seaway of Wej"n fvwranca Corporation North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation TEXAS CLAIMS INFORMATION IMPORTANT NQjICE In order to obtain information or make a complaint: Para obtener information o para someter un queja: You may contact Jeffrey Goldberg,Vice President Puede comunicarse con Jeffrey Goldberg,Vice — Claims at 1-800-338-0753 President—Claims,al 1-800-338-0753 You may call Washington International Insurance Usled puede Ilam r al numero de telef ono gratis de Company and/or North American Specialty Insurance Washington International Insurance Company and/or Company's and/or Westport Insurance Corporation North American Specialty Insurance Company's and/or toll-free number for information or to make a Westport insurance Corporation para informacion o complaint at: para someter una queja al; 1-800-338-0753 1-800-338-0753 You may also write to Washington International Usted tambien puede escribir a Washington Insurance Company and/or North American Specialty International Insurance Company and/or North Insurance Company and/or Westport Insurance American Specialty Insurance Company and/or Corporation at the following address: Westport Insurance Corporation at: 1450 American Lane 1450 American Lane Suite 1 100 Suite 1 100 Schaumburg,IL 60173 Schaumburg,IL 60173 You may contact the Texas department of Insurance Puede escribir al Departmento de Seguros de Texas to obtain information on companies,coverages, para obtener informacion acerca de companias, rights or complaints at: coberturas,derechos o quejas at: 1-800-252-3439 1-800-252-3439 You may write the Texas Department of Insurance: Puede escribir at Departmento de Seguros de 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: Web: http://www.tdi.state.tx_us Email:ConsumerProtection@tdi.state.tx.us Email:ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: DISPUTAS SOBRE PRIMAS O RECLAMOS: Should you have a dispute concerning your premium Si tiene una disputa concerniente a su prima o a un or about a claim you should first contact the rectamo, debe comunicarse con el Washington Washington International Insurance Company and/or International Insurance Company and/or North North American Specialty Insurance Company and/or American Specialty Insurance Company and/or Westport Insurance Corporation. It the dispute is not Westport Insurance Corporation primero. Si no se resolved,you may contact the Texas Department of resuelve la disputa, puede entonces comunicarse Insurance. con el Departmento de Seguros de Texas. ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVISO A SU POLIZA This notice is for information only and does not Este aviso es solo para proposito de infromacion y no become a part or condition of the attached se converte en parte o condition del documento document. adjunto. 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders(out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in 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 our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of 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. U1 BIDDER: Urban Infraconstruction LLC By: Anup Tamrakar 2512 Gravel Dr I h1h 0 ( ig ure) Fort Worth, Tx 76118 Title: CEO Date: FND O[:SECT[ON CITY of FORT WORTH STANDARD CONSTRUCTION SPECIFFCATION DOCUMENTS Form Revised 20110627 Bid Proposal Workbook-Copy 004512-1 PREQUALIFICATION STATEMENT Page 1 of 1 1 SECTION OD 45 12 2 PREQUALIFICATION STATEMENT 3 Each Bidder for a City procurement is required to complete the information below by 4 identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the 5 major work type(s) listed. 6 Major Work Prequalification Type Contractor/Subcontractor Company Name Expiration Date CONCRETE NONE PA VING 7 8 9 The undersigned hereby certifies that the contractors and/or subcontractors described in 10 the table above are currently prequalified for the work types listed. 11 12 B( E IDD I_R,:13 � I` l 14 V ` �'[ f �{�CG(.-36Ch OL, LLL r 15 Company �QPX Print) 15 r 17 � �'art't'� � Signature: 18 Address 19 20 ?;K— +�t' �-6 I t 9 Title: 21 City/State/Zip (Please Print) 22 23 Date: 24 25 END OF SECTION 26 CITY OF FORT WORTH CONCRETE RESTORA77ON 2019-2 STANDARD CONSTRUCTION SPECEFICATION DOCUMENTS 101603 Revised July 1,2011 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 1 SECTION 00 45 26 2 CONTRACTOR 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. 101603. Contractor further certifies that,pursuant to Texas Labor Code,Section 7 406.096(b),as amended,it will provide to City its subcontractor's certificates of compliance with 8 worker's compensation coverage. 9 10 CONTRACTOR: Y 13 Company (Ple a nt) q DY 15 r�l �ei _ Signature: 16 Address VV 17 18 ±to ' 119 Title: 19 City/State/Zip (PeaPse n 20 21 22 THE STATE OF TEXAS § 23 24 COUNTY OF TARRANT § 25 26 BEFD ME,the undersigned authority,on this day personally appeared 27 ,known to me to be the person whose name is 28 sub cribed to the foregoing instrument,and acknowledged to me that he/she executed the same as 29 the act and deed off] w �Y� r� %— for the purposes and 30 consideration therein expressedan in the capacity therein stated. et.L-- 31 32 GIVEN TINDER MY NAND AND UAL OF OFFICE this day of 33 ,20_1 y 34 AA 35 36 .L1,114-1 TA PYA �.�.,Y.. 37 Not l� tgl S 38 ' Notary ID 131125460 39 END OF SECTION 40 CITY OF FORT WORTH CONCRETE RESTORf4TION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:101603 ReViNed July 1,2011 004540-1 Minority Business Enterprise Specifications Page l of 2 1 SECTION 00 45 40 2 Minority Business Enterprise Specifications 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 regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. 11 12 MSE PROJECT GOALS 13 The City's MBE goal on this project is 24 % of the total bid value of the contract (Base bid applies to 14 Parks and Community Services). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 17 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts$50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MSE subcontracting participation,or 23 2. Meet or exceed the above 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 Division, within the following times 29 allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall 30 deliver the MBE documentation in person to the appropriate employee of the purchasing division and 31 obtain a date/time receipt. Such receipt shall be evidence that the City received the documentation in the 32 time allocated. A faxed and/or emailed copy will not be accepted. 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. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perforin all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 34 CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjectNo.: 101603 Revised June 9,2015 004540-2 Minority Business Enterprise Specifications Page 2 of 2 i 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 S 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 NIWBE Office at(817)212-2674. 8 END OF SECTION 9 CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRICTION SPECIFICATION DOCUMENTS City Project No.: 101603 Revised June 9,2015 005243-1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT,authorized on September 11,2018 is made by and between the City of 4 Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City 5 Manager,("City"),and Urban Infraconstruction lie authorized to do business in Texas, 6 acting by and through its duly authorized representative,("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1.WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2.PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 CONCRETE RESTORATION(2019-2)AT VARIOUS LOCATIONS 16 City Project no.: 101603 17 Article 3.CONTRACT PRICE 18 City agrees to pay Contractor for performance of the Work in accordance with the Contract 19 Documents an amount,in current funds,of SIC HUNDRED FIVE THOUSAND,SEVEN 20 HUNDRED NUVETV AND 001100 Dollars($ 605,790.00 ). 21 Article 4. CONTRACT TIME 22 4.1 Final Acceptance. 23 The Work will be complete for Final Acceptance within 150 days after the date when the 24 Contract Time commences to run,as provided in Paragraph 2.03 of the General Conditions, 25 plus any extension thereof allowed in accordance with Article 12 of the General 26 Conditions. 27 4.2 Liquidated Damages 28 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 29 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 30 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 31 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 32 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 33 instead of requiring any such proof, Contractor agrees that as liquidated damages for 34 delay (but not as a penalty), Contractor shall pay City SIX HUNDRED AND FIFTY 35 Dollars ($650.D0) for each day that expires after the time specified in Paragraph 4.1 for 36 Final Acceptance until the City issues the Final Letter of Acceptance. 37 Article 5. CONTRACT DOCUMENTS 38 5.1 CONTENTS: 39 A. The Contract Documents which comprise the entire agreement between City and 40 Contractor concerning the Work consist of the following: CITY OF FORT WORTH CONCRETE RESTOR9TION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Crry Project No.:101603 Revised 11.15.17 005243-2 Agreement Page 2 of 5 41 1. This Agreement. 42 2. Attachments to this Agreement: 43 a. Bid Form 44 1) Proposal Form 45 2) Vendor Compliance to State Law Non-Resident Bidder 46 3) Prequalification Statement 47 4) State and Federal documents(project speck) 48 b. Current Prevailing Wage Rate Table 49 c. Insurance ACORD Form{s} 50 d. Payment Bond 51 e. Performance Bond 52 f. Maintenance Bond 53 g. Power of Attorney for the Bonds 54 h. Worker's Compensation Affidavit 55 i. MBE and/or SBE Utilization Form 56 3. General Conditions. 57 4. Supplementary Conditions. 58 5. Specifications specifically made a part of the Contract Documents by attachment 59 or, if not attached, as incorporated by reference and described in the Table of 60 Contents of the Project's Contract Documents. 61 6. Drawings. 62 7. Addenda. 63 8. Documentation submitted by Contractor prior to Notice of Award. 64 9. The following which may be delivered or issued after the Effective Date of the 65 Agreement and, if issued,become an incorporated part of the Contract Documents: 66 a. Notice to Proceed. 67 b. Field Orders. 68 c. Change Orders. 69 d. Letter of Final Acceptance. 70 71 Article 6.INDEMNIFICATION 72 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 73 expense, the city, its officers, servants and employees, from and against any and all 74 claims arising out of,or alleged to arise out of,the work and services to be performed 75 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 76 under this contract. This indemnification provision is specifically intended tooperate 77 and be effective even if it is allelred or proven that all or some of the damages being 78 sou>zht were caused,in whole or in cart, by any act,omission or neelizence of the city. 79 This indemnity provision is intended to include, without limitation, indemnity for 80 costs,expenses and legal fees incurred by the city in defending against such claims and 81 causes of actions. 82 CITY OF FORT WORTH CONCRETE RESTORATION(2419-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No..141643 Revised 11.15.17 0a 52 43-3 Agreement Page 3 of 5 83 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 84 the city,its officers,servants and employees,from and against any and all loss,damage 85 or destruction of property of the city,arising out of,or alleged to arise out of,the work 86 and services to be performed by the contractor, its officers, agents, employees, 87 subcontractors, licensees or invitees under this contract. This indemnification 88 provision is specifically intended to operate and be effective even if it is allied or 89 proven that all or some of the damaees being sought were caused,in whole or in part, 90 by any act,omission or neelieence of the city. 91 92 Article 7.MISCELLANEOUS 93 7.1 Terms. 94 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 95 have the meanings indicated in the General Conditions. 96 7.2 Assignment of Contract. 97 This Agreement, including all of the Contract Documents may not be assigned by the 98 Contractor without the advanced express written consent of the City. 99 7.3 Successors and Assigns. 100 City and Contractor each binds itself, its partners, successors, assigns and legal 101 representatives to the other party hereto, in respect to all covenants, agreements and 102 obligations contained in the Contract Documents. 103 7.4 Severability. 104 Any provision or part of the Contract Documents held to be unconstitutional, void or 105 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 106 remaining provisions shall continue to be valid and binding upon CITY and 107 CONTRACTOR. 108 7.5 Governing Law and Venue. 109 This Agreement, including all of the Contract Documents is performable in the State of 110 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 1 i 1 Northern District of Texas,Fort Worth Division. 112 7.6 Authority to Sign. 113 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 114 than the duly authorized signatory of the Contractor. 115 116 7.7 Prohibition On Contracts With Companies Boycotting Israel. 117 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 118 Code, the City is prohibited from entering into a contract with a company for goods or 119 services unless the contract contains a written verification from the company that it:(1) 120 does not boycott Israel; and(2)will not boycott Israel during the term of the contract. CRY OF FORT WORTH CONCRETE RESTORI4TION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City PpWecl No.:101643 Revised 11.15.17 005243-4 Agreement Page 4 of 5 121 The terms"boycott Israel"and "company"shall have the meanings ascribed to those terms 122 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 123 certifies that Contractor's signature provides written verification to the City that 124 Contractor. {I}does not boycott Israel,and(2) will not boycott Israel during the term of 125 the contract. 126 127 7.8 Immigration Nationality Act. 128 Contractor shall verify the identity and employment eligibility of its employees who 129 perform work under this Agreement, including completing the Employment Eligibility 130 Verification Form(I-9). Upon request by City,Contractor shall provide City with copies of 131 all I-9 forms and supporting eligibility documentation for each employee who performs 132 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 133 establish appropriate procedures and controls so that no services will be performed by any 134 Contractor employee who is not legally eligible to perform such services. 135 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 136 FROM ANY PENALTIES,LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 137 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 138 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 139 Contractor, shall have the right to immediately terminate this Agreement for violations of 140 this provision by Contractor. 141 142 7.9 No Third-Party Beneficiaries. 143 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 144 and there are no third-party beneficiaries. 145 146 7.10 No Cause of Action Against Engineer. 147 Contractor,its subcontractors and equipment and materials suppliers on the PROJECT or their 148 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 149 subcontractors, for any claim arising out of, in connection with, or resulting from the 150 ' engineeringservices performed. Only the City will be the beneficiary of any undertaking by 151 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 152 whether as on-site representatives or otherwise, do not make the Engineer or its personnel 153 in any way responsible for those duties that belong to the City and/or the City's construction 154 contractors or other entities, and do not relieve the construction contractors or any other 155 entity of their obligations, duties, and responsibilities, including, but not limited to, all 156 construction methods, means, techniques, sequences, and procedures necessary for 157 coordinating and completing all portions of the construction work in accordance with the 158 Contract Documents and any health or safety precautions required by such construction 159 work. The Engineer and its personnel have no authority to exercise any control over any 160 construction contractor or other entity or their employees in connection with their work or 161 any health or safety precautions. 162 163 SIGNATURE PAGE TO FOLLOW 164 CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:101603 Revised 11.15.17 005243-5 Agreement Page 5 of 5 165 166 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be 167 effective as of the date subscribed by the City's designated Assistant City Manager ("Effective 168 Date"). 169 Contractor: Urban lnfrconstruction llc City of Fo By: Susan Alanis By: A Assistant City Manager Ign rc) Date D j Anup Tamrakar Attest: (Printed Name) City Slcretar-yLZ/ U Title: to (Seal) Address: 2512 Gravel Drive Date: 9/11/2018— Form /11/201SForm 1295 No. 2618-387170 City/State/Zip: Fort Worth, Texas 76118 Contract Compliance Manager: By signing,I acknowledge that I am the person responsible for the monitoring and Date administration of this contract, including ensuring all performance and reporting requirements. Shammi Rahman (Project Manager) Approved as to Form and Legality: Douglas .Black Assistant City Attorney 170 171 APPROVAL RECOMMENDED: 172 173 174 Douglas .Wiersig,P.E 175 DIRECTOR, 176 Transportation and Public Works Department. 177 CITY OF FONT WORTH OFFICIAL RECCRII NCRisTEREMR4TION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCI 5 City Project No.:101603 Revised 11.15.17 CITY SECRETARY FT.WORTH,TX 00 61 13•I PERFORMANCE BOND Page I of 2 Bond No.2276427 1 SECTION 40 61 13 2 PERFORMANCE.BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS- 6 COUNTY OF TARRANT § 7 That we, _Urban_Infracon& cion Ile 1 [mown as"Principal"herein and 8 North American SE c;alty 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, SIX HUNDRED 12 FTVE_THOUSAND, SEVEN HUNDRED NINETY AND 001100 Dollars($�b0S,790.00 ), 13 lawful money of the United States,to be paid in Fort Worth, Tarrant County,Texas for the 14 payment of which sum well and truly to be made, we bind ourselves,our heirs,executors, 15 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 11 day of_September ,2018 , which Contract is hereby referred to and made a 18 part hereof for all purposes as if fully set forth herein,to furnish all materials,equipment labor 19 and other accessories defined by law, in the prosecution of the Work, including any Change 20 Orders, as provided for in said Contract designated as Concrete Restoration(2019-2)at Various 21 Locations, City Project No.: 101603 22 23 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 24 shall faithfully perform it obligations under the Contract and shall in all respects duly and 25 faithfully perform the Work, including Change Orders,under the Contract,according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void,otherwise to remain in full force and effect. 29 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 30 Tarrant County,Texas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. CITY OF FORT WORTH CONCRETE RE.S'T'OR9TION(2019-2) STANDARD GONSTRUCTION SPECIFICATION DOCUMENTS City Project No.' 101603 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 11th day of 6 September ,2013 7 PRINCIPAL: 8 Urban In ac nstn Clio l!G 9 10 II 11 BY: l2 S VV 1 13 ATTEST: n 1 155 tG�Y�+�1^►� L t LV V 16 (Principal)Secretary Name and Title - 17 18 Address:2512 Gravel Drive 19 + Fort Worth.Texas 76118 201V� 21 22 Witness as to Principal 23 SURETY: 24 North American Specialty bmrancc Company 25 26 27 BY: 28 Signature - 29 30 Andrea Roar Crawford,Attorney-in•Facr 31 Name and Title 32 33 Address; 5200 Metcalf OPNI l l 34 Overland Park,ICS 66202 35 36 41,Y�_ 37 WhAess as to Surety Telephone Number: 913-676.52M 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 CONCRETE RESTORrt WN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:101603 Revised July 1,2011 0061 14-1 PAYMENT BOND Page I of 2 Band No.2276427 1 SECTION 00 61 14 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Urban Infraegn Atniction llc known as "Principal" herein, and g North American Specialty Insurance Company - , a corporate surety 9 (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fort Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of SIX HUNDRED FIVE THOUSAND, SEVEN HUNDRED NINETY_ AND 13 001140 Dollars($ 605,790.00), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County,Texas, for the payment of which sum well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these 16 presents: 17 WHEREAS,Principal has entered into a certain written Contract with City, awarded the 18 11 day of_September—, 2018 , which Contract is hereby referred to and made a part hereof 19 for all 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 Concrete Restoration(2019-2)at Various Locations,City Project No.: 101603 22 23 NOW, THEREFORE, THE CONDITION OF THIS 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 Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.:101663 Revised July 1,2011 0061 14-2 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 Ilth day of 3 September 20 is 4 PRINCIPAL: Urban Infraa nstrtictio Ile ATTEST; BY: /� will S igKatuic7 r (6D {Principal}Secretary Name and itle Address: 2512 Gravel Drive (n �� Fort Worth,Texas 761 l8 Witness as to Principal SURETY: North American Specialty insurance Company ATTEST: BY: lgnature Andrea Rose Crawford.Attorney-in-Fact ( urety)Secretary Name and Title �T Address: 5200 Metcalf OPN 1 i I r Overland Park,KS 66202 Wi esti s as to Surety Telephone Number: 913-676-5200 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address,both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. I 1 END OF SECTION 12 CITY OF FORT WORTH CONCRETE R&TORAT1CN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projeri No..101603 Revised July 1,2011 006119.1 MAINTENANCE BOND Page 1 of 3 Bond No.2276430 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TERAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Urban Infraconstruction 11c---,known as"Principal"herein and 9 _North American Specialty Lmrance 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 STX I ` 13 HUNDRED FIVE THOUSAND, SEVEN HUNDRED NINETY AND 00110.0 Dollars 14 ($ 605,790.00 }, 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,admiin'istrators, 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 the 11 day of September , 2018, which Contract is hereby referred to and a made part hereof 21 for 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 Concrete Restoration(2019-2)at various locations City Project No.: 101603 25 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 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. CITY OF FORT WORTH CONCRETE RESTORATION(2019.2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.: 101603 Rcyised 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 i ith day of sepremter 3 .20 18 4 5 PRINCIPAL: 6 Urban]nfraconstructi I 7 8 9 BY: jLA 10 S,kaswv 11 ATTEST: rr 12 13 v v 14 (Principal)Secretary Name and Title I 15 16 Address:2512 Gravel Drive { 17 `_ Fort WorfiL Tc �- 19 20 Witness as to Principal 21 SURETY: 22 North American specialty Insurance Comgany 23 24 25 BY: `l�� 26 Signature 27 28 Andrea Rose Crawford,Attorney-in-Fact 29 ATTEST: Name and Title 30 � ,., 31 ��g� �., Address: 520o MetcalfaPNl1 i 32 (Surety)Secretary I 0vertand Park,KS 66292 33 34 35 Wim s as to Sure-- Telephone Number: 913.676-5200 36 37 *Note: If signed by an officer of the Surety Company,there must be on file a certified extract 38 from the by-laws showing that this person has authority to sign such obligation. If 39 Surety's physical address is different from its mailing address, both must be provided. 40 The date of the bond shall not be prior to the date the Contract is awarded. 41 CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityProjeet No.:101603 Revised July 1,2011 SWISS RE CORPORATE SOLUTIONS NORTH AMERICAN SPECIALTY INSURANCE COMPANY W ASHINGTON INTERNATIONAL INSURANCE COMPANY WESTPORT INSURANCE CORPORATION GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Overland Park,Kansas and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Overland Park,Kansas,and Westport Insurance Corporation,organized under the laws of the State of Missouri,and having its principal office in the City of Overland Park,Kansas each does hereby make,constitute and appoint: SAMMY JOE MULLIS,IR.,JOHN WILLIAM NEWBY,CHER]LYNN IRBY,W ILBERT RAYMOND WATSON,MICHAEL L.TULLIS,SANDRA LEE RONEY,DEBRA LEE MOON, ANDREA ROSE CRAWFORD.MARY JO ZAKRZEWSKI.JAMES B.ROGER.JR.,TROY RUSSELL KEY,LINDA MICHELLE STALDER AND CHRISTOPHER CARL SUNDBERG JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of- ONE HUNDRED TWENTY FIVE MILLION($125,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24,2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18,2011. "RESOLVED,that any two of the President,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attomey to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach thcrcin the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." gd1'1T by ""a �;. y� 4�cRPoiy�rs' By ti �`••. seri. Codp..y 4 i• SEAL &Smi.r Vice PrwYest of North A>•eAca.Speddty la nratece Canpay $E� _ SEAL 1H= ;' • ��$ 'm= 0.: &Senior Vice Prarldest of Weslparl l.nraare Corperstim Mike A.Iro,Sector Vks Prt ar wr dolom Ist"Maeiwl Ltmrree Cly y'•'�*O� &Seriar Vipe President of Nand Atneriran 5ptieiaMy lowrsnce Corpany &Se.ior Vire Tmideal of Weseport Imrra.ce Corporatioe IN WITNESS WHEREOF,North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this this 20th day of August 120 I8 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois Westport Insurance Corporation County of Cook ss: On this 201h day of August 2018 before me,a Notary Public personally appeared Steven P.Anderson ,Son ior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and Michael A.[to Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the Voluntary act and deed of their respective companies QFHCIAL SFAt M.KENNY Notary Ae6lie-Statc r¢Nlinri� ■� My t.110407021 eprii AO..rwvaae`7,Notary P01ic j [, JeffGoldber , the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company,Washington International Insurance Company and Westport Insurance Corporation do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company,Washington Into mationaI Insurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this I Ith day of �September 2Q 18 Jelrcry Goldberg,Vice Pteeidnt&Aakiam l Somey,y of Wnhington Inetl.atimal lnsu Campany& North Am==Specialty]mwanoe Compeay&Vico Prmdmt&Assis...Secretary of Wesom k w"ce C4,pmo on 0061 19-2 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,there 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 14 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 is 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 CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prosect No.:101603 Revised July 1,2011 A4C�P `ATE[M1WDDlYYYI'1 �� CERTIFICATE OF LIABILITY INSURANCE F9/11/2018 THIS CERTIFICAT,z 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 OR 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 cT Brittanie Wastbrooke Mullis Newby Hurst PHONE t972y2D1 0133 FAx Ne:(972)201-0123 LAM5057 Keller Springs Rd Ste 400 ADDRESS:bwestbrooks@mnhino.com IINSURMM AFFORDING COVERAGE NAIL L Addison TX 75001 INSURER A Markel American insurance 28932 INSURED INSURER B-Colonial COunty_Mutual Ina Co 29262 Urban Infraconstruction, LLC INSURERCJiSOI Indemnity Company 22314 2512 Gravel Drive INSURERDq*"S Mutual Insurance Co. 22945 Building 18 INSURERE:Travelers Ins. Co. 1256740 Fort Horth TX 76118 INSURER F 7 COVERAGES CERTIFICATE NUMBER:18-19 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INAIDD TSRR TYPE OF INSURANCE L SUER POi1CY N POLICY EFF POLICY EXP LIMITS X COIMIERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,040 A 1 GE TO RENTED CLAIMS-MADE x OCCUR PREMISES Eacocraxrenoe $ 50,000 3052763 7/1/2018 7/1/2019 MED EXP(Any une pemni $ 5,000 u PERSONAL R ADV INJURY _ $ 1,000,000 f GEPCL AGGREGATE LIMIT APPLIES PER-. GENERAL AGGREGATE S 2,000,000 POLICY I X I PRO LDC PFtODiJCTS-COMPIDP AGG $ 2,000,000 OTHER: $ rx)MBINED LE LIMIT MDBILE LIALITY Ea Garde $ 1,00D,000 ��TOBIANY AUTO i BODILY INJURY(Per Person) $ g ALL OWNED SCHEDULED ]►CP301831DO92 7/1/2018 7/1/2019 BODILYINJURY[Persccident) S X AUTOS AUTOS PROPERTY DAMAGE $ NOFLOWNEO HIRED AUTOS X AUTOS i UMBRELLA LIAB ] OCCUR EACH OCCURRENCE S 2,000,000 C X EXCESS LIAB CLAIMS-MADE AGGREGATE S 2,000,000 DED . ' RETENTION IMA083375 7/1/2018 7/1/2019 s WORKERS COMPENSATION X PER D - AND EMPLOYERS'LIABILITY STATUTE ER ANY PROPRIETORMARTNERIEXECUTNE YF NIA E.L.EACH ACCIDENT $ 1 000 DOD •OFFICERIMEMBER EXCLUDED? D {MRndmoryinNH) 0001313229 7/1/2018 7/1/2019 E.L.DISEASE-EAEMPLOYE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 E Contractors Equipment QT6602F257806 7/1/2018 7/1/2019 Owned Par,SchedubanMe Leased/Remed $150,000 DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES (ACORD 101,Add ItIonal Remarks Schedule,may be attached if mora apace Is required) RE: #101603 Concrete Restoration at various locations Certificate Holder Includes: The City of Fort Worth Transportation and Public works CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE The City of Fort Worth THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Transportation and Public Works ACCORDANCE WITH THE POLICY PROVISIONS. 1000 Throckmorton St. Fort Worth, TX 76102 AUTHORIZED REPRESENTATIVE Douglass Reed/BRITTA ®1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD INSR25 rxii Ail 11 COMMENTS/REMARKS The General Liability, Automobile and umbrella/Excess Liability policies include a blanket additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability policy includes a blanket additional insured endorsement that provides additional insured status to the certificate holder for ongoing and completed operations only when there is written contract between the named insured and the certificate holder that requires such status. The General Liability, Automobile and Umbrella/Excess Liability policies contain an endorsement with primary and noncontributory wording that may apply only when there is a written contract between the named insured and the certificate holder that may require such status. The General Liability, Automobile, Workers Compensation and Umbrella/Excess Liability policies include a blanket waiver of subrogation endorsement that provides this feature only when there is a written contract between the named insured and the certificate holder that requires this. The Contractors Equipment policy includes a blanket Loss Payee endorsement that provides loss payee status to the certificate holder as their interest may appear. OFREMARK COPYRIGHT 2000, AMS SERVICES INC. POLICY NUMBER:3052763 COMMERCIAL GENERAL LIABILITY CG2010g704 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS -- SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following; COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE ,Name Of Additional Insured Person(s) Or Organization s): Locatton s Of Covered Operations As required by written contract executed by both parties All Locations Prior to foss Information required to complete this Schedule,if not shown above,will be shown In the Declarations. A. Section tI — Who Is An insured is amended to B. With respecl to the insurance afforded to these Include as an additional insured the person(s) or additional insureds, the following additional exclu- organization(s) shown in the Schedule, but only sions apply: with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury' „property damage"occurring after: caused,in whole or in part, by: 1, All work, Including materials, parts or.equip- ?. Your acts or omissions; or ment furnished In connections with such work, 2. The acts or omissions of those acting on your on the project(other than service,maintenance behalf; or repairs) to be performed by or on behalf of in the performance of your ongoing operations for the additional Insured(s) at the location of the the additional Insured(s) at the location{s} desig- covered operations has been completed;or nated above. 2. That portion of "your work" out of which the Injury or damage arises has been put to Its In- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CG 20 10 07 04 0 ISO Properties, Inc.,2004 Page 1 of 1 D COMMERCIAL GENERAL LIABILITY CG 20 D1 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY-- OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: I COMMERCIAL GENERAL LIABILITY COVERAGE PART f PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART { 1 The following is added to the Other Insurance (2) You have agreed in writing In a contract or Condition and supersedes any provision to the agreement that this insurance would be i contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other Insuranoe available to the E This Insurance is primary to and wilt not seek additional insured. contribution from any other Insurance available to an additional Insured under your policy Y provided that: (1) The additional insured is a Named Insured under such other insurance;and if CG 20 01 04 13 0 insurance Services Office,Inc„2012 Page 1 of 1 COMMERCIAL GENERAL LIABILITY POLICY NUMBER:3C52753 EVANSTON INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Name Of Person Or Organization: Any person(s)or organization(s)with whore the Named Insured agrees,in a written contract executed prior to the"occurrence",to waive rights of recovery Additional Premium: $Included The following Is added to Condition 8. Transfer Of Rights Of Recovery Against Others To Us under Section IV — Commerciial General LlaWility Conditions: We waive any right of recovery we may have against any person or organization shown in the Schedule of this endorsement.This waiver applies only to the person or organization shown in the Schedule of this endorsement. All other terms and conditions remain unchanged. MEGL 0241-01 0516 Includes copyrighted material of Insurance Services Office,Inc., Page 1 of 7 with its permission. COMMERCIAL GENERAL,LIABILITY oil POLICY NUMBER.3052763 EVANSTON INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION BY US AS REQUIRED BY CONTRACT TO ADDITIONAL INSUREDS This endorsement modifies insurance provided under the following; COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Number Of Days; 60 Days The following is added to the Cancellation condition: Vele will provide written Notice of Cancellation to an additional insured stating when, not less than the number of days shown in the Schedule above,cancellation will become effective. This condition only applies If. 1. The policy is cancelled by us; 2. Cancellation Is for reasons other than: a. Nonpayment of premium;or b. Non-payment of any deductible reimbursement; 3. You are required by written contract to provide the additional insured with such notice,and 4. You agree to provide us with a list of the applicable additional insureds, including their complete mailing addresses, within 7 days of our request. If notice is mailed,proof of mailing is sufficient proof of such notice. All other terms and conditions remain unchanged. MEGL 1879 47 15 Includes copyrighted material of Insurance Services Office,Inc., Page 1 of 1 with its permission. Urban Infzaconstruction, LLC 7/1/20IB-7/1/2019 Policy# ACP3016310092 COMMERCIAL AUTO AC 70 06 03 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO PROTECTION - PLATINUM This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SUMMARY OF COVERAGES A. Effect of This Endorsement B. Newly Acquired of Formed Entities C. Employees as insureds-Non own ad Autos D. Additional Insured by Contract, Permit or Agreement E. SupplementaryPayments-Bail Bonds F, Supplementary Payments-Loss of Earnings G. Personal Effects end Property of Others Extension H. Prejudgment Interest Coverage 1. Fellow Employees J. Hired Auto Physical Damage K. Temporary Substitute Autos--Physical Damage Coverage L. Expanded Towing Coverage M. Auto Loan or Lease Coverage N. Original Equipment Manufacturer Parts-Leased Private Passenger Types O. Deductible Amendments P. Expanded Transportation Expense Q. Extra Expense-Stolen Autos R. Physical Damage Limit of Insurance S. New Vehicle Replacement Cost T. Physical Damage Coverage Extensions U. Business Income and Extra Expense Coverage V. Transfer of Rights Of Recovery Against Others To Us W. Section IV-Business Auto Conditions-Notice of and Knowledge of Occurrence X. Hired Car Coverage Territory Y. Emergency Lockout Z. Cancellation Condition AC 70 06 03 16 Includes copyrighted material of Insurance Services Office, Inc. Page 1 of 7 with its permission ACP BATx30.0.8310092 5172 17180 INSURED COPY AC7006031600 0001 46 0018261 COMMERCIAL AUTO AC 70 06 03 18 A. EFFECT OF THIS ENDORSEMENT If specifically required by the written contract or Coverage provided under this policy is modified agreement referenced in the paragraph above, by the provisions of this endorsement. If there any coverage provided by this endorsement to is any conflict between the provisions of this an additional insured shall be primary and endorsement and the provision(s)of any state- any other valid and collectible insurance avail- specific endorsement also attached to this poli- able to the additional insured shall be non- cy, then the provision(s) of the state-specific contributory with this insurance, If the written endorsement shall apply instead of the provi- contract does not require this coverage to be sions of this endorsement that are in conflict, primary and the additional insured's coverage to but only to the extent of the conflict, and only to be non-contributory, then this insurance will be the extent necessary to bring such provisions excess over any other valid and collectible insur- into conformance with the state requirement(s) ance available to the additional insured. contained in the provision(s)of the state-specific E. SUPPLEMENTARY PAYMENTS — BAIL endorsement. BONDS B. NEWLY ACQUIRED OR FORMED ENTITIES Supplementary Payments of SECTION II — The Named Insured shown in the Declarations is COVERED AUTOS LIABILITY COVERAGE is amended to include any organization you newly revised as follows: acquire or form, other than a partnership, joint (2) Up to$3,000 for cost of bail bonds(including venture, or limited liability company, and over bonds for related traffic law violations) re- which you maintain ownership or majority (more quired because of an "accident" we cover. than 50%) interest; if there is no other similar in- We do not have to fumish these bonds. surance available to that organization,Coverage F. SUPPLEMENTARY PAYMENTS — LOSS OF under this provision is afforded until the 180"' EARNINGS day after you acquire or form the organization or Supplementary Payments of SECTION II — the end of the policy period,whichever is later. COVERED AUTOS LIABILITY COVERAGE is C. EMPLOYEES AS INSUREDS — NONOWNED revised as follows: AUTOS (4) All reasonable expenses incurred by the "in- The following is added to paragraph A,1. Who Is sured" at our request, including actual loss An Insured of SECTION Ii — COVERED AUTOS of earnings up to $1,000 a day because of LIABILITY COVERAGE: time off from work. cl, Any "employee" of yours is an "insured" G. PERSONAL EFFECTS AND PROPERTY OF while using a covered "auto" you don't own, OTHERS EXTENSION hire or borrow In your business or your per- 1. The Care, Custody or Control Exclusion of sonal affairs. SECTION It — COVERED AUTOS LIABILITY D. ADDITIONAL INSURED BY CONTRACT, COVERAGE, does not apply to "property dam- PERMIT OR AGREEMENT age"to property,.other than your property, up to The following is added to A.1. Who Is An €n- an amount not exceeding$500 in any one "acci- sured of SECTION lI — COVERED AUTOS dent". Coverage is excess over any other valid LIABILITY COVERAGE: and collectible insurance. Any person or organization that you are re- 2. The following paragraph is added to A.4. quired to name as an additional insured in a Coverage Extensions of SECTION 111 - written contract or agreement that is executed PHYSICAL DAMAGE COVERAGE: or signed by you prior to a "bodily injury" or c. We will pay up to $1,000 for your prop- "property damage" occurrence is an "insured" erty that is lost or damaged as a result for Covered Auto Liability coverage. How- of a covered "loss", without applying a ever, with respect to covered "autos", such deductible. Coverage is .excess over person or organization is an insured only to any other valid and collectible insur- the extent that person or organization qualifies ance. as an "insured" under A.1, Who is an Insured of SECTION €I — COVERED AUTOS LIABILITY COVERAGE: Page 2 of 7 Includes copyrighted material of Insurance Services office, Inc. AC 70 06 03 18 with its permission ACP BATX30.0.8310092 5172 17190 INSURED COPY AC7006031600 0001 46 0018262 COMMERCIAL AUTO AC 70 06 03 16 H. PREJUDGMENT INTEREST COVERAGE e. Destruction The following paragraph is added to SECTION II The coverage that applies is the same as — COVERED AUTOS LIABILITY COVERAGE, the coverage provided for the vehicle being 2. Coverage Extensions, a. Supplementary replaced. Payments: L. EXPANDED TOWING COVERAGE (7) Prejudgment interest awarded against the 1. We will pay up to: "insured" on that part of the judgment we a. $150 for a covered "auto" you own of pay. If we make an offer to pay the appli- the private passenger type, or cable limit of insurance, we will not pay b, $750 for a covered "auto" you own that any prejudgment interest based on that Is not of the private passenger type, period of time after the offer, I. FELLOW EMPLOYEE for towing and labor costs incurred each time the covered "auto" is disabled, Howev- The Fellow Employee Exclusion of SECTION II - er, the labor must be performed at the place COVERED AUTOS LIABILITY COVERAGE, of disablement. does not apply if the "bodily Injury" results from 2, This coverage applies only for an "auto" the use of a covered "auto you own or hire, covered on this policy for Comprehensive or The .insurance provided under this provision is Specified Causes of Loss Coverage and excess over any other collectible insurance. Collision Coverages, J. HIRED AUTO PHYSICAL DAMAGE 3. Payment applies in addition to the otherwise If covered "auto"designation symbols 1 or 8 ap- applicable amount of each coverage you ply to Liability Coverage and if at least one "au- have on a covered"auto'. to" you own is covered by this policy for Com- M. AUTO LOAN OR LEASE COVERAGE prehensive, Specified Causes of Loss, or Colli- sion coverages, then the Physical Damage 1. In the event of a total "loss" to a covered coverages provided are extended to "autos" you auto , we will pay any unpaid amount due on the loan or lease, including up to a max- lease, hire, rent or borrow without a driver; and provisions in the Business Auto Coverage Form imam $500 far early termination fees or applicable to Hired Auto Physical Damage apply penalties,for your covered"auto"less: up to a limit of $125,000. The deductible will be a. The amount paid under SECTION III — equal to the largest deductible applicable to any PHYSICAL DAMAGE COVERAGE of owned "auto" for that coverage. Any Compre- this policy; and hensive deductible does not apply to fire or b. Any: lightning. 1) Overdue lease/loan payments at the K. TEMPORARY SUBSTITUTE AUTOS — time of the"loss"; PHYSICAL DAMAGE COVERAGE 2) Financial penalties imposed under a The following is added to paragraph C. Certain lease for excessive use, abnormal Trailers, Mobile Equipment And Temporary wear and tear or high mileage; Substitute Autos of SECTION I — COVERED AUTOS: 3) Security deposits not refunded by a lessor; If Physical Damage Coverage is provided by 4) Costs of extended warranties, Credit this Coverage Form, the following types of Life insurance, Health, Accident, or vehicles are also covered "autos" for Physi- . Disability insurance purchased with cal Damage Coverage: the lease;and Any "auto" you do not own white used with 5) Cary-over balances from previous the permission of its owner as a temporary leases. substitute for a covered "auto" you own that is out of service because of its: 2. This coverage only applies to a "loss"which is also covered under this..policy for Com- a. Breakdown; prehensive, Specified Causes of Loss, or b. Repair; Collision coverage. c. Servicing; d. "Loss';or AC 70 06 03 16 Includes copyrighted material of Insurance Services Office, Inc. Page 3 of 7 with its permission ACP BATX30.0.8310092 5172 17180 INSURE13 COPY AC7006031800 0001 46 D018263 COMMERCIAL AUTO AC 70 06 03 16 3. Coverage does not apply to any unpaid curred by you because of the total theft of a amount due on a loan for which the covered covered"auto"of the private passengertype. "auto"is not the sale collateral. We wlll only pay for those covered "autos" for N. ORIGINAL EQUIPMENT MANUFACTURER which you carry Comprehensive or Specified PARTS — LEASED PRIVATE PASSENGER Causes of Loss Coverage,We will pay for tem- TYPES porary transportation expenses incurred during Under Paragraph C. Limit of Insurance of the period beginning 24 hours after the theft and SECTION III — PHYSICAL DAMAGE ending, regardless of the policy's expiration, COVERAGE, Section 4 is added as follows; when the covered"auto"is returned to use or we 4: We will use new original equipment vehicle pay for its"loss". manufacturer parts for any private passen- Q. EXTRA EXPENSE—STOLEN AUTOS ger type covered "auto' where required by The following paragraph is added to Section A.4. the lease agreement which has a term of at of SECTION III — PHYSICAL DAMAGE least six months. If a new original equip- COVERAGE: ment vehicle manufacturer part is not in pro- c. We will pay for up to$5,000 for the expense duction or distribution we may use a like, of returning a stolen covered "auto" to you. kind and quality replacement part. We will pay only for those covered "autos" 0. DEDUCTIBLE AMENDMENTS for which you carry Comprehensive or Spec- The following are added to the Deductible provi- ified Causes of Loss Coverage. sion of SECTION Ili — PHYSICAL DAMAGE R. PHYSICAL DAMAGE LIMIT OF INSURANCE COVERAGE: Under SECTION III -- PHYSICAL DAMAGE if another policy or coverage form that is not an COVERAGE, Paragraph C„ Limit of Insurance automobile policy or coverage form issued by is replaced by the following: this company applies to the same"accident", the C. Limit Of Insurance following applies: 1. The most we will pay for "loss" in any one 1. If the deductible under this coverage is the "accident"is the lesser of: smaller {or smallest} deductible, it will be a. The actual cash value of the damaged waived: or stolen property as of the time of the 2. If the deductible under this coverage is not "loss", or the smaller(or smallest) deductible,it will be b. The cost of repairing or replacing the reduced by the amount of the smaller {or damaged or stolen property. smallest}deductible. If a Comprehensiveor Specified Causes of Loss 2, $2000 the most we will pay for "loss" in Coverage "loss" from one "accident" involves any one "accident" to all electronic equip- two or more covered "autos", only the highest rnent that reproduces, receives or transmits deductible applicable to those coverages will be audio, visual or data signals which, at the applied to the"accident," if the cause of the loss time of"lass", is: is covered for those vehicles.This provision only a. Permanently installed in or upon the applies if you carry Comprehensive or Specified covered "auto" in a housing, opening or Causes of Loss Coverage for those vehicles, other location that is not normally used and does not extend coverage to any covered by the "auto" manufacturer for the instal- "autos" for which you do not carry such lation of such equipment. coverage. b. Removable from a permanently installed No deductible applies to glass if the glass is re- housing unit as described in Paragraph paired,in a manner acceptable to us, rather than 2.a. above or is an integral part of that replaced, equipment;or P. EXPANDED TRANSPORTATION EXPENSE c. An integral part of such equipment, Paragraph A.4.a. of SECTION III — PHYSICAL 3. An adjustment for depreciation and physical DAMAGE COVERAGE is replaced by the condition will be made in determining actual following: cash value in the event of a total"loss". We will pay up to $50 per day to a maximum of 4, The cost of repairing or replacing may: $1500 for temporary transportation expense in- Page 4 of 7 Includes copyrighted material of Insurance Services Office, Inc AC 70 06 0316 with its permission. ACP BATx30.0-8310092 SITZ 17180 3 SURE13 COPY AC7006031600 0001 46 0018264 COMMERCIAL AUTO AC 70 06 4316 a. Be based on an estimate which includes titled and which you purchased less than parts furnished by the original equip- 365 days before the date of the"loss ment manufacturer or other sources in- cluding non-original equipment manu- T. PHYSICAL DAMAGE COVERAGE facturers and EXTENSIONS b. If a repair or replacement results in bet- Under SECTION Iii — PHYSICAL DAMAGE ter than like kind or quality, we will not COVERAGE, A, Coverage, 4. Coverage Exten- pay for the amount of the net improve- sions, b, Loss of Use Expenses is replaced by ment. the following: 5, If we offer to pay the actual cash value of the damaged or stolen properly, we will b. Loss of Use Expenses value auto advertising wraps, paint customi- For Mired Auto Physical Damage, we will zation, and similar business related advertis- pay expenses for which an "insured" ing modifications, in addition to the actual becomes legally responsible to pay for loss cash value of the property.Auto advertising of use of a vehicle rented or hired without a wraps, paint customization, and similar driver, under a written rental contract or business related advertising modifications agreement. We will pay for loss of use will be valued at the cost to replace them expenses if Caused by: with an adjustment made for depreciation (1) Other than collision if the Decla- and physical condition. rations indicate that Comprehen- S. NEW VEHICLE REPLACEMENT COST sive Coverage is provided for any The following is added to the Limit of Insurance covered"auto"; provision of SECTION III — PHYSICAL (2) Specified Causes of Loss only if DAMAGE COVERAGE: the Declarations indicate that 5. The provisions of paragraphs 1.and 3. do Specified Causes of Loss Cover- not apply to a covered "auto" of the private age is provided for any covered passenger type or a vehicle with a gross ve- "auto"; or hicle weight rating of 20,000 pounds or less (3) Collision only if the Declarations which is a"new vehicle." indicate that Collision Coverage is provided for any covered In the event of a total "loss"to your"new ve- „auto," hicle" to which this coverage applies, we will However, the most we will a for an pay at your option: expenses for loss of use is $50 per day, to a a. The verifiable "new vehicle" purchase maximum of$1,500.The Insurance provided price you paid for your damaged vehi- by this provision is excess over any other Cle, not including any insurance or war- collectible insurance. ranties purchased; b, if it Is available, the purchase price, as U. BUSINESS INCOME AND EXTRA EXPENSE negotiated by us, of a "new vehicle" of COVERAGE the same make, model, and equipment 1. Business Income Coverage or the most similar model available, not We will pay the actual loss of business in- including any furnishings, parts, or come sustained by you as a result of the equipment not installed by the manufac- necessary suspension of your business dur- turer or manufacturers'dealership;or. ing the period of restoration due to "loss" to c. The market value of your damaged ve- a covered"auto" used in your business.The hicle, not including any furnishings, loss must be caused by a cause of loss cov- parts, or equipment not installed by the ered under item Al of Physical Damage manufacturer or manufacturer's dealer- Coverage in this Coverage Part. ship. 2. Extra Expense Coverage We will not pay for initiation or set up costs We will pay the necessary and reasonable associated with loans or leases extra expenses that you incur during the pe- As used In this endorsement, a "new vehi- riod of restoration that you would not have cle" means an "auto" of which you are the incurred had there been no "loss" to a cov- original owner that has not been previously ered "auto" used in your business. The loss AC 70 06 03 16 Includes copyrighted material of Insurance Services Office, Inc. Page 5 of 7 with its permission ACP BATX30-0-8310992 517Z 17180 INSUK03 COPY AC7006031600 0001 46 0018265 COMME=RCIAL AUTO AC 70 06 03 16 must be caused by a cause .of loss listed (a) The time required to resume under item Al of Physical Damage Cover- your normal business opera- age in this Coverage Part. Extra E=xpenses tions; or means those expenses you incur to avoid or (b) The time that is reasonably minimize the suspension of business and to necessary to repair or replace continue your business operations. the covered auto with a maxi- 3. Additional Conditions mum time period of 180 days. We will not pay for "loss" or expenses Period of Restoration does not caused by suspension, lapse or cancellation include any increased period of any license, lease or contract. But if the required due to the enforcement suspension, any ordinance or law that re- suspension, lapse or cancellation is directly caused by the suspension of your business, quires any insured or others to we will cover such "loss" that affects your test for, monitor, clean up, re- business income.We will not pay under this move, contain, treat, detoxify or coverage if you do not repair or replace the neutralize or in any way respond covered "auto". You must resume all or part to or assess the effects of pollu- tants. The expiration date of this of your business as quickly as passible. If policy will not cut short the peri- you have other autos you can use to reduce od of restoration. the amount of loss payable under this cov- erage, you are required to use them. We will V. TRANSFER OF RIGHTS OF RECOVERY pay for expenses you incur to reduce the AGAINST OTHERS TO US amount that otherwise would have been The following is added to the Transfer Of Rights payable under this coverage. We will not Of Recovery Against Others To Us Condition: pay more than the amount by which you ac- We waive any right of recovery we may tually reduce the business income loss or have against any y person or organization to extra expense incurred. the extent required of you by a written con- e. Limit tract executed prior to any "accident" be- The most we will pay for"loss" arising out of cause of payments we make for damages one covered "auto" is $10,000 per loss with under this coverage form. an annual aggregate of $20,000. Payment W. NOTICE OF AND KNOWLEDGE OF applies in addition to the otherwise applica- OCCURRENCE ble amount of each coverage you have on a SECTION IV — BUSINESS AUTO covered"auto". CONDITIONS, Paragraph A is amended as -5. Definitions follows: a. "Business Income"means the: 6. NOTICE OF AND KNOWLEDGE OF 1.}. Net income(Net profit or loss before OCCURRENCE income taxes)that would have been a, Your obligation in the Duties in the Event earned or incurred if no loss would of Accident, Claim, Suit or Loss Condi- have occurred;and tion relative to notification require- 2.}, Continuing normal operating ments applies only when the "accident" expenses incurred, including payroll. or`loss"is known to: b, "Period of Restoration" means the {1} You, if you are an individual; period of time that {2} A partner,if you are a partnership; 1.}. Begins: {3} A member, if you are a limited liability (a) 24 hours after the time of loss company;or for Business Income Coverage; or (4) An executive officer or insurance {b} Immediately after the time of manager,if you are a corporation. loss for Extra Expense b. Your obligation in the. Duties in the Event ,Coverage;and of Accident,Claim, Suit or Loss Condition relative to providing us with documents 2.) Ends at the earliest of: concerning a claim or "suit' will not be Page 6 of 7 Includes copyrighted material of Insurance Services Office, Inc. AC 70 06 03 16 with its permission ACP SAMM-8310092 517z 17160 INSURED COPY AC7006031600 0001 46 0018266 COMMERCIAL AUTO AC 70 06 03 16 considered breached unless the breach covered "auto" and you are unable to enter occurs after such claim or"suit" is known such"auto" , or to: 2. Your keyless entry device battery dies and (1) You,if you are an individual; you are unable to enter such "auto" as a (2) A partner, if you are a partnership; result, (3) A member, if you are a limited liability 3. Your key, electronic key or key entry pad company;or has been lost or stolen and you have (4) An executive officer or insurance changed the lock to prevent an unauthorized manager,if you are a corporation, entry;and 4. Original copies of receipts for services of a X. HIRED CAR--COVERAGE TERRITORY locksmith must be provided before reimbursement is payable. Item (5) of the Policy Period, Coverage Territory Z. CANCELLATION CONDITION GeneralCondI!onis re placed by the following' paragraph A.2. of the COMMON POLICY (5)Anywhe rein the world if a covered"auto" CONDITION — CANCELLATION applies except is leased,hired,rented or borrowed without a as follows: drive rfor a period of 30 days or less;and If we cancel for any reason other than nonpay- Y. EMERGENCY LOCKOUT ment of premium, we will mail or deliver to the We will reimburse you up to$100 for reasonable First Named Insured written notice of cancella- expense incurred for the services of a locksmith tion at least 60 days before the effective date of to gain entry into your covered "auto" subject to cancellation. This provision does not apply in these provisions: those states that require more than 60 days prior notice of cancellation, 1. Your door key, electronic key or key entry pad has been lost, stolen or looked in your AC 70 06 03 16 Includes copyrighted material of Insurance Services Office, Inc, Page 7 of 7 with its {7ermission ACP SATX30.0-8310092 517Z 17180 INSUKE0 COPY AC7006031600 0001 46 0018267 Urban Infraconst:ruct:ion, LLC 7/1/2x18-7/112019 Policy# ACP3016310092 COMMERCIAL AUTO CA 02 43 11 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANGES - CANCELLATION AND NONRENEWAL This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM A. Paragraphs 2. and 5. of the Cancellation (e) if we have been placed in Common Policy Condition contained in supervision, conservatorship or Endorsement IL 00 17 are replaced by the receivership and the cancellation is following; approved or directed by the 2. We may cancel this policy: supervisor,co n servator or receiver, a. 8y mailing or delivering to the first Named c. For the following reasons, if this policy Insured written notice of cancellation, provides coverage to a governmental unit, stating the reason for cancellation, at least as defined under 28 TEX. ADMIN. CODE, 10 days before the effective date of Section 5.7001: cancellation. (1) If this policy has been in effect for less b. For the following reasons,if this policy does than 90 days, we may cancel this policy not provide coverage to a governmental for any reason. unit, as defined under 28 TEX. ADMIN. (2) If this policy has been in effect for 90 CODE, Section 5.7001; days or more, or if it is a renewal or (1) If this policy has been in effect for 60 continuation of a policy issued by us, we days or less, we may cancel for any may cancel this policy, only for the reason except, that under the provisions following reasons: of the Texas Insurance Code, we may (a) If the first Named Insured does not not cancel this policy solely because the pay the premium or any portion of policyholder is an elected official. the premium when due; (2) If this policy has been in effect for more (b) If the Texas Department of than 60 days, or if it is a renewal or Insurance determines that continuation of a policy issued by us, we continuation of this policy would may cancel only for one or more of the result in violation of the Texas following reasons: Insurance Code or any other law (a) Fraud in obtaining coverage; governing the business of insurance (b) Failure to pay premiums when due; in Texas; (c) An increase in hazard within the (c) If the Named Insured submits a control of the insured which would fraudulent claim; or produce an increase in rate; (d) If there is an increase in the hazard (d) Loss of reinsurance covering all or within the control of the Named part of the risk covered by the policy; Insured which would produce an increase in rate. or CA 02 43 11 13 ©Insurance Services Office, Inc., 2013 Page 1 of 2 ACP BATx30•0-8310092 5172 17180 INSURED COPY CA0243111301 0001 46 0018276 S. If this policy is canceled, we will send the first 2. If we elect not to renew this policy, we may do Named Insured any premium refund due, The so by mailing or delivering to the first Named refund will be pro rata, subject to the policy Insured, at the fast mailing address known to minimum premium. The cancellation will be us, written notice of nonrenewal, stating the effective even if we have not made or offered a reason for nonrenewal, at least 60 days before refund. the expiration date. If notice Is mailed or B. The following condition is added; delivered less than 60 days before the Nonrenewal expiration date, this policy will remain in effect until the 61st day after the date on which the 1. We may elect to renew this policy except that notice is mailed or delivered, Earned premium under the provisions of the Texas Insurance for any period of coverage that extends beyond Code, we may not refuse to renew this policy the expiration date will be computed pro rata solely because the policyholder is an elected based on the previous year's premium. official. All terms and conditions of this policy apply unless modified by this endorsement, Page 2 of 2 fl Insurance Services Office, Inc., 2013 CA 02 43 11 13 ACP BATX30-0-8310092 517Z 17180 INSURED COPY CA0243111301 0001 46 0018277 Tem,'A" S-Mutuar WORKERS' COMPENSATION INSURANCE WORKERS'COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Agent copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the Insurance provided by the policy because Texas is shown In Item 3.A. of the Information Page, We have the right to recover our payments from anyone liable for an injury covered by this policy.We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( f Specific Waiver Name of person or organization (X)Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to fumish this waiver. 2. Operations: All Texas operations 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s)or organizations)arising out of the operations described. 4. Advance Premium: Included,see Information Page This endorsement changes the policy to which it is attached effective an the inception date of the policy unless a different date Is indicated below. (The following"attaching clause"need be completed only when this endorsement Is issued subsequent to preparation of the policy,) This endorsement,effective an 711/1a at 12;04 a.m.standard time,forms a part of: Policy no. 0001313229 of Texas Mutual Insurance Company effective on 7/1/18 Issued to: URBAN INFRACONSTRUCTION,LLC. /U,-C This is not a hill Authorized representative NCC[Carrier Code: 29939 PO Box 12058,Austin,TX 78711-2058 1 of 1 texasmutual.cam 1(800)859-5995 1 Fax(800)358-0850 WC 42 03 04 B d WORKERS'COMPENSATION A[d[7 EMPLOYERS exg LIABILITY INSURANCE POLICY Instuance Corttpany WC 42 06 01 TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule 1. Number of days advance notice: 30 2. Notice will be mailed to: PER. L IST ON FILE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is Indicated below. (The following"attaching clause"need be completed only when this endorsement Is Issued silbsequent to preparation of the policy,) This endorsement,effective on 7/a11202 a at 12:01 A.M.standard time,forts a part of Policy Fla. 0001313229 of the Texas Mutual Insurance Company Issued to Endorsement No. 1 � � ** Premium$ 0,00 NOCI Carrier Cade 29939 Authorized Representative '* W0420601(eo.1-94) INSURER'S COPY STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 Definitions and Terminology..........................................................................................................l 1.01 Defined Terms...............................................................................................................................l 1.02 Terminology..................................................................................................................................6 Article2---Preliminary Matters................................................----.....................................................................7 2.01 Copies of Documents...................................................................................... ....................7 2.02 Commencement of Contract Time;Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3 --Contract Documents: Intent,Amending, Reuse............................................................................8 3.01 Intent.........................................................................................................................-----................8 3.02 Reference Standards...................................................-----..............................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................11 Article 4—Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions....................................................,.....................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5--Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance,Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6—Contractor's Responsibilities.....................................................................----...............................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxtwy Z,2016 6.02 Labor;Working Hours................................................................................................................20 6.03 Services,Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and"Or-Equals".......................................................................................................21 6.06 Concerning Subcontractors, Suppliers,and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.14 Laws and Regulations.................................................................................................................27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas.......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs.............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services........................ .............34 ......................................... 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article7-Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections,Tests,and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 C"OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision_Febnjuy2,2016 Article 10--Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work...........................................................................................39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 --Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12-Change of Contract Price; Change of Contract Time......................................... 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12,03 Delays..........................................................................................................................................47 Article 13-Tests and Inspections;Correction,Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14--Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments......................................................................................................................52 14.03 Contractor's Warranty of Title......................................................... .............54 ............................. 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15-Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work.................................. ........57 ....... ....................................................... 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article16-Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnrary 2,2016 Article17---Miscellaneous..............................................................................................................................62 17.01 Giving Notice..............................................................................................................................62 17.02 Computation of Times................................................................................................................62 17.03 Cumulative Remedies.................................................................................................................62 17.04 Survival of Obligations...............................................................................................................63 17.05 Headings................................................................................................ .............63 CPPY OF FORT WORTH STANDARDCONSPRUcnON SPECIFICATION DOCUMENTS Revision:FebRoy2,2016 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE I–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. 1. Addenda—Written or graphic instruments issued prior to the opening of Bids which clarify, correct,or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement—The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment—The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Ashestos—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. 5. 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. MY OF FORT WORTH STANDARDCUNSTRUCPION sPFcincATfoN DOCUMENTS Revision:Fdmay2,2016 007200-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order—A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney–The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City 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. Contract Claim--A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract.A demand for money or services by a third party is not a Contract Claim. 19. Contract—The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and superscdcs prior negotiations,rcprescntations,or agreements,whether written or oral. 20. Contract Documents—Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price—The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.43 in the case of Unit Price Work). 22. Contract Time—The number of days or the dates stated in the Agreement to: (i) achieve Milestones,if any and(ii)complete the Work so that it is ready for Final Acceptance. 23. Contractor--The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work—See Paragraph 11.01 of these General Conditions for definition. C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdmmy2,2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims - A demand for money or services arising from the Project or Site from a thud 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. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F&nmy2,2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements—Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition—The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations Any and all applicable laws, riles, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens--Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item—An Item of 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 Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum--Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50.Plans—See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniary2,26I6 007200-1 GENERAL CONDITIONS Page 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.Project—The Work to be performed under the Contract Documents. 53. Project Manager—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 Material—Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954(42 USC Section 2011 et seq.)as amended from time to time. 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 Submittals—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. CM OF FORT WORTH STANDARD CONSTRUCTION SPF-CIFICA77ON DOCUMENTS Revision:Febnwy2,2016 00 72 00-1 GENERAL CONDITIONS Page 6 of 63 63. SubmittaLT—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder—The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 55. Superintendent— The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions—That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier—A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities—All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water,wastewater,storm water,other liquids or chemicals,or traffic or other control systems. 69. Unit Price Work—See Paragraph 11,03 of these General Conditions for definition. 70. Weekend Working hours --Hours beginning at 9:00 am. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work—The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and famishing, installing, and incorporating all materials and equipment into such construction,all as required by the Contract Documents. 72. Working Day—A working day is defined as a day, not including Saturdays,Sundays,or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but,when used in the Bidding Requirements or Contract Documents,have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision.I=ebrwyZ 2016 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like 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 h. 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 finnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time,Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary%2016 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3—CONTRACT DOCUMENTS: INTENT,AIVIENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified' are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision.FeWimy2,20]6 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. Contractors Review of Contract Documents During Performance of Work If, during the performance of the Work, Contractor discovers any conflict, error,ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b)any standard, specification, manual,or code, or(c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxumy2,2016 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual,or the instruction of any Supplier(whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govem over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order, 2. City's review of a Submittal(subject to the provisions of Paragraph 6.18.C);or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions;or 2. reuse any such Drawings, Specifications,other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CDNSTRUC`rION SPECIFICATION DOCUMENTS Revision:FdxumyZ 2016 007x00-1 GENERAL CONDITIONS Page 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 famished 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 Buz saw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall firmish 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-0f--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 famish 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 CONSTRUCrION SPECIFICATION DOCUMENTS Revision:FebwaryZ 2016 007200-1 GENERAL OONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site(except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners,employees,agents,consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings;or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data,interpretations,opinions,or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any"technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate;or 2. is of such a nature as to require a change in the Contract Documents;or 3. differs materially from that shown or indicated in the Contract Documents;or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fd m iy2,2016 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A),notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others;and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated.• 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Felmary 2,2016 ao72W-I GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 5.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. if City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments,and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.05 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors,members,partners,employees, agents,consultants,or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY of FORT WORTH STANDARI]CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F bruwy2,20I6 007200-1 GENERAL CONDITIONS Page 13 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto;or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings;or 3. any Contractor interpretation of or conclusion drawn from any "technical data"or any such other data,interpretations,opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor,Subcontractors,Suppliers,or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for wham Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i)secure or otherwise isolate such condition; (ii)stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City(and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action,if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnijy and hold harmless City,from and against all claims, costs, losses, and damages (Including but nod limited to a1!fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnay2,2016 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BUNDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as maybe provided in the Supplementary Conditions. 5.02 Performance,Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations,and shall be executed by such sureties as are named in the list of"Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.0, 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 5A2.C. 5.03 Certif cates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured)which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as"Additional Insured"on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnjmyZ 2016 007200-1 GENERAL CONDITIONS Page I7 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%. 14. 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 CrrY OF FORT WORTH STAMARDCONSTRucnON SPECIFICATION DOCUMENTS Revision:FeIxuny2,2016 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups,must also be approved by City. 11. Any deductible in excess of$5,000.00, for any policy that does not provide coverage on a first-dollar basis,must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled,upon written request and without expense,to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract_ Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's.Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor,any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work,or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations,personal injury,and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Ftbnmy2,2016 007200-1 GENERAL CONDITIONS Page 19 o€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. 5.45 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 14 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 6.41 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 m accordance with the Contract Documents. Contractor shall be solely responsible for the means,methods,techniques, sequences,and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fly 2,2016 007200-1 GENERAL GONDITIONS 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 safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication)to perform Work: 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. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing,start-up,and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests)as to the source,kind,and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnoy 2,2016 007200-1 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 CONSTRUCTION SPECIFICATION DOCUMENTS Revision:ray Z 2016 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole;and 3) it has a proven record of performance and availability of responsive service;and b. Contractor certifies that,if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time;and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. if in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRICTION SPECIFICATION DOCUMENTS Revision.Fdmimy2,2016 007200-I GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering,sales,maintenance,repair,and replacement services;and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may famish 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 6.45.13. City may require Contractor to famish additional data about the proposed substitute. City will be the sole judge of acceptability. No"or-equal"or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an"or-equal."City will advise Contractor in writing of its determination. D. Special Guarantee. City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (Including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City)resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal"at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Fet tiny Z 2016 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions:No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract,unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance(as amended)by the following- 1. ollowing:1. Contractor shall, upon request by City,provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniay2,2016 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity;nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers,and such other individuals Or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258,Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs,pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CQNSTRUCTION SPECIFICATION DOCUMENTS Revision:Fchnmy 2,2016 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act(Article 224 et seq., Revised Statutes)if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 11 th 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 maybe enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show(i)the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and(ii)the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258,Texas Government Code. G. Posting of Nage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision.Fe>mimy2,2016 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design,process,product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary,in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.13. 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 Pen-nits Z. 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 pern-dts 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 CffY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdmimyr2,2016 Ua7200-1 GENERAL CONDITIONS Page 28 of 63 court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor's responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor's obligations under Paragraph 3.02. C. Changes in Laws or Regulations not known at the time of opening of Bids having an effect on the cost or time of performance of the Work may be the subject of an adjustment in Contract Price or Contract Time. 6.11 Faxes 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 Statc Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code,Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX 78711;or 2. httt)://www.window.state.tx.us/taxinfo/taxforms/93-forms.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: I. Contractor shall confine construction equipment,the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work,the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry2,20I6 007200-1 GENERAL CONDrTIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work,Contractor shall promptly attempt to resolve the Damage Claim 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs,shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses s 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 CITY OF FORT WORTH STANDARDCONSTRucnoN SPECIFICATION DOCUMENTS Revision:FeNioy2,2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage,injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site;and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal,relocation,or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury,or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them. in the protection, removal,relocation,and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs,if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work,or anyone for whose acts any of them may be liable,shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies 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 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febn,ary2,2016 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. S. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals(as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. Far-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fd mazy2,2016 00 72 00-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto.The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 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: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible;or CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFfCATION DOCUMENTS Revision:FdmixyZ2016 00 72 00-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection,test,or approval by others;or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. 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 awn 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 ECTIVE EVEN Ili„IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, 2MISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Nbniary2,2016 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE ANI7 BE EFFE_CTIAT EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques,sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent hooks, documents, papers,and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years atter final payment under this Contract,have access to and the right to examine and photocopy any directly pertinent hooks, documents, papers,and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdnimy 2,2016 007200-1 GENERAL CONDITIONS Page 35 of 63 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 Cotte in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended. Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7—OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. if such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work;and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. if the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdmimy 2,2016 007200-1 GENERAL CONDITIONS PaV 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: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8—CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements,Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, acrd Approvals City's responsibility with respect to certain inspections,tests,and approvals is set forth in Paragraph 13.03. CM OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fd ma y2,2016 007200-1 GENERAL CONDITIONS Page 37 of 63 8.47 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods,techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto,or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01. City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is Shammi Rahman, or his/tier successor pursuant to written notification from the Director of < insert managing department here>. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.47. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebmayZ2016 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor,who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated,installed,or completed. 9.05 Determinations far Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.05. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety,City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CrrY Of FORT WORTH STANDARD CONSTRUCTION SPEMCAT10N DOCUMENTS Revision:Fdmiary2,2816 007200-1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.49,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 14.06. S. 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. CnY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FdxumyZ2015 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim,with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal(unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim;or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim,such notice shall be deemed a denial. Crit OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Fty2,20I6 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 15 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 II---COST OF THE WORK;ALLOWANCES;UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11,Q 1 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. CfrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:B&a=y2,2016 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys,and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable,and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities,fuel,and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fcbnmy2,2016 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Casts 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.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. I 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. Casts 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 12.01.0. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11 A 1.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre-bid Allowances: 1. Contractor agrees that: CITY of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdvumy Z 2016 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site,and all applicable taxes;and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit,and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance. Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9A5. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Ag=reement;and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCT10N SPECIFICATION DOCUMENTS Revision:rd m iy 2,2016 GO 72 00-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 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 SPECIFICATION DOCUMENTS Revision:Fly Z 2016 007200-! GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts,the plans quantity measurement requirements are not applicable. ARTICLE 12—CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1, where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03);or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2),and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12,01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee;or 2. if a fixed fee is not agreed upon,then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.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; b. for costs incurred under Paragraph 11.01.A.4 and 11.0I.A.5, the Contractor's fee shall be five percent(5%o); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FdmLwy2,2016 007200-1 GENERAL CONDITIONS Page 47 of 63 tier,will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (51/6)of the amount paid to the next lower tier Subcontractor,however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.013; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor,the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City,acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work,except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material,if any,which is to be funiished by the City. CrrY of FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FdmM2,2016 00 72 00-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13—TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORT{ 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected,corrected,or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.43 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections,which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials,mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such.Testing to the extent possible,with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebmuyZ 2016 00 72 00-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13,03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City,it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover,expose,or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor,material,and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages(including but not limited to all fees and charges of engineers,architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing,observing,and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering,exposure,observation,inspection,testing,replacement,and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FdxvmyZ 201 b 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier,any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee,if any,on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective,and d. satisfactorily correct or repair or remove and replace any damage to other Work,to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUMON SPECIFICATION DOCUMENTS Revision:Fdmkvy2,2016 00 72 00-1 GENERAL COND1TiON5 Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work,the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim,pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of,the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven(7)days written notice to Contractor,correct,or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attomeys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F&nmy 2,2016 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14—PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FdmsuyZ2016 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review oj'Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules,that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents;or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor,or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective,or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.49;or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmuy 2,2016 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (51%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment.- 1. ayment:1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fd m)ary2,2016 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use,subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days,City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection,City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Recision:Fd mary2,2fl16 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 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. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages,will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Febmxry 2,2016 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment,except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations,the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15—SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time,directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxu my 2 2016 007200-1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Carse A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.13); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority Of City;or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City;or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily;or 8. Contractor commences 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. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febamy2,2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 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 Iowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02,the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdnimy2,20I6 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may,without cause and without prejudice to any other right or remedy of City,terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim,demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination;and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. S. complete performance of such Work as shall not have been terminated by the notice of termination;and 5. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdm=Y2,2015 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted,shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City,any and all such claims shall be conclusively deemed waived. F. In such case,Contractor shall be paid for(without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work,plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination Of the Work,the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16—DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless,within that time period,City or Contractor: CITY OF FORT WORTH SrANDARDCONSMUCTION SPECIRCATiON DOCUMENTS Revision:Febnmry2,2016 007200-1 GENERAL CONDITIONS Page 62 of 63 I. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions;or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if. 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended;or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. 1f the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations,by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxuary2,2016 007200-1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing Obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY of FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fly 2,2016 007300-1 SUPPLEMENTARY CONDITIONS Page i of 5 1 SEMON 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 6 Supplementary Conditions 7 8 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions,and other 9 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 10 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 11 of the General Conditions which are not so modified or supplemented remain in full force and effect. 12 13 Defined Terms 14 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 18 Modifications and Supplements 19 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 SC4.01 A 28 29 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 30 Upon receiving the final easements descriptions,Contractor shall compare them to the lines shown on the 31 Contract Drawings. 32 33 SC4.01A.1.,"Availability of Lands" 34 35 The following is a list of known outstanding right-of-way,and/or easements to be acquired,if any as of 36 JUNE 13,2018: 37 38 Outstanding Right-Of--Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None 39 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 40 and do not bind the City. 41 42 If Contractor considers the final easements provided to differ materially from the representations on the 43 Contract Drawings, Contractor shall within five(5) Business Days and before proceeding with the Work, 44 notify City in writing associated with the differing easement line locations. 45 CITY OF FORT WORTH [CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised January 22,2015 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 SC4.01A.2,"Availability of Lands" 2 3 Utilities or obstructions to be removed,adjusted,and/or relocated 4 5 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 6 as of JUNE 13,2018. 7 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None 8 The Contractor understands and agrees that the dates listed above are estimates only,are not guaranteed, 9 and do not bind the City. 10 11 SC-4.02A.,"Subsurface and Physical Conditions" 12 13 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 14 15 A None Report No. ,dated ,prepared by None a sub-consultant of None a consultant 16 of the City,providing additional information on None 17 18 The following are drawings of physical conditions in or relating to existing surface and subsurface 19 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 20 None 21 SC4.06A.,"Hazardous Environmental Conditions at Site" 22 23 The following are reports and drawings of existing hazardous environmental conditions known to the City: 24 None 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:None 32 (3) Other. None 33 34 SC-5.04A.,"Contractor's Insurance" 35 36 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 37 coverages for not less than the following amounts or greater where required by laws and regulations: 38 39 5.04A.Workers'Compensation,under Paragraph GC-5.04A. 40 41 Statutory limits 42 Employer's liability 43 $100,000 each accidentloccurrence 44 $100.000 Disease-each employee 45 $500,000 Disease-policy limit 46 47 SC-5.048.,"Contractor's Insurance" CITY OF FORT WORTH [CONCRETE RESTORATION(2019-2) STANDARD CONSTRUC'T'ION SPECIFICATION DOCUMENTS City Project no.:101603 Revised January 22,2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 2 5.04B.Commercial General Liability,under Paragraph GC-5.045.Contractor's Liability Insurance 3 under paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 4 minimum limits of: 5 6 $1,000,000 each occurrence 7 $2,000,000 aggregate limit 8 9 The policy must have an endorsement(Amendment—Aggregate Limits of Insurance)making the 10 General Aggregate Limits apply separately to each job site. 11 12 The Commercial General Liability Insurance policies shall provide"X",`5C",and"U"coverage's. 13 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 14 15 SC 5.04C.,"Contractor's Insurance" 16 5.04C. Automobile Liability,under Paragraph GC-5.04C.Contractor's Liability Insurance under 17 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: 18 19 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 20 defined as autos owned,hired and non-owned. 21 22 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 23 least: 24 25 $2501,000 Bodily Injury per person I 26 $500,000 Bodily Injury per accident) 27 $100.000 Property Damage 28 29 SC-5.040.,"Contractor's Insurance" 30 31 The Contractor's construction activities will require its employees,agents, subcontractors, equipment,and 32 material deliveries to cross railroad properties and tracks `None' 33 34 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 35 hinder,or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 36 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 37 Entry Agreement"with the particular railroad company or companies involved,and to this end the 38 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 39 the right-of-entry(if any)required by a railroad company.The requirements specified herein likewise relate 40 to the Contractor's use of private and/or construction access roads crossing said railroad company's 41 properties. 42 43 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 44 coverage far not less than the following amounts,issued by companies satisfactory to the City and to the 45 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 46 occupy,or touch railroad property: 47 48 (1) General Aggregate: NIA 49 50 (2) Each Occurrence: NIR 51 —Required for this Contract X Not required for this Contract 52 53 With respect to the above outlined insurance requirements,the following shall govern: CITY OF FORT WORTH [CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised January 22,2016 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 6 1 2 1. Where a single railroad company is involved,the Contractor shall provide one insurance policy in 3 the name of the railroad company. However, if more than one grade separation or at-grade 4 crossing is affected by the Project at entirely separate locations on the line or lines of the same 5 railroad company,separate coverage may be required,each in the amount stated above. 6 7 2. Where more than one railroad company is operating on the same right-of-way or where several 8 railroad companies are involved and operated on their own separate rights-of--way,the Contractor 9 may be required to provide separate insurance policies in the name of each railroad company. 10 11 3. If, in addition to a grade separation or an at-grade crossing,other work or activity is proposed on a 12 railroad company's right-of-way at a location entirely separate from the grade separation or at- 13 grade crossing, insurance coverage for this work must be included in the policy covering the grade 14 separation. 15 16 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- 17 way,all such other work may be covered in a single policy for that railroad,even though the work 18 may be at two or more separate locations. 19 20 No work or activities on a railroad company's property to be performed by the Contractor shall be 21 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 22 for each railroad company named,as required above. All such insurance must be approved by the City and 23 each affected Railroad Company prior to the Contractor's beginning work. 24 25 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 26 has been completed and the grade crossing,if any,is no longer used by the Contractor. In addition, 27 insurance must be carried during all maintenance and/or repair work performed in the railroad right-0f--way. 28 Such insurance must name the railroad company as the insured,together with any tenant or lessee of the 29 railroad company operating over tracks involved in the Project. 30 31 SC-6.04.,"Project Schedule" 32 33 Project schedule shall be tier 3, for the project. 34 35 SC-6.07.,"Wage Rates" 36 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 37 Appendixes: 38 Wages Rates adopted 10/2912013 by M&C C-26534 39 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 40 Appendixes:GC—6.07,"2013 Prevailing Wage Rates(Highway&Heavy Construction Projects)". 41 haps:Ilprojectpoint.buxxsaw.comlfortworthgovlResources102°/oZ0%20Construction°/o20Documents/�citi 42 cations/Div%2000-General°/o20Conditions/CFW%2. OHorixontal°/o20Wa a%20Rate°/.20Table.pdf?public 43 44 SC-6.09.,"Permits and Utilities" 45 46 5C-6.09A.,"Contractor obtained permits and licenses" 47 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor. 48 `None". 49 50 SC-6.09B."City obtained permits and licenses" 51 The following are known permits and/or licenses required by the Contract to be acquired by the City: 52 "None". 53 CITY OF FORT WORTH [CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.-101603 Revised January 22,2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 6 1 SC-6.090."Outstanding permits and licenses" 2 3 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of 4 5 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 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 14 the Site: 11 <Po ulate the table below with the required information.1 none then write "None'? Vendor Sco a of Work Coordination Authority None None None 12 13 14 SC-$.01,"Communications to Contractor" 15 16 Street sections shall be minimum 7 inch thick HES concrete. The use of Flex base and or Geogrid shall be 17 determined by the engineer. 18 19 SC-9.01,,"City's Project Manager" 20 21 The City's Project Manager for this Contract is Shammi Rahman or his/her successor pursuant to written 22 notification from the Director of Transportation and Public work 23 24 SC-13.03C.,"Tests and Inspections" 25 26 None 27 28 SC-16.01C.1,"Methods and Procedures" 29 34 None END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/7016 F.Griffin SC-9,01.,"City's Project Representative"wording changed to City's Project Manager. CITY OF FORT WORTH [CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no_: 101603 Revised January 22,2016 011100-1 SUMMARY OF WORK Page i of 3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. MOBILIZATION AND DEMOBILIZATION SHAL BE SUBSIDIARY TO THIS 9 PROJECT PAY ITEMS,NO SEPARATE PAY,NO PAYMENT WILL BE 10 MADE FOR MOBILIZATION AND DEMOBILIZATION FROM ONE 11 LOCATION TO ANOTHER IN NORMAL PROGRESS OF PERFORMING THE 12 WORK. REMOBILIZATION PAY ITEM SHALL BE PAID FOR SUSPENSION 13 OF WORK SPECIALLY REQUIRED IN THE CONTRACT DOCUMENTS OR 14 AS REQUIRED BY THE CITY. 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 1A ADMINISTRATIVE REQUIREMENTS 24 A. Work Covered by Contract Documents 25 1. Work is to include furnishing all labor,materials,and equipment,and performing 26 all Work necessary for this construction project as detailed in the Drawings and 27 Specifications. 28 B. Subsidiary Work 29 1. Any and all Work specifically governed by documentary requirements for the 30 project,such as conditions imposed by the Drawings or Contract Documents in 31 which no specific item for bid has been provided for in the Proposal and the item is 32 not a typical unit bid item included on the standard bid item list,then the item shall 33 be considered as a subsidiary item of Work,the cost of which shall be included in 34 the price bid in the Proposal for various bid items. 35 2. MOBILIZATION AND DEMOBILIZATION SHALL NOT BE PAID DIRECTLY 36 BUT SHALL BE CONSIDERED SUBSIDIARY TO THE MAJOR ITEMS OF 37 WORK.NO PAYMENT WILL BE MADE FOR MOBILIZATION AND 38 DEMOBILIZATION FROM ONE LOCATION TO ANOTHER IN NORMAL 39 PROGRESS OF PERFORMING THE WORK. CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRICTION SPECIFICATION DOCUMENTS City Project no..101603 Revised December 20,2012 011100-2 SUMMARY OF WORK Page 2 of 3 1 C. Use of Premises 2 1. Coordinate uses of premises under direction of the City. 3 2. Assume full responsibility for protection and safekeeping of materials and 4 equipment stored on the Site- 5 3. Use and occupy only portions of the public streets and alleys,or other public places 5 or other rights-of-way as provided for in the ordinances of the City,as shown in the 7 Contract Documents, or as may be specifically authorized in writing by the City. 8 a. A reasonable amount of tools,materials,and equipment for construction 9 purposes may be stored in such space,but no more than is necessary to avoid 10 delay in the construction operations. 11 b. Excavated and waste materials shall be stored in such a way as not to interfere 12 with the use of spaces that may be designated to be left free and unobstructed 13 and so as not to inconvenience occupants of adjacent property. 14 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 15 manner as not to interfere with the operation of the railroad. 16 1) All Work shall be in accordance with railroad requirements set forth in 17 Division 4 as well as the railroad permit. 18 D. Work within Easements 19 1. Do not enter upon private property for any purpose without having previously 20 obtained permission from the owner of such property. 21 2. Do not store equipment or material on private property unless and until the 22 specified approval of the property owner has been secured in writing by the 23 Contractor and a copy furnished to the City. 24 3. Unless specifically provided otherwise,clear all rights-of-way or easements of 25 obstructions which trust be removed to make possible proper prosecution of the 26 Work as a part of the project construction operations. 27 4. Preserve and use every precaution to prevent damage to,all trees,shrubbery,plants, 28 lawns,fences,culverts,curbing,and all other types of structures or improvements, 29 to all water,sewer,and gas lines,to all conduits, overhead pole lines,or 30 appurtenances thereof, including the construction of temporary fences and to all 31 other public or private property adjacent to the Work. 32 5. Notify the proper representatives of the owners or occupants of the public or private 33 lands of interest in lands which might be affected by the Work- 34 ork34 a. Such notice shall be made at least 48 hours in advance of the beginning of the 35 Work. 36 b_ Notices shall be applicable to both public and private utility companies and any 37 corporation,company, individual,or other,either as owners or occupants, 38 whose land or interest in land night be affected by the Work. 39 c. Be responsible for all damage or injury to property of any character resulting 40 from any act,omission,neglect,or misconduct in the manner or method or 41 execution of the Work,or at any time due to defective work, material,or 42 equipment. 43 6. Fence 44 a. Restore all fences encountered and removed during construction of the Project 45 to the original or a better than original condition- CITY OF FORT WORTH CONCRETE RESTORATION(2619-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 011100-3 SUMMARY OF WORK Page 3 of 3 1 b. Erect temporary fencing in place of the fencing removed whenever the Work is 2 not in progress and when the site is vacated overnight,and/or at all tunes to 3 provide site security. 4 c. The cost for all fence work within easements,including removal,temporary 5 closures and replacement,shall be subsidiary to the various items bid in the 6 project proposal,unless a bid item is specifically provided in the proposal. 7 1.5 SUBMITTALS[NOT USED] 8 1.5 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.18 DELIVERY,STORAGE,AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2- PRODUCTS [NOT USED] 16 PART 3- EXECUTION [NOT USED] 17 END OF SECTION 18 Revision Log DATE NAME SUMMARY OF CHANGE 19 CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 20,2012 012500-1 SUBSTITUTION PROCEDURES Page i of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedure for requesting the approval of substitution of a product that is not 7 equivalent to a product which is specified by descriptive or performance criteria or 8 defined by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not"or-equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item 23 1.3 REFERENCES [NUT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Request for Substitution-General 26 1. 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 of material are described in Specifications by 34 means of references to names of manufacturers and vendors,trade names,or 31 catalog numbers. 32 a. When this method of specifying is used, it is not intended to exclude from 33 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 by City. 36 3. Other types of equipment and kinds of material may be acceptable substitutions 37 under the following conditions: 38 a. 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 OF FORT WORTH CONCRETE RESTORATION(2019—2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised July 1,2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form(attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution,including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule,when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product,including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including,but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved,the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH CONCRETE RESTORATION(2019—2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised July 1,2011 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5- Substitution will be rejected if: 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion,acceptance will require substantial revision of the original 6 design 7 d. In the City's opinion,substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBN HTTAISIINFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product,the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product,and has determined that it is adequate or 16 superior in all respects to that specified,and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS[NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH CONCRETE RESTORATION(2019—2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised July 1,2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: b We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 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,including 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 C_ Differences between proposed substitution and specified item? 25 25 27 D. Differences in product cost or product delivery time? 28 29 30 E. Manufacturer's guarantees of the proposed and specified items 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 35 37 Signature ,Recommended _Recommended 38 as noted 39 40 Firm _Not recommended _Received late 41 Address By 42 Date 43 Date Remarks 44 Telephone 45 45 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH CONCRETE.RESTORATION(2019—2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised July I,2011 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 1 SECTION 013119 2 PRECONSTRUCTION MEETING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: I l 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. Coordination 20 1_ Attend preconstruction meeting. 21 2. Representatives of Contractor,subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded,tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting,prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3- Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityProject no.:101603 Revised August 17,2012 013119-2 PRECONSTRUCTION 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 0132 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 S. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 1 l c. Status of right-of-way,utility clearances,easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k Disposal Site Letter for Waste 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 Fre-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 Evaluation 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. MIWBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 jj. Questions or Comments CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised August 17,2012 a1 31 19-3 PRECONSTRUCTION MEETING Page 3of3 I 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS INOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS INOT USED] 5 19 QUALITY ASSURANCE INOT USED] 5 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USEDI 7 1.11 FIELD ISITE] CONDITIONS [NOT USEDI 8 1.12 WARRANTY [NOT USEDI 9 PART 2- PRODUCTS [NOT USEDI IO PART 3- EXECUTION [NOT USED] 1 I END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH CONCRETE RESTORATION(7019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.. 101603 Revised August 17,2012 013120-1 PROJECT MEETINGS Pagel of 3 I SECTION 0131. 20 2 PROJECT MEETINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 4—Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division l --General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NUT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule,attend and administer as specified,periodic progress meetings,and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, 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 be tape recorded. 26 a. If recorded,tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings,in addition to those specified in this Section,may be held when requested 29 by the City,Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement,but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule,including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projec[no.:101603 Revised July 1,2011 013120-2 PROJECT MEETINGS Page 2 of 3 1 b. Project Representative 2 c. Other City representatives 3 4. Meeting Schedule 4 a. In general,the neighborhood meeting will occur within the 2 weeks following 5 the pre-construction conference. 6 b. In no case will construction be allowed to begin until this meeting is held. 7 C. Progress Meetings 8 1. Formal project coordination meetings will be held periodically. Meetings will be 9 scheduled and administered by Project Representative. 10 2. Additional progress meetings to discuss specific topics will be conducted on an as- 11 needed basis. Such additional meetings shall include,but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings,prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others,as requested by the Project Representative 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations,problems,conflicts 32 c. Items which impede construction schedule 33 d. Review of off-site fabrication,delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress,schedule,during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 in. Review proposed changes for: 44 1) Effect on construction schedule and on completion date 45 2) Effect on other contracts of the Project 46 n. Review Record Documents 47 o. Review monthly pay request 48 p. Review status of Requests for Information CITY OF FORT WORTH CONCRE'T'E RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised July 1,2011 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable,meetings will be held at the Site. 11 1.5 SUBMITTALS[NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED} 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 19 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 CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised July 1,2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 1 SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1- 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 I 1 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1 —General Requirements 15 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 1 -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 CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised July 1,2011 013216-2 CONSTRUCTION PROGRESS SMIEDULE Page 2 of 5 1 4. Schedule Narrative-Concise narrative of the schedule including schedule 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 lA 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 Port Worth Schedule 10 Guidance Document. I l b. Review the draft cast-loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be performed and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative(Project Scheduler)responsible for 15 developing 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 progress 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 progress 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 fallowing actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) 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 maximum 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. CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no..101603 Revised July 1,2011 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 a. No additional cost for such work will be considered. 2 D. The Contract completion time will be adjusted only for causes specified in this 3 Contract. 4 a. Requests for an extension of any Contract completion date must be 5 supplemented with the following: 6 1) Furnish justification and supporting evidence as the City may deem 7 necessary to determine whether the requested extension of time is entitled 8 under the provisions of this Contract. 9 a) The City will,after receipt of such justification and supporting 10 evidence,make findings of fact and will advise the Contractor,in 11 writing thereof. 12 2) If the City finds that the requested extension of time is entitled,the City's 13 determination as to the total number of days allowed for the extensions 14 shall be based upon the approved total baseline schedule and on all data 15 relevant to the extension. 16 a) Such data shall be included in the next updating of the Progress 17 schedule. 18 b) Actual delays in activities which,according to the Baseline schedule, 19 do not affect any Contract completion date shown by the critical path in 20 the network will not be the basis for a change therein. 21 2_ Submit each request for change in Contract completion date to the City within 30 22 days after the beginning of the delay for which a time extension is requested but 23 before the date of final payment under this Contract. 24 a. No time extension will be granted for requests which are not submitted within 25 the foregoing time limit. 26 b. From time to time, it may be necessary for the Contract schedule or completion 27 time to be adjusted by the City to reflect the effects of jab conditions,weather, 28 technical difficulties,strikes,unavoidable delays on the part of the City or its 29 representatives,and other unforeseeable conditions which may indicate 30 schedule adjustments or completion time extensions. 31 1) Under such conditions,the City will direct the Contractor to reschedule the 32 work or Contract completion time to reflect the changed conditions and the 33 Contractor shall revise his schedule accordingly. 34 a) No additional compensation will be made to the Contractor for such 35 schedule changes except for unavoidable overall contract time 36 extensions beyond the actual completion of unaffected work, in which 37 case the Contractor shall take all possible action to minimize any time 38 extension and any additional cost to the City. 39 b) Available float time in the Baseline schedule may be used by the City 40 as well as by the Contractor. 41 3. Float or slack time is defined as the amount of time between the earliest start date 42 and the latest start date or between the earliest finish date and the latest finish date 43 of a chain of activities on the Baseline Schedule. 44 a. Float or slack time is not for the exclusive use or benefit of either the 45 Contractor or the City. 46 b. Proceed with work according to early start dates,and the City shall have the 47 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised July 1,2011 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays,affecting paths of activities 2 containing float time,will not have any effect upon contract completion 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 of the 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 circumstances 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 includes: 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 meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule 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 Buzzsaw. 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. CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City"ect no..101603 Revised July i,2011 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5of5 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. 11 1.10 DELIVERY,STORAGE,AND HANDLING [NUT USED] 12 1.11 FIELD [SITE] CONDITIONS [NOT USED] 13 1.12 WARRANTY [NOT USED] 14 PART 2- PRODUCTS [NUT USED] 15 PART 3- EXECUTION [NUT USED] 16 END OF SECTION 17 Revision Log DATE NAME SUMMARY OF CHANGE 18 CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised July 1,2011 01 32 33-1 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 Werth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division i --General Requirements 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 13 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 SUBMITTALSANFORMATTONAL 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 [NUT USED] 33 PART 2- PRODUCTS [NUT USED] CTTY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no..101603 Revised July 1,2011 01 32 33-2 PRECONSTRUCTION VIDEO Page 2 of 2 l PART 3 - EXECUTION [NUT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101503 Revised July 1,2011 013300-1 SUBMITTALS Page l of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 3 b. Product Data(including Standard Product List submittals) 14 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division 1—General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 13 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 [NUT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 L Notify the City in writing,at the time of submittal,of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities,or within the time 23 specified in the individual Work Sections,of the Specifications. 34 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including,but not limited to: 32 a) Disapproval and resubmittal(if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project DD.. 101503 Revised December 20,2012 013300-2 SUBMITTALS Page 2 of 8 1 c. No extension of time will be authorized because of the Contractor's failure to 2 transmit submittals sufficiently in advance of the Work. 3 d. Make submittals promptly in accordance with approved schedule,and in such 4 sequence as to cause no delay in the Work or in the work of any other 5 contractor. 6 B. Submittal Numbering 7 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- 8 reference identification numbering system in the following manner: 9 a. Use the first 6 digits of the applicable Specification Section Number. 10 b. For the next 2 digits number use numbers 01-99 to sequentially number each 11 initial separate item or drawing submitted under each specific Section number. 12 c. Last use a letter,A-Z, indicating the resubmission of the same drawing(i.e. 13 A=2nd submission,B=3rd submission,C=4th submission,etc.). A typical 14 submittal number would be as follows: 15 16 03 30 00-08-B 17 18 1) 03 30 00 is the Specification Section for Concrete 19 2) 08 is the eighth initial submittal under this Specification Section 20 3) B is the third submission(second resubmission)of that particular shop 21 drawing 22 C. Contractor Certification 23 1. Review shop drawings,product data and samples,including those by 24 subcontractors,prior to submission to determine and verify the following: 25 a. Field measurements 26 b. Field construction criteria 27 c. Catalog numbers and similar data 28 d. Conformance with the Contract Documents 29 2. Provide each shop drawing,sample and product data submitted by the Contractor 30 with a Certification Statement affixed including: 31 a. The Contractoes Company name 32 b. Signature of submittal reviewer 33 c. Certification Statement 34 1) `By this submittal,I hereby represent that I have determined and verified 35 field measurements, field construction criteria,materials,dimensions, 36 catalog numbers and similar data and I have checked and coordinated each 37 item with other applicable approved shop drawings." 38 D. Submittal Format 39 1. Fold shop drawings larger than 8 '/2 inches x 11 inches to 8 '/2 inches x 11 inches. 40 2. Bind shop drawings and product data sheets together. 41 3. Order 42 a. Cover Sheet 43 1) Description of Packet 44 2) Contractor Certification 45 b. List of items 1 Table of Contents 46 c. Product Data/Shop Drawings/Samples/Calculations 47 E. Submittal Content CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 20,2012 013300-3 SUBMITTALS Page 3 of 8 I 1. The date of submission and the dates of any previous submissions 2 2. The Project title and number 3 3. Contractor identification 4 4. The names of- 5 a. Contractor 6 b. Supplier 7 c. Manufacturer 8 5. Identification of the product,with the Specification Section number,page and 9 paragraph(s) 10 6. Field dimensions,clearly identified as such 11 7. Relation to adjacent or critical features of the Work or materials 12 8. Applicable standards,such as ASTM or Federal Specification numbers 13 9. Identification by highlighting of deviations from Contract Documents 14 10. Identification by highlighting of revisions on resubmittals 15 11. An 8-inch x 3-inch blank space for Contractor and City stamps 16 F. Shop Drawings 17 1. As specified in individual Work Sections includes,but is not necessarily limited to: 18 a. Custom-prepared data such as fabrication and erection/installation(working) 19 drawings 20 b. Scheduled information 21 c. Setting diagrams 22 d. Actual shopwork manufacturing instructions 23 e. Custom templates 24 f. Special wiring diagrams 25 g. Coordination drawings 26 h. Individual system or equipment inspection and test reports including: 27 1) Performance curves and certifications 28 i. As applicable to the Work 29 2. Details 30 a. Relation of the various parts to the main members and lines of the structure 31 b. Where correct fabrication of the Work depends upon field measurements 32 1) Provide such measurements and note on the drawings prior to submitting 33 for approval. 34 G. Product Data 35 1. For submittals of product data for products included on the City's Standard Product 36 List,clearly identify each item selected for use on the Project. 37 2. For submittals of product data for products not included on the City's Standard 38 Product List,submittal data may include,but is not necessarily limited to: 39 a. Standard prepared data for manufactured products(sometimes referred to as 40 catalog data) 41 1) Such as the manufacturer's product specification and installation 42 instructions 43 2) Availability of colors and patterns 44 3) Manufacturer's printed statements of compliances and applicability 45 4) Roughing-in diagrams and templates CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 01 33 00-4 SUBMITTALS Page 4 of 9 1 5) Catalog cuts 2 6) Product photographs 3 7) Standard wiring diagrams 4 8) Printed performance curves and operational-range diagrams 5 9) Production or quality control inspection and test reports and certifications 6 10)Mill reports 7 11)Product operating and maintenance instructions and recommended 8 spare-parts listing and printed product warranties 9 12)As applicable to the Work 143 H. Samples 11 1. As specified in individual Sections,include,but are not necessarily limited to: 12 a. Physical examples of the Work such as: 13 1) Sections of manufactured or fabricated Work 14 2) Small cuts or containers of materials 15 3) Complete units of repetitively used products color/texture/pattern swatches 16 and range sets 17 4) Specimens for coordination of visual effect 18 5) Graphic symbols and units of Work to be used by the City for independent 19 inspection and testing,as applicable to the Work 20 1. Do not start Work requiring a shop drawing,sample or product data nor any material to 21 be fabricated or installed prior to the approval or qualified approval of such item. 22 1. Fabrication performed,materials purchased or on-site construction accomplished 23 which does not conform to approved shop drawings and data is at the Contractor's 24 risk 25 2. The City will not be liable for any expense or delay due to corrections or remedies 26 required to accomplish conformity. 27 3. Complete project Work,materials,fabrication,and installations in conformance 28 with approved shop drawings,applicable samples,and product data. 29 J. Submittal Distribution 30 1. Electronic Distribution 31 a. Confirm development of Project directory for electronic submittals to be 32 uploaded to City's Buzzsaw site,or another external FTP site approved by the 33 City. 34 b. Shop Drawings 35 1) Upload submittal to designated project directory and notify appropriate 36 City representatives via email of submittal posting. 37 2) Hard Copies 38 a) 3 copies for all submittals 39 b) If Contractor requires more than 1 hard copy of Shop Drawings 441 returned,Contractor shall submit more than the number of copies listed 41 above. 42 c. Product Data 43 1) Upload submittal to designated project directory and notify appropriate 44 City representatives via email of submittal posting. 45 2) Hard Copies 46 a) 3 copies for all submittals 47 d. Samples CrrY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 20,2012 013300-5 SUBMITTALS Page 5 of 8 1 1) Distributed to the Project Representative 2 2. Hard Copy Distribution(if required in lieu of electronic distribution) 3 a. Shop Drawings 4 1) Distributed to the City 5 2) Copies 6 a) 8 copies for mechanical submittals 7 b) 7 copies for all other submittals 8 c) If Contractor requires more than 3 copies of Shop Drawings returned, 9 Contractor shall submit more than the number of copies listed above. 10 b. Product Data 11 1) Distributed to the City 12 2) Copies 13 a) 4 copies 14 c. Samples 15 1) Distributed to the Project Representative 15 2) Copies 17 a) Submit the number stated in the respective Specification Sections. 18 3. Distribute reproductions of approved shop drawings and copies of approved 19 product data and samples,where required,to the job site file and elsewhere as 20 directed by the City. 21 a. Provide number of copies as directed by the City but not exceeding the number 22 previously specified. 23 K. Submittal Review 24 1. The review of shop drawings,data and samples will be for general conformance 25 with the design concept and Contract Documents. This is not to be construed as: 26 a. Permitting any departure from the Contract requirements 27 b. Relieving the Contractor of responsibility for any errors,including details, 28 dimensions,and materials 29 c. Approving departures from details furnished by the City,except as otherwise 30 provided herein 31 2. The review and approval of shop drawings,samples or product data by the City 32 does not relieve the Contractor from his/her responsibility with regard to the 33 fulfillment of the terms of the Contract. 34 a. All risks of error and omission are assumed by the Contractor,and the City will 35 have no responsibility therefore. 35 3. The Contractor remains responsible for details and accuracy, for coordinating the 37 Work with all other associated work and trades,for selecting fabrication processes, 38 for techniques of assembly and for performing Work in a safe manner. 39 4. If the shop drawings,data or samples as submitted describe variations and show a 40 departure from the Contract requirements which City finds to be in the interest of 41 the City and to be so minor as not to involve a change in Contract Price or time for 42 performance,the City may return the reviewed drawings without noting an 43 exception. 44 5. Submittals will be returned to the Contractor under 1 of the following codes: 45 a. Code 1 46 1) -NO EXCEPTIONS TAKEN' is assigned when there are no notations or 47 continents on the submittal. CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 013300-6 SUBMITTALS Page 6 of 8 1 a) When returned under this code the Contractor may release the 2 equipment and/or material for manufacture. 3 b. Code 2 4 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 5 the notations and continents IS NOT required by the Contractor. 4 a) The Contractor may release the equipment or material for manufacture; 7 however,all notations and comments must be incorporated into the 8 final product. 9 c. Code 3 10 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 11 assigned when notations and comments are extensive enough to require a 12 resubmittal of the package. 13 a) The Contractor may release the equipment or material for manufacture; 14 however,all notations and comments must be incorporated into the 15 final product. 14 b) This resubmittal is to address all comments,omissions and 17 non-conforming items that were noted. 18 c) Resubmittal is to be received by the City within 15 Calendar Days of 19 the date of the City's transmittal requiring the resubmittal. 20 d. Code 4 21 1) "NOT APPROVED" is assigned when the submittal does not meet the 22 intent of the Contract Documents. 23 a) The Contractor must resubmit the entire package revised to bring the 24 submittal into conformance. 25 b) It may be necessary to resubmit using a different manufacturer/vendor 26 to meet the Contract Documents. 27 6. Resubmittals 28 a. Handled in the same manner as first submittals 29 1) Corrections other than requested by the City 30 2} Marked with revision triangle or other similar method 31 a) At Contractor's risk if not marked 32 b. Submittals for each item will be reviewed no more than twice at the City's 33 expense. 34 1) All subsequent reviews will be performed at times convenient to the City 35 and at the Contractor's expense,based on the City's or City 36 Representative's then prevailing rates. 37 2) Provide Contractor reimbursement to the City within 34 Calendar Days for 38 all such fees invoiced by the City. 39 c. The need for more than 1 resubmission or any other delay in obtaining City's 40 review of submittals,will not entitle the Contractor to an extension of Contract 41 Time. 42 7. Partial Submittals 43 a. City reserves the right to not review submittals deemed partial,at the City's 44 discretion- 45 b. Submittals deemed by the City to be not complete will be returned to the 46 Contractor,and will be considered"Not Approved"until resubmitted. 47 c. The City may at its option provide a list or mark the submittal directing the 48 Contractor to the areas that are incomplete. CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 013300-7 SUBMrrTALS Page 7 of 8 1 8. If the Contractor considers any correction indicated on the shop drawings to 2 constitute a change to the Contract Documents,then written notice must be 3 provided thereof to the City at least 7 Calendar Days prior to release for 4 manufacture. 5 9. When the shop drawings have been completed to the satisfaction of the City,the 5 Contractor may carry out the construction in accordance therewith and no further 7 changes therein except upon written instructions from the City. 8 10. Each submittal,appropriately coded,will be returned within 34 Calendar Days 9 following receipt of submittal by the City. 10 L. Mock ups I 1 1. Mock Up units as specified in individual Sections,include,but are not necessarily 12 limited to,complete units of the standard of acceptance for that type of Work to be 13 used on the Project. Remove at the completion of the Work or when directed. 14 M. Qualifications 15 1. If specifically required in other Sections of these Specifications,submit a F.E. 16 Certification for each item required. 17 N. Request for Information(RFI) 18 1. Contractor Request for additional information 19 a. Clarification or interpretation of the contract documents 20 b. When the Contractor believes there is a conflict between Contract Documents 21 c. When the Contractor believes there is a conflict between the Drawings and 22 Specifications 23 1) Identify the conflict and request clarification 24 2. Use the Request for Information{RFI}form provided by the City. 25 3. Numbering of RFI 26 a. Prefix with"RFI"followed by series number,"-xxx",beginning with"41"and 27 increasing sequentially with each additional transmittal. 28 4. Sufficient information shall be attached to permit a written response without further 29 information. 30 5. The City will log each request and will review the request. 31 a. If review of the project information request indicates that a change to the 32 Contract Documents is required,the City will issue a Field Order or Change 33 Order,as appropriate. 34 1.5 SUBMITTALS [NOT USED] 35 1.6 ACTION SUBMITTALSlINFORNIATIONAL SUBMITTALS [NOT USED] 36 1.7 CLOSEOUT SUBMITTALS [NOT USED] 37 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 38 1.9 QUALITY ASSURANCE [NOT USED] 39 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 40 1.11 FIELD [SITE] CONDITIONS [NOT USED] 41 1.12 WARRANTY[NOT USED] CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project oo.: 101603 Revised December 20;2012 013300-8 SUBMITTALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION [NOT USED] 3 END OF SECTION 4 Revision Log DATE NAME SUMMARY OF CHANGE I2/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 2(�2012 013513-1 SPECIAL.PROJECT PROCEDURES Page 1 of 8 1 SECTION 0135 13 2 SPECIAL.PROJECT PROCEDURES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes,but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight,Etc. 12 f. Water Department Notification 13 & Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas lb j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 22 2. Division I —General Requirements 23 3. Section 33 12 25—Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of--way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 20,2012 0135 13-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2. Railroad Flagmen 2 a. Measurement 3 1) Measurement for this Item will be per working day- 4 b. Payment 5 1) The work performed and materials furnished in accordance with this Item b will be paid for each working day that Railroad Flagmen are present at the 7 Site. 8 c. The price bid shall include: 9 1) Coordination for scheduling flagmen 14 2) Flagmen 11 3) Other requirements associated with Railroad 12 3. All other items 13 a. Work associated with these Items is considered subsidiary to the various Items 14 bid. No separate payment will be allowed for this Item. 15 1.3 REFERENCES 16 A. Reference Standards 17 1. Reference standards cited in this Specification refer to the current reference 18 standard published at the time of the latest revision date logged at the end of this 19 Specification,unless a date is specifically cited. 20 2. Health and Safety Cade,Title 9. Safety,Subtitle A.Public Safety,Chapter 752- 21 High Voltage Overhead Lines. 22 3. North Central Texas Council of Governments(NCTCOG)—Clean Construction 23 Specification 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination with the Texas Department of Transportation 26 1. When work in the right-0f--way which is under the jurisdiction of the Texas 27 Department of Transportation(TxDOT): 28 a. Notify the Texas Department of Transportation prior to commencing any work 29 therein in accordance with the provisions of the permit 30 b. All work performed in the TxDOT right-of-way shall be performed in 31 compliance with and subject to approval from the Texas Department of 32 Transportation 33 B. Work near High Voltage Lines 34 1. Regulatory Requirements 35 a. All Work near High Voltage Lines(more than 600 volts measured between 36 conductors or between a conductor and the ground)shall be in accordance with 37 Health and Safety Cade,Title 9, Subtitle A,Chapter 752. 38 2. Warning sign 39 a. Provide sign of sufficient size meeting all OSHA requirements. 40 3. Equipment operating within 10 feet of high voltage lines will require the following 41 safety features 42 a- Insulating cage-type of guard about the bourn or arm 43 b. Insulator links on the lift hook connections for back hoes or dippers 44 C. Equipment must meet the safety requirements as set forth by OSHA and the 45 safety requirements of the owner of the high voltage lines CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 4. Work within 6 feet of high voltage electric lines 2 a. Notification shall be given to: 3 1) The power company(example:ONCOR) 4 a) Maintain an accurate log of all such calls to power company and record 5 action taken in each case. 6 b. Coordination with power company 7 1) After notification coordinate with the power company to: 8 a) Erect temporary mechanical barriers,de-energize the fines,or raise or 9 lower the lines 10 c. No personnel may work within 6 feet of a high voltage line before the above 11 requirements have been met. 12 C. Confined Space Entry Program 13 1. Provide and follow approved Confined Space Entry Program in accordance with 14 OSHA requirements. 15 2. Confined Spaces include: 16 a. Manholes 17 b. All other confined spaces in accordance with OSHA's Permit Required for 18 Confined Spaces 19 D. Air Pollution Watch Days 20 1. General 21 a. Observe the following guidelines relating to working on City construction sites 22 on days designated as"AIR POLLUTION WATCH DAYS". 23 b. Typical Ozone Season 24 1) May I through October 31. 25 c. Critical Emission Time 26 1) 6:00 a.m.to 10:00 a.m. 27 2. Watch Bays 28 a. The Texas Commission on Environmental Quality(TCEQ),in coordination 29 with the National Weather Service,will issue the Air Pollution Watch by 3:00 30 p.m.on the afternoon prior to the WATCH day. 31 b. Requirements 32 1) Begin work after 10:00 a.m. whenever construction phasing requires the 33 use of motorized equipment for periods in excess of 1 hour. 34 2) However,the Contractor may begin work prior to 10:00 a.m. if: 35 a) Use of motorized equipment is less than I hour,or 36 b) If equipment is new and certified by EPA as "Low Emitting",or 37 equipment burns Ultra Low Sulfur Diesel(ULSD),diesel emulsions,or 38 alternative fuels such as CNG. 39 E. TCEQ Air Permit 40 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 41 F. Use of Explosives,Drop Weight,Etc. 42 1. When Contract Documents permit on the project the following will apply: 43 a. Public Notification 44 1) Submit notice to City and proof of adequate insurance coverage,24 hours 45 prior to commencing. 46 2) Minimum 24 hour public notification in accordance with Section 0131 13 CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 20,2012 0135 13-4 SPECLAL PROJECT PROCEDURES Page 4 of 8 1 G. Water Department Coordination 2 1. During the construction of this project, it will be necessary to deactivate,for a 3 period of time,existing lines. The Contractor shall be required to coordinate with 4 the Water Department to determine the best times for deactivating and activating 5 those lines. 6 2. Coordinate any event that will require connecting to or the operation of an existing 7 City water line system with the City's representative. 8 a. Coordination shall be in accordance with Section 33 12 25. 9 b. If needed,obtain a hydrant water meter from the Water Department for use 10 during the life of named project. 11 C. In the event that a water valve on an existing live system be turned off and on 12 to accommodate the construction of the project is required,coordinate this 13 activity through the appropriate City representative. 14 1) Do not operate water line valves of existing water system. 15 a) Failure to comply will render the Contractor in violation of Texas Penal 16 Code Title 7,Chapter 28.03(Criminal Mischief)and the Contractor 17 will be prosecuted to the full extent of the law. 18 b) In addition,the Contractor will assume all liabilities and 19 responsibilities as a result of these actions. 20 H. Public Notification Prior to Beginning Construction 21 1, Prior to beginning construction on any block in the project, on a block by block 22 basis,prepare and deliver a notice or flyer of the pending construction to the front 23 door of each residence or business that will be impacted by construction.The notice 24 shall be prepared as follows: 25 a. Post notice or flyer 7 days prior to beginning any construction activity on each 26 block in the project area. 27 1) Prepare flyer on the Contractor's letterhead and include the following 28 information: 29 a) Name of Project 30 b) City Project No(CPN) 31 c) Scope of Project(i.e.type of construction activity) 32 d) Actual construction duration within the block 33 e) Name of the contractor's foreman and phone number 34 f) Name of the City's inspector and phone number 35 g) City's after-hours phone number 35 2) A sample of the`pre-construction notification' flyer is attached as Exhibit 37 A. 38 3) Submit schedule showing the construction start and finish time for each 39 block of the project to the inspector. 44 4) Deliver flyer to the City Inspector for review prior to distribution. 41 b. No construction will be allowed to begin on any block until the flyer is 42 delivered to all residents of the block. 43 I. Public Notification of Temporary Water Service Interruption during Construction 44 1. In the event it becomes necessary to temporarily shutdown water service to 45 residents or businesses during construction,prepare and deliver a notice or flyer of 46 the pending interruption to the front door of each affected resident. 47 2. Prepared notice as follows: CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 a. The notification or flyer shall be posted 24 hours prior to the temporary 2 interruption. 3 b. Prepare flyer on the contractor's letterhead and include the following 4 information: 5 1) Name of the project 6 2) City Project Number 7 3) Date of the interruption of service 8 4) Period the interruption will take place 9 5) Name of the contractor's foreman and phone number 10 6) Name of the City's inspector and phone number 11 c. A sample of the temporary water service interruption notification is attached as 12 Exhibit B. 13 d. Deliver a copy of the temporary interruption notification to the City inspector 14 for review prior to being distributed. 15 e. No interruption of water service can occur until the flyer has been delivered to 16 all affected residents and businesses. 17 f. Electronic versions of the sample flyers can be obtained from the Project 18 Construction Inspector. 19 J. Coordination with United States Army Corps of Engineers(USACE) 20 1. At locations in the Project where construction activities occur in areas where 21 USACE permits are required,meet all requirements set forth in each designated 22 permit. 23 K. Coordination within Railroad Permit Areas 24 1. At locations in the project where construction activities occur in areas where 25 railroad permits are required,meet all requirements set forth in each designated 26 railroad permit. This includes,but is not limited to,provisions for: 27 a. Flagmen 28 b. Inspectors 29 c. Safety training 30 d. Additional insurance 31 e. Insurance certificates 32 f. Other employees required to protect the right-of-way and property of the 33 Railroad Company from damage arising out of and/or from the construction of 34 the project. Proper utility clearance procedures shall be used in accordance 35 with the permit guidelines. 36 2. Obtain any supplemental information needed to comply with the railroad's 37 requirements. 38 3. Railroad Flagmen 39 a. Submit receipts to City for verification of working days that railroad flagmen 40 were present on Site. 41 L. Dust Control 42 1. Use acceptable measures to control dust at the Site. 43 a. If water is used to control dust,capture and properly dispose of waste water. 44 b. If wet saw cutting is performed,capture and properly dispose of slurry. 45 M. Employee Parking 46 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 20,2012 0135 13-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALSANFORNVIATIONAL SUBMITTALS [NOT USED] 4 1.7 CLOSEOUT SUBMITTALS [NOT USED] 5 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 6 1.9 QUALITY ASSURANCE [NOT USED] 7 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED} 8 1.11 FIELD ISITE] CONDITIONS[NOT USED] 9 1.12 WARRANTY INOT USED] ID PART 2- PRODUCTS [NOT USED] I I PART 3- EXECUTION INOT USED] 12 END OF SECTION 13 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.B—Added requirement of compliance with Health and Safety Code,Title 9, 8/31/2012 D.Johnson Safety,Subtitle A.Public Safety,Chapter 752.High Voltage Overhead Lines. 1.4.E—Added Contractor responsibility for obtaining a TCEQ Air Permit 14 CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 013513-7 SPL;CIAL PROJECT PROCEDURES Page 7of8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location- 1 I 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 1g 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 SUPERINTENDENTS AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTOR> AT C TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8308 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B 2 FORT WORT DOE NO.XXXX 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. ALL-MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR 3 - 4 CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 014523-1 TESTING AND INSPECTION SERVICES Page I of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 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 a. Contractor is responsible for performing,coordinating,and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails,the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City,notify City,sufficiently 31 in advance,when testing is needed. 32 b. When testing is required to be completed by the Contractor,notify City, 33 sufficiently in advance,that testing will he performed 34 3. Distribution of Testing Reports 35 a. Electronic Distribution 36 1) Confirm development of Project directory for electronic submittals to be 37 uploaded to City's Buzzsaw site,or anther external FTP site approved by 38 the City. CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised July 1,2011 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 33 Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution(if required in lieu of electronic distribution) 6 1) Tests performed by City 7 aj Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 H. Inspection 16 1. 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 SUBMITTALSIINFORMATIONAL 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 [NOT USED] 27 PART 3- EXECUTION [NOT USED] 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised July 1,2011 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 5 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 1 I 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: 15 1. Division 4—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 13 REFERENCES [NUT USED] 23 1A 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 CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised July 1,2011 015❑00-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 1) Contact City 1 week before water for construction is desired 2 d. Contractor Payment for Construction Water 3 1) Obtain construction water meter from City for payment as billed by City's 4 established rates. 5 3. Electricity and Lighting 6 a. Provide and pay for electric powered service as required for Work, including 7 testing of Work. 8 1) Provide power for lighting,operation of equipment,or other use. 9 b. Electric power service includes temporary power service or generator to 10 maintain operations during scheduled shutdown. 11 4. Telephone 12 a. Provide emergency telephone service at Site For use by Contractor personnel 13 and others performing work or furnishing services at Site. 14 5. Temporary Heat and Ventilation 15 a. Provide temporary heat as necessary for protection or completion of Work. 16 b. Provide temporary beat and ventilation to assure safe working conditions. 17 B. Sanitary Facilities 18 1. Provide and maintain sanitary facilities for persons on Site. 19 a. Comply with regulations of State and local departments of health. 24 2. Enforce use of sanitary facilities by construction personnel at job site. 21 a. Enclose and anchor sanitary facilities. 22 b. No discharge will be allowed from these facilities. 23 c. Collect and store sewage and waste so as not to cause nuisance or health 24 problem. 25 d. Haul sewage and waste off-site at no less than weekly intervals and properly 26 dispose in accordance with applicable regulation. 27 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 28 4. Remove facilities at completion of Project 29 C. Storage Sheds and Buildings 30 1. Provide adequately ventilated,watertight,weatherproof storage facilities with floor 31 above ground level for materials and equipment susceptible to weather damage. 32 2. Storage of materials not susceptible to weather damage may be on blocks off 33 ground. 34 3. Store materials in a neat and orderly manner. 35 a. Place materials and equipment to permit easy access for identification, 36 inspection and inventory. 37 4. Equip building with lockable doors and lighting,and provide electrical service For 38 equipment space heaters and heating or ventilation as necessary to provide storage 39 environments acceptable to specified manufacturers. 40 5. Fill and grade site for temporary structures to provide drainage away from 41 temporary and existing buildings. 42 6. Remove building from site prior to Final Acceptance. 43 D. Temporary Fencing 44 1_ Provide and maintain forthe duration or construction when required in contract 45 documents CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised July 1,2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 E. Dust Control 2 1. Contractor is responsible for maintaining dust control through the duration of the 3 project. 4 a. Contractor remains on-call at all times 5 b. Must respond in a timely manner 6 F. Temporary Protection of Construction 7 1. Contractor or subcontractors are responsible for protecting Work from damage due 8 to weather. 9 1.5 SUBMITTALS [NOT USED] 14 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS[NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 15 1.11 FIELD [SITE] CONDITIONS[NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS[NOT USED] 18 PART 3- EXECUTION [NOT USED] 19 3.1 INSTALLERS [NOT USED] 24 3.2 EXAMINATION [NOT USED] 21 33 PREPARATION[NOT USED] 22 3A INSTALLATION 23 A. Temporary Facilities 24 1. Maintain all temporary facilities for duration of construction activities as needed. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised July 1,2011 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 3.5 [REPAIR] 1[RESTORATION] 2 3.6 RE-INSTALLATION 3 3.7 FIELD[oa] SITE QUALITY CONTROL [NUT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NUT USED] 6 3.10 CLEANING [NUT USED] 7 3.1.1 CLOSEOUT ACTIVITIES 8 A. Temporary Facilities 9 1. Remove all temporary facilities and restore area after completion of the Work, to a 10 condition equal to or better than prior to start of Work. 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] I3 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUMMARY OF CHANGE 16 CITY OF FORT WORTH CONCRETE RESTORAM(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised July 1,2011 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include,but are not necessarily limited to: 13 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 14 2. Division 1—General Requirements 15 3. Section 34 71 13—Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 13 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification,unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control pians are included in the Drawings,provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings,prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control,a City Street Use Permit is required. 37 a. To obtain Street Use Permit,submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no..101603 Revised July 1,201 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit,such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 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(MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete,to the extent that the permanent sign can be 22 reinstalled,contact the City Transportation and Public Works Department, Signs 23 and Markings Division,to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3- EXECUTION [NOT USED] 35 END OF SECTION CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised July 1,2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 I Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH CONCRETE RESTORATIN(2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project no.:101403 Revised July 1,2011 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0— Bidding Requirements,Contract Forms and Conditions of the 11 Contract 12 2. Division 1 —General Requirements 13 3. Section 3125 00—Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 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 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent:NOI 24 2- Notice of Termination:NOT 25 3. Storm Water Pollution Prevention Plan: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 Storm Management(iSWM)Technical Manual for Construction 33 Controls 34 1A 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 CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised July 1,2011 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than I acre of disturbance 3 a. Provide erosion and sediment control in accordance with Section 3125 00 and 4 Drawings. 5 2. 1 to less than 5 acres of disturbance 6 a. Texas Pollutant Discharge Elimination System(TPDES)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 11 a) Sign and post at job site 12 b) Prior to Preconstruction Meeting,send 1 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 TCEQ requirements 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 34 3) Provide erosion and sediment control in accordance with: 31 a) Section 3125 00 32 b) The Drawings 33 c) TXR150000 General Permit 34 d) SWPPP 35 e) TCEQ requirements 36 4) Once the project has been completed and all the closeout requirements of 37 TCEQ have been met a TCEQ Notice of Termination can be submitted. 38 a) Send copy to City Department of Transportation and Public Works, 39 Environmental Division,(817)392-6088. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00,except as stated herein. 43 a. Prior to the Preconstruction Meeting,submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works,Environmental Division for review CITY OF FORT WORTH CONCRETE RESTORATiN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised My 1,2011 0157 13-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 I_ If the SWPPP is revised during construction,resubmit modified SWPPP to the City 3 in accordance with Section 41 33 00. 4 1.6 ACTION SUBMITTALSANFORMATIONAL 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] 14 1.12 WARRANTY [NOT USEDI 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 CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised Iuiy 1,2011 0158 13-1 TEMPORARY PROJECT SIGNAGE Page I of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 11 2. Division 1 —General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSIINFORMATIONAL 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 [NUT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED JoR] OWNER-SUPPLIEDPRODUCTS [NUT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 34 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised July 1,2011 615813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/a-inch fir plywood,grade A-C(exterior)or better 4 23 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] b 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 15 b. Posts 17 c. Barricade 18 3.5 REPAIR J RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD[OR]SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS[NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised July 1,2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH CONCRETE RESTORATION(2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.. 101603 Revised July 1,2011 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 1 SECTION 0160 00 2 PRODUCT REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. references for Product Requirements and City Standard Products List 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 [NOT USED] 13 1.3 REFERENCES [NUT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 A. A list of City approved products for use is located on Buzzsaw as follows: 16 1. Resources102-Construction Documents\Standard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by 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 1. 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 a specific product is included on City'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 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NUT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS[NOT USEDI 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUC'T'S [NOT USEDI 5 PART 3- EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE I0/12/12 D.Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 20,2012 01 70 00-1 MOBILIZATION AND REMOBILIZATION Page I of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATIQN 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1} Transportation of Contractor's personnel,equipment,and operating supplies 9 to the Site 10 2} Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3} Premiums paid for performance and payment bonds 13 4} Transportation of Contractor's personnel,equipment,and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1} Transportation of Contractor's personnel,equipment,and operating supplies 19 away from the Site including disassembly 20 2} Site Clean-up 21 3} Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract- 25 2. Remobi 1 ization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1} Demobilization 29 a} Transportation of Contractor's personnel,equipment,and operating 34 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies,and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b} Site Clean-up as designated in the Contract Documents 34 2} Remobilization 35 a} Transportation of Contractor's personnel,equipment,and operating 36 supplies to the Site necessary to resume the Work. 37 b} Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3} No Payments will be made for: 40 a} Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b} Stand-by or idle time 43 c} Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised November 22,2016 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 a. Mobilization and Demobilization 2 1) Mobilization shall consist of the activities and cost on a Work Order basis 3 necessary for: 4 a) Transportation of Contractor's personnel,equipment,and operating 5 supplies to the Site for the issued Work Order. 6 b) Establishment of necessary general facilities for the Contractor's 7 operation at the Site for the issued Work Order 8 2) Demobilization shall consist of the activities and cost necessary for: 9 a) Transportation of Contractor's personnel,equipment,and operating l0 supplies from the Site including disassembly far each issued Work 11 Order 12 b) Site Clean-up for each issued Work Order 13 c) Removal of all buildings or other facilities assembled at the Site for 14 each Work Oder 15 b. Mobilization and Demobilization do not include activities for specific items of 16 work for which payment is provided elsewhere in the contract. 17 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 18 a. A Mobilization for Miscellaneous Projects when directed by the City and the 19 mobilization occurs within 24 hours of the issuance of the Work Order. 20 B. Deviations from this City of Fort Worth Standard Specification 21 1. None. 22 C. Related Specification Sections include,but are not necessarily limited to: 23 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 24 2. Division I —General Requirements 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment[Consult City Department/Division for direction on if 27 Mobilization pay item to be included or the item should be subsidiary. Include the 28 appropriate Section 1.2 A. 1.] 29 1. Mobilization and Demobilization 30 a. Measure 31 1) This Item is considered subsidiary to the various Items bid. 32 b. Payment 33 1) The work performed and materials furnished in accordance with this Item 34 are subsidiary to the various Items bid and no other compensation will be 35 allowed. 36 37 2. Remobilization for suspension of Work as specifically required in the Contract 38 Documents 39 a. Measurement 40 1) Measurement for this Item shall be per each remobilization performed. 41 b. Payment 42 1) The work performed and materials furnished in accordance with this Item 43 and measured as provided under"Measurement"will be paid for at the unit 44 price per each"Specified Remobilization"in accordance with Contract 45 Documents. 46 c. The price shall include: CITY OF FORT WORTH CONCRETE RESTORATION{2019-2} STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised November 22,2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 1) Demobilization as described in Section 1.I.A.2.a.1) 2 2) Remobilization as described in Section 1.1.A.2.a.2) 3 d. No payments will be made for standby, idle time,or lost profits associated this 4 Item. 5 3. Remobilization for suspension of Work as required by City 6 a. Measurement and Payment 7 1) This shall be submitted as a Contract Claim in accordance with Article 10 8 of Section Od 72 Od. 9 2) No payments will be made for standby,idle time,or lost profits associated 10 with this Item. 11 4. Mobilizations and Demobilizations for Miscellaneous Projects 12 a. Measurement 13 1) Measurement for this Item shall be for each Mobilization and 14 Demobilization required by the Contract Documents 15 b. Payment 16 1) The Work performed and materials furnished in accordance with this Item 17 and measured as provided under"Measurement"will be paid for at the unit 18 price per each"Work Order Mobilization"in accordance with Contract 19 Documents. Demobilization shall be considered subsidiary to mobilization 20 and shall not be paid for separately. 21 c. The price shall include: 22 1) Mobilization as described in Section 1.1.A.3.a.1) 23 2) Demobilization as described in Section 1.1.A.3.a.2) 24 d. No payments will be made for standby, idle time,or lost profits associated this 25 Item. 26 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 27 a. Measurement 28 1) Measurement for this Item shall be for each Mobilization and 29 Demobilization required by the Contract Documents 30 b. Payment 31 1) The Work performed and materials furnished in accordance with this Item 32 and measured as provided under"Measurement"will be paid for at the unit 33 price per each"Work Order Emergency Mobilization"in accordance with 34 Contract Documents. Demobilization shall be considered subsidiary to 35 mobilization and shall not be paid for separately. 36 c. The price shall include 37 1) Mobilization as described in Section 1.1.A.4.a) 38 2) Demobilization as described in Section 1.1.A.3.a.2) 39 d. No payments will be made for standby,idle time,or lost profits associated this 40 Item. 41 13 REFERENCES [NOT USED] 42 1.4 ADMINISTRATIVE REQUIREMENTS ]NOT USED] 43 1.5 SUBMITTALS [NOT USED] 44 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 45 1.7 CLOSEOUT SUBMITTALS [NOT USED] CITY OF FORT WORTH CONCRETE RESTORATION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised November 22,2016 017000-4 MOBILIZATION AND REMOBILIZAT[ON Page 4 o€4 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 19 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 4 1.11. FIELD [SITE] CONDITIONS [NOT USED] S 1.12 WARRANTY [NOT USED] 6 PART 2- PRODUCTS [NOT USED] 7 PART 3- EXECUTION [NOT USED] 8 END OF SECTION 9 Revision Log DATE NAME SUMMARY GE CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures-Revised specification,including blue text,to make specification flexible for either subsidiary or paid bid item for Mobilization. 10 CITY OF FORT WORTH CONCRETE RESTORATION(2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised November 22,2016 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 6 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 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 I —General Requirements 12 1.2 PRICE,AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) Measurement for this Item shall be by lump sum. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item shall be paid for at the lump sum price bid for"Construction Staking". 20 2) Payment for"Construction Staking"shall be made in partial payments 21 prorated by work completed compared to total work included in the lump 22 sum item. 23 c. The price bid shall include,but not be limited to the following: 24 1) Verification of control data provided by City. 25 2) Placement,maintenance and replacement of required stakes and markings 26 in the field. 27 3) Preparation and submittal of construction staking documentation in the 28 form of"cut sheets"using the City's standard template. 29 2. Construction Survey 30 a. Measurement 31 1) This Item is considered subsidiary to the various Items bid. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item are subsidiary to the various Items bid and no other compensation will be 35 allowed. 36 3. As-Built Survey 37 a. Measurement 38 1) Measurement for this Item shall be by lump sum. 39 b. Payment 40 1) The work performed and the materials furnished in accordance with this 41 Item shall be paid for at the lump sum price bid for"As-Built Survey". CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised February 14,2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 6 l 2) Payment for"Construction Staking"shall be made in partial payments 2 prorated by work completed compared to total work included in the lump sum 3 item. 4 c. The price bid shall include,but not be limited to the following:: 5 1) Field measurements and survey shots to identify location of completed 6 facilities. 7 2) Documentation and submittal of as-built survey data onto contractor redline 8 plans and digital survey files. 9 10 13 REFERENCES ll A. Definitions 12 1. Construction Survey-The survey measurements made prior to or while 13 construction is in progress to control elevation,horizontal position,dimensions and 14 configuration of structures/improvements included in the Project Drawings. 15 2. As-built Survey—The measurements made after the construction of the 16 improvement features are complete to provide position coordinates for the features 17 of a project. 18 3. Construction Staking—The placement of stakes and markings to provide offsets 13 and elevations to cut and fill in order to locate on the ground the designed 20 structures/improvements included in the Project Drawings.Construction staking 21 shall include staking easements and/or right of way if indicated on the plans. 22 4. Survey"Field Checks"—Measurements made after construction staking is 23 completed and before construction work begins to ensure that structures marked on 24 the ground are accurately located per Project Drawings. 25 B. Technical References 26 1. City of Fort Worth—Construction Staking Standards(available on City's Buzzsaw 27 website)—017123.16.01— 7123.16.01—Attachment A—Survey Staking Standards 28 2. City of Fort Worth-Standard Survey Data Collector Library(fxl)files(available 29 on City's Buzzsaw website). 30 3. Texas Department of Transportation(TxDOT)Survey Manual,latest revision 31 4. Texas Society of Professional Land Surveyors(TSPS),Manual of Practice for Land 32 Surveying in the State of Texas,Category 5 33 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. The Contractor's selection of a surveyor most comply with Texas Government 36 Code 2254(qualifications based selection)for this project. 37 1.5 SUBMITTALS 38 A. Submittals,if required,shall be in accordance with Section 01 33 00. 39 B. All submittals shall be received and reviewed by the City prior to delivery of work. 40 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 41 A. Field Quality Control Submittals CITY OF FORT WORTH CONCRETE RESTGRATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no..10I603 Revised February 14,2018 017123-3 CONSTRUCTION STAKM AND SURVEY Page 3 of 6 1 1. Documentation verifying accuracy of field engineering work,including coordinate 2 conversions if plans do not indicate grid or ground coordinates. 3 2. Submit"Cut-Sheets"conforming to the standard template provided by the City 4 (refer to 01 71 23.16.01—Attachment A—Survey Staking Standards). 5 1.7 CLOSEOUT SUBMITTALS 6 B. As-built Redline Drawing Submittal 7 1. Submit As-Built Survey Redline Drawings documenting the locations/elevations of 8 constructed improvements signed and sealed by Registered Professional Land 9 Surveyor(RPLS)responsible for the work(refer to 01 71 23.16.01 —Attachment A 10 —Survey Staking Standards). 11 2_ Contractor shall submit the proposed as-built and completed redline drawing 12 submittal one(1)week prior to scheduling the project final inspection for City 13 review and comment. Revisions,if necessary, shall be made to the as-built redline 14 drawings and resubmitted to the City prior to scheduling the construction final 15 inspection. 16 IS MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Construction Staking 19 1. Construction staking will be performed by the Contractor. 20 2. Coordination 21 a. Contact City's Project Representative at least one week in advance notifying 22 the City of when Construction Staking is scheduled. 23 b. It is the Contractor's responsibility to coordinate staking such that 24 construction activities are not delayed or negatively impacted. 25 3. General 26 a. Contractor is responsible for preserving and maintaining stakes. If City 27 surveyors are required to re-stake for any reason,the Contractor will be 28 responsible for costs to perform staking. If in the opinion of the City,a 29 sufficient number of stakes or markings have been lost,destroyed disturbed or 30 omitted that the contracted Work cannot take place then the Contractor will be 31 required to stake or re-stake the deficient areas. 32 B. Construction Survey 33 1. Construction Survey will be performed by the Contractor. 34 2. Coordination 35 a. Contractor to verify that horizontal and vertical control data established in the 36 design survey and required for construction survey is available and in place. 37 3. General 38 a. Construction survey will be performed in order to construct the work shown 39 on the Construction Drawings and specified in the Contract Documents. 40 b. For construction methods other than open cut,the Contractor shall perform 41 construction survey and verify control data including,but not limited to,the 42 following: 43 1) Verification that established benchmarks and control are accurate. CITY of FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised February Z4,2018 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 6 1 2) Use of Benchmarks to furnish and maintain all reference lines and grades 2 for tunneling. 3 3) Use of line and grades to establish the location of the pipe. 4 4) Submit to the City copies of field notesused to establish all lines and 5 grades, if requested,and allow the City to check guidance system setup prior 6 to beginning each tunneling drive. 7 5) Provide access for the City, if requested,to verify the guidance system and 8 the line and grade of the carrier pipe. 9 6) The Contractor remains fully responsible for the accuracy of the work and 10 correction of it,as required. 11 7) Monitor line and grade continuously during construction. 12 8) Record deviation with respect to design line and grade once at each pipe 13 joint and submit daily records to the City. 14 9) If the installation does not meet the specified tolerances(as outlined in 15 Sections 33 05 23 and/or 33 05 24),immediately notify the City and correct 16 the installation in accordance with the Contract Documents. 17 C. As-Built Survey 18 1. Required As-Built Survey will be performed by the Contractor. 19 2. Coordination 20 a. Contractor is to coordinate with City to confirm which features require as- 21 built surveying. 22 b. It is the Contractor's responsibility to coordinate the as-built survey and 23 required measurements for items that are to be buried such that construction 24 activities are not delayed or negatively impacted. 25 c. For sewer mains and water mains 12"and under in diameter, it is acceptable 26 to physically measure depth and mark the location during the progress of 27 construction and take as-built survey after the facility has been buried. The 28 Contractor is responsible for the quality control needed to ensure accuracy. 29 3. General 30 a. The Contractor shall provide as-built survey including the elevation and 31 location(and provide written documentation to the City)of construction 32 features during the progress of the construction including the following: 33 1) Water Lines 34 a) Top of pipe elevations and coordinates for waterlines at the following 35 locations: 36 (1) Minimum every 250 linear feet,including 37 (2) Horizontal and vertical points of inflection,curvature, 38 etc. 39 (3) Fire line tee 40 (4) Plugs,stub-outs,dead-end lines 41 (5) Casing pipe(each end)and all buried fittings 42 2) Sanitary Sewer 43 a) Top of pipe elevations and coordinates for force mains and siphon 44 sanitary sewer lines(non-gravity facilities)at the following locations: 45 (1) Minimum every 250 linear feet and any buried fittings 46 (2) Horizontal and vertical points of inflection,curvature, 47 etc. 48 3) Stormwater—Not Applicable CITY OF FORT WORTH CONCRETE RF.STORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICA'T'ION DOCUMENTS City Project no.: 101603 Revised February 14,2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 6 1 b. The Contractor shall provide as-built survey including the elevation and 2 location(and provide written documentation to the City)of construction 3 features after the construction is completed including the following: 4 1) Manholes 5 a) Rim and flowline elevations and coordinates for each manhole 6 2) Water Lines 7 a) Cathodic protection test stations 8 b) Sampling stations 9 c} Meter boxes/vaults(All sizes) 10 d) Fire hydrants I l e) Valves(gate,butterfly,etc.) 12 f) Air Release valves(Manhole rim and vent pipe) 13 g) Blow off valves(Manhole rim and valve lid) 14 h) Pressure plane valves 15 i) Underground Vaults 16 (1) Rim and flowline elevations and coordinates for each 17 Underground Vault. 18 3) Sanitary Sewer 19 a) Cleanouts 24 (1) Rim and flowline elevations and coordinates for each 21 b) Manholes and Junction Structures 22 (1) Rim and flowline elevations and coordinates for each 23 manhole and junction structure. 24 4) Stormwater—Not Applicable 25 1.10 DELIVERY,STORAGE,AND HANDLING [NUT USED] 26 1.11 FIELD [SITE] CONDITIONS [NUT USED] 27 1.12 WARRANTY 28 PART 2- PRODUCTS [NOT USED] 29 PART 3- EXECUTION 30 31 3.3 EXAMINATION [NUT USED} CITY OF FORT WORTH CONCRETE RESTORAT[N(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised February 14,2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 6 1 3.2 PREPARATION [NOT USED] 2 33 APPLICATION 3 3A REPAIR 1 RESTORATION [NOT USED] 4 3.5 RE-INSTALLATION [NOT USED] 5 3.6 FIELD[oe] SITE QUALITY CONTROL 6 A_ It is the Contractor's responsibility to maintain all stakes and control data placed by the 7 City in accordance with this Specification. This includes easements and right of way,if 8 noted on the plans. 9 B. Do not change or relocate stakes or control data without approval from the City. 10 3.7 SYSTEM STARTUP [NOT USED] 11 12 3.8 ADJUSTING [NOT USED] 13 3.9 CLEANING [NOT USED] 14 3.10 CLOSEOUT ACTIVITIES [NOT USED] 15 3.11 PROTECTION [NOT USED] 16 3.12 MAINTENANCE [NOT USED] 17 3.13 ATTACHMENTS [NOT USED] 18 END OF SECTION 19 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson Added instruction and modified measurement&payment under 1.2;added 8/31/2017 M.Owen definitions and references under 1.3;modified 1.6;added 1.7 closeout submittal requirements;modified 1.9 Quality Assurance;added PART 2—PRODUCTS; Added 3.1 Installers;added 3.5 Repair/Restoration;and added 3.8 System Startup. Removed"blue text";revised measurement and payment sections for Construction Staking and As-Built Survey;added reference to selection compliance with TGC 211412418 M Owen 2254;revised action and Closeout submittal requirements;added acceptable depth measurement criteria;revised list of items requiring as-built surrey"during"and "after"construction;and revised acceptable digital survey file format 20 CrrY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised February 14,2418 017423-1 CLEANING Page I of 1 SECTION 0174 23 2 CLEANING 3 PART1 - 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 Fart Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: I 1 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 —General Requirements 13 3. Section 32 92 13—Hydra-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 [NUT USED] 19 1.A 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 [NUT USED] 26 1.6 ACTION SUBMITTALSIINFORMATIONAL 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 CONCRETE RESTORQTION{2019-2} STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised July 1,2011 017423-2 CLEANING Page 2 o£4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED[oR] OWNER-SUPPLIEDPRODUCTS [NOT USED) 5 2.2 MATERIALS 6 A. Cleaning Agents 7 I. 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 33 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR 1 RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION ]NOT USED] 20 3.7 FIELD[oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits,oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH CONCRETE RE5TORQTION(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised July 1,2011 017423-3 CLEANING Page 3 o{4 1 b. 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. b 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 CONCRETE RESTORATION[2019-2] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.. 101603 Revised July 1,2011 017423-4 CLEANING Page 4 of 4 l 4. If no longer required for maintenance of erosion facilities,and upon approval by 2 City,remove erosion control from site. 3 5. Clean signs,lights,signals,etc. 4 3.11 CLOSEOUT ACTIVITIES [NUT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE {NOT USEDI 7 3.14 ATTACHMENTS[NOT USED] 8 END OF SECTION 9 Revision Lag DATE NAME SUMMARY OF CHANGE io CITY OF FORT WORTH CONCRETE RESTORQMN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pmject no.: 101603 Revised J*1,2011 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 1 SECTION 01 77 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 IA 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 CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised July 1,2011 017719-2 CLOSEOUT REQUIREMENTS Pap 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: 14 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required,in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection,perform final cleaning in accordance with Section 13 01 74 23. 14 C. Final Inspection 15 1. After final cleaning,provide notice to the City Project Representative that the Work 16 is completed. 17 a. The City will make an initial Final Inspection with the Contractor present. 18 b. Upon completion of this inspection,the City will notify the Contractor,in 19 writing within 10 business days,of any particulars in which this inspection 24 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City,immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice,inform the City,that the required Work has been completed. Upon receipt 26 of this notice,the City, in the presence of the Contractor,will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include,but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 38 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH CONCRETE RESTORATIN(2419-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised July 1,2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 l 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 1 RESTORATION INOT USED] 18 3.6 RE-INSTALLATION [NOT USED] 19 3.7 FIELD[oR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised July 1,2011 017823-1 OPERATION AND MAINTENANCE DATA Pagel of 5 1 SECTION 0178 23 2 OPERATION AND MAIN'T'ENANCE 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) I 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 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 '/2 inches x 11 inches 34 b. Paper 35 1) 40 pound minimum,white,for typed pages 36 2) Holes reinforced with plastic,cloth or metal 37 c. Text: Manufacturer's printed data,or neatly typewritten CrN OF FORT WORTH CONCRETE RESTORAT[N(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 017823-2 OPERATION AND MAINTENANCE 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-leaf 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 I l 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) The name,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 diagrams 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 CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty,bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content,for architectural products,applied materials and finishes: 8 a. Manufacturer's data,giving full information on products 9 1) Catalog number,size,composition 14 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturees 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 CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no..101503 Revised Deeember 20,2012 017823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers,with location and function of each valve 2 j_ List of original manufacturer's spare parts,manufacturer's current prices,and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content,for each electric and electronic system,as appropriate- 6 a. Description of system and component parts 7 1) Function, normal operating characteristics,and limiting conditions 8 2) Performance curves,engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 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 [NUT 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 CONCRETE RESTORAT[N(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 LII FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USER] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 1.5.A.1—title of scction removed 8 CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 017839-1 PROJECT RECORD DUCUMFNTS Page I of 5 1 SECTION 0178 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 h. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 16 2. Division I—General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 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. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.; 101603 Revised July 1,201.1 017939-2 PROJECT RECORD DOCUMENTS Page 2 of 5 1 2. Accuracy of records shall be such that future search for items shown in the Contract 2 Documents may rely reasonably on information obtained from the approved Project 3 Record Documents. 4 3. To facilitate accuracy of records,make entries within 24 hours after receipt of 5 information that the change has occurred. 6 4. Provide factual information regarding all aspects of the Work,both concealed and 7 visible,to enable future modification of the Work to proceed without lengthy and 8 expensive site measurement,investigation and examination. 9 1.1 U STORAGE AND HANDLING 10 A. Storage and Handling Requirements 11 1. Maintain the job set of Record Documents completely protected from deterioration 12 and from loss and damage until completion of the Work and transfer of all recorded 13 data to the final Project Record Documents. 14 2. In the event of loss of recorded data,use means necessary to again secure the data 15 to the City's approval. 16 a. In such case,provide replacements to the standards originally required by the 17 Contract Documents. 18 1.11 FIELD [SITE] CONDITIONS [NOT USED] 19 1.12 WARRANTY [NOT USED] 20 PART 2- PRODUCTS 21 2.1 OWNER-FURNISHED IoR] OWNER-SUPPLIED PRODUCTS [NOT USED] 22 2.2 RECORD DOCUMENTS 23 A. Job set 24 1. Promptly following receipt of the Notice to Proceed,secure from the City,at no 25 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 26 B. Final Record Documents 27 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 28 the City 1 complete set of all Final Record Drawings in the Contract. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.. 101603 Revised July 1,2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 5 1 23 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 MAINTENANCE DOCUMENTS 8 A. Maintenance of Job Set 9 1. Immediately upon receipt of the job set, identify each of the Documents with the 10 title, "RECORD DOCUMENTS-JOB SET". 11 2. Preservation 12 a. Considering the Contract completion time,the probable number of occasions 13 upon which the job set must be taken out for new entries and for examination, 14 and the conditions under which these activities will be performed,devise a 15 suitable method for protecting the job set_ 16 b. Do not use the job set for any purpose except entry of new data and for review 17 by the City,until start of transfer of data to final Project Record Documents. 18 c. Maintain the job set at the site of work. 19 3. Coordination with Construction Survey 20 a. At a minimum,in accordance with the intervals set forth in Section 01 7123, 21 clearly mark any deviations from Contract Documents associated with 22 installation of the infrastructure. 23 4. Making entries on Drawings 24 a. Record any deviations from Contract Documents. 25 b. Use an erasable colored pencil(not ink or indelible pencil),clearly describe the 26 change by graphic line and note as required. 27 c. Date all entries- 28 d. Call attention to the entry by a"cloud" drawn around the area or areas affected. 29 e. In the event of overlapping changes,use different colors for the overlapping 30 changes. 31 5. Conversion of schematic layouts 32 a. In some cases on the Drawings,arrangements of conduits,circuits,piping, 33 ducts,and similar items,are shown schematically and are not intended to 34 portray precise physical layout. 35 1) Final physical arrangement is determined by the Contractor,subject to the 36 City's approval. 37 2) However,design of future modifications of the facility may require 38 accurate information as to the final physical layout of items which are 39 shown only schematically on the Drawings. 40 b- Show on the job set of Record Drawings,by dimension accurate to within 1 41 inch,the centerline of each run of items. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proj cot no.: 101603 Revised July 1,2011 017839-4 PROJECT RECORD[)OCUMENIS Page 4 o£5 1 1) Final physical arrangement is determined by the Contractor,subject to the 2 City's approval. 3 2) Show,by symbol or note,the vertical location of the Item("under slab","in 4 ceiling plenum","exposed",and the like). 5 3) Make all identification sufficiently descriptive that it may be related 6 reliably to the Specifications. 7 c. The City may waive the requirements for conversion of schematic layouts 8 where,in the City's judgment,conversion serves no useful purpose. However, 9 do not rely upon waivers being issued except as specifically issued in writing 10 by the City. 11 B. Final Project Record Documents 12 1_ Transfer of data to Drawings 13 a. Carefully transfer change data shown on the job set of Record Drawings to the 14 corresponding final documents,coordinating the changes as required. 15 b. Clearly indicate at each affected detail and other Drawing a full description of 16 changes made during construction,and the actual location of items. 17 c. Call attention to each entry by drawing a"cloud" around the area or areas 18 affected. 19 d. Make changes neatly,consistently and with the proper media to assure 20 longevity and clear reproduction. 21 2. Transfer of data to other Documents 22 a. If the Documents,other than Drawings,have been kept clean during progress of 23 the Work,and if entries thereon have been orderly to the approval of the City, 24 the job set of those Documents,other than Drawings,will be accepted as final 25 Record Documents. 26 b. If any such Document is not so approved by the City, secure a new copy of that 27 Document from the City at the City's usual charge for reproduction and 28 handling,and carefully transfer the change data to the new copy to the approval 29 of the City. 30 3.5 REPAIR 1 RESTORATION [NOT USED] 31 3.6 RI-INSTALLATION [NOT USED] 32 3.7 FIELD loK] SITE QUALITY CONTROL [NOT USED] 33 3.8 SYSTEM STARTUP[NOT USED] 34 3.9 ADJUSTING [NOT USED] 35 3.10 CLEANING [NOT USED] 36 3.11 CLOSEOUT ACTIVITIES [NOT USED] 37 3.12 PROTECTION [NOT USED] 38 3.13 MAINTENANCE [NOT USED] 39 3.14 ATTACHMENTS [NOT USED] 40 END OF SECTION CrrY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no..101603 Revised July 1,2011 017839-5 PROJECT RECORD DOCUMENTS Page 5 of 5 1 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH CONCRETE RESTORATM(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no,: 101603 Revised July 1,2011 024113-1 SELECTIVE SITE DEMOLITION Pagel of 5 I SECTION 02 41 13 2 SELECTIVE SITE DEMOLITION 3 PART ], - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Removing sidewalks and steps 7 2. Removing ADA ramps and landings 8 3. Removing driveways 9 4. Removing fences 10 5. Removing guardrail 11 6. Removing retaining walls(less than 4 feet tall) 12 7. Removing mailboxes 13 8. Removing rip rap 14 9. Removing miscellaneous concrete structures including porches and foundations 15 10. Disposal of removed materials 16 B. Deviations this from City of Fort Worth Standard Specification 17 1. None. 18 C. Related Specification Sections include,but are not necessarily limited to: 19 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 20 Contract 21 2. Division 1 —General Requirements 22 3- Section 3123 23—Borrow 23 1.2 PRICE AND PAYMENT PROCEDURES 24 A. Measurement and Payment 25 1. Measurement 26 a. Remove Sidewalk: Measure by square foot. 27 b. Remove Steps:measure by the square foot as seen in the plan view only. 28 c. Remove ADA Ramp: measure by each. 29 d. Remove Driveway: measure by the square Foot by type. 30 e. Remove Fence: measure by the linear foot. 31 £ Remove Guardrail: measure by the linear foot along the face of the rail in place 32 including metal beam guard fence transitions and single guard rail terminal 33 sections from the center of end posts. 34 g. Remove Retaining Wali(less than 4 feet tall): measure by the linear foot 35 h. Remove Mailbox: measure by each. 36 i. Remove Rip Rap: measure by the square foot. 37 j. Remove Miscellaneous Concrete Structure: measure by the lump sum. 38 2. Payment CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 0241 13-2 SELECTIVE SITE DEMOLITION Page 2 of 5 1 a. Remove Sidewalk: full compensation for saw cutting,removal,hauling, 2 disposal,tools,equipment, labor and incidentals needed to execute work. 3 Sidewalk adjacent to or attached to retaining wall(including sidewalk that acts 4 as a wall footing)shall be paid as sidewalk removal. For utility projects,this 5 Item shall be considered subsidiary to the trench and no other compensation 6 will be allowed. 7 b. Remove Steps: full compensation for saw cutting,removal,hauling,disposal, 8 tools,equipment,labor and incidentals needed to execute work. For utility 9 projects,this Item shall be considered subsidiary to the trench and no other 10 compensation will be allowed. 11 c. Remove ADA Ramp and landing: full compensation for saw cutting,removal, 12 hauling,disposal,tools,equipment,labor and incidentals needed to execute 13 work. Work includes ramp landing removal. For utility projects,this Item shall 14 be considered subsidiary to the trench and no other compensation will be 15 allowed. 16 d. Remove Driveway: full compensation for saw cutting,removal, hauling, 17 disposal,tools,equipment,labor and incidentals needed to remove improved 18 driveway by type. For utility projects,this Item shall be considered subsidiary 19 to the trench and no other compensation will be allowed. 20 e. Remove Fence: full compensation for removal,hauling,disposal,tools, 21 equipment,labor and incidentals needed to remove fence. For utility projects, 22 this Item shall be considered subsidiary to the trench and no other 23 compensation will be allowed. 24 f. Remove Guardrail: full compensation for removing materials, loading,hauling, 25 unloading,and storing or disposal;furnishing backfill material;backfilling the 26 postholes;and equipment, labor,tools,and incidentals. For utility projects,this 27 Item shall be considered subsidiary to the trench and no other compensation 28 will be allowed. 29 g. Remove Retaining Wall(less than 4 feet tall): full compensation for saw 30 cutting, removal,hauling,disposal,tools,equipment, labor and incidentals 31 needed to execute work. Sidewalk adjacent to or attached to retaining wall 32 (including sidewalk that acts as a wall footing)shall be paid as sidewalk 33 removal.For utility projects,this Item shall be considered subsidiary to the 34 trench and no other compensation will be allowed. 35 h. Remove Mailbox: full compensation for removal,hauling,disposal,tools, 36 equipment,labor and incidentals needed to execute work. For utility projects, 37 this Item shall be considered subsidiary to the trench and no other 38 compensation will be allowed. 39 i. Remove Rip Rap: full compensation for saw cutting, removal,hauling, 40 disposal, tools,equipment, labor and incidentals needed to execute work. For 41 utility projects,this Item shall be considered subsidiary to the trench and no 42 other compensation will be allowed. 43 j. Remove Miscellaneous Concrete Structure: full compensation for saw cutting, 44 removal,hauling,disposal,tools,equipment, labor and incidentals needed to 45 execute work. For utility projects,this Item shall be considered subsidiary to 46 the trench and no other compensation will be allowed. 47 1.3 REFERENCES 48 A. Definitions CITY OF FORT WORTH CONCRETE RESTORATIN(20I9-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 20,2012 0241 13-3 SELECTIVE SITE DEMOLITION Page 3 of 5 1 1. Improved Driveway: Driveway constructed of concrete,asphalt paving or brick unit 2 pavers. 3 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE [NOT USED] 9 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 10 1.11 FIELD [SITE] CONDITIONS [NOT USED] 11 1.12 WARRANTY[NOT USED] 12 PART 2- PRODUCTS 13 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 14 2.2 MATERIALS 15 A. Fill Material: See Section 3123 23. 16 23 ACCESSORIES [NOT USED] 17 2.4 SOURCE QUALITY CONTROL [NOT USED] 18 PART 3- EXECUTION 19 3.1 INSTALLERS[NOT USED] 20 3.2 EXAMINATION [NOT USED] 21 33 PREPARATION [NOT USED] 22 3.4 REMOVAL 23 A. Remove Sidewalk 24 1. Remove sidewalk to nearest existing dummy,expansion or construction joint. 25 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 26 B. Remove Steps 27 1. Remove step to nearest existing dummy,expansion or construction joint. 28 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 29 C. Remove ADA Ramp 30 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 31 See 3A.K. 32 2. Remove ramp to nearest existing dummy,expansion or construction joint on 33 existing sidewalk. 34 D. Remove Driveway CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 20,2012 0241 13-4 SELECTIVE SITE DEMOLITION Page 4 of 1 1. Sawcut existing drive,curb and gutter and pavement prior to drive removal. See 2 3.4.K. 3 2. Remove drive to nearest existing dummy,expansion or construction joint. 4 3. Sawcut when removing to nearest joint is not practical. See 3AK. 5 4. Remove adjacent sidewalk to nearest existing dummy,expansion or construction 6 joint on existing sidewalk- 7 E. Remove Fence 8 1. Remove all fence components above and below ground and backfill with acceptable 9 fill material. 10 2. Use caution in removing and salvaging fence materials. 11 3. Salvaged materials may be used to reconstruct fence as approved by City or as 12 shown on Drawings- 13 4. Contractor responsible for keeping animals(livestock,pets,etc.)within the fenced 14 areas during construction operation and while removing fences. 15 F. Remove Guardrail 16 1. Remove rail elements in original lengths. 17 2. Remove fittings from the posts and the metal rail and then pull the posts. 18 3. Do not mar or damage salvageable materials during removal. 19 4. Completely remove posts and any concrete surrounding the posts. 20 5. Furnish backfill material and backfill the hole with material equal in composition 21 and density to the surrounding soil unless otherwise directed. 22 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- 23 foot below the new subgrade elevation and leave in place along with the dead man. 24 G. Remove Retaining Wall (less than 4 feet tall) 25 1. Remove wall to nearest existing joint. 26 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 27 3. Removal includes all components of the retaining wall including footings. 28 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A 29 H. Remove Mailbox 30 1. Salvage existing materials for reuse. Mailbox materials may need to be used for 31 reconstruction. 32 I. Remove Rip Rap 33 1. Remove rip rap to nearest existing dummy,expansion or construction joint. 34 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 35 J. Remove Miscellaneous Concrete Structure 36 1. Remove portions of miscellaneous concrete structures including foundations and 37 slabs that do not interfere with proposed construction to 2 feet below the finished 38 ground line. 39 2. Cut reinforcement close to the portion of the concrete to remain in place. 40 3. Break or perforate the bottom of structures to remain to prevent the entrapment of 41 water. CITY OF FORT WORTH CONCRETE RESTORATTN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 0241 13-5 SELECTIVE SITE DEMOLITION Page 5 of 5 1 K. Sawcut 2 1. Sawing Equipment 3 a. Power-driven 4 b. Manufactured for the purpose of sawing pavement 5 c. In good operating condition G d. Shall not spall or fracture the pavement to the removal area 7 2. Sawcut perpendicular to the surface completely through existing pavement. S 3.5 REPAIR[NOT USED] 9 3.6 RE-INSTALLATION [NOT USED] 10 3.7 SITE QUALITY CONTROL [NOT USED] 11 3.8 SYSTEM STARTUP [NOT USED] 12 3.9 ADJUSTING [NOT USED] 13 3.10 CLEANING [NOT USED] 14 3.11 CLOSEOUT ACTIVITIES [NOT USED] 15 3.12 PROTEC'T'ION [NOT USED] 16 3.13 MAINTENANCE [NOT USED] 17 3.14 ATTACHMENTS [NOT USED] 18 END OF SECTION 19 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A..2.Modified Payment-items will be subsidiary to trench on utility projects 20 CrfY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101503 Revised December 20,2012 0241 15-1 PAVING REMOVAL Page I of 6 1 SECTION 02 41 15 2 PAVING REMOVAL 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1_ Removing concrete paving,asphalt paving and brick paving 7 2. Removing concrete curb and gutter 8 3- Removing concrete valley gutter 9 4. Milling roadway paving I0 5. Pulverization of existing pavement 11 6. Disposal of removed materials 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 3. Section 32 1133-Cement Treated Base Courses 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a- Remove Concrete Paving: measure by the square yard from back-to-back of 22 curbs. 23 b. Remove Asphalt Paving: measure by the square yard between the lips of 24 gutters. 25 c. Remove Brick Paving: measure by the square yard. 26 d. Remove Concrete Curb and Gutter:measure by the linear foot. 27 e. Remove Concrete Valley Gutter: measure by the square yard 28 f. Wedge Milling: measure by the square yard for varying thickness. 29 g. Surface Milling: measure by the square yard for varying thickness. 30 h. Butt Milling: measured by the linear foot. 31 i. Pavement Pulverization: measure by the square yard. 32 j. Remove Speed Cushion: measure by each. 33 2. Payment 34 a. Remove Concrete Paving: full compensation for saw cutting, removal,hauling, 35 disposal,tools,equipment, labor and incidentals needed to execute work. For 36 utility projects,this Item shall be considered subsidiary to the trench and no 37 other compensation will be allowed. 38 b. Remove Asphalt Paving: full compensation for saw cutting, removal,hauling, 39 disposal,tools,equipment,labor and incidentals needed to execute work. For 40 utility projects,this Item shall be considered subsidiary to the trench and no 41 other compensation will be allowed. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no..101603 Revised February 2,2016 0241 15-2 PAVING REMOVAL Page 2 of 6 l c. Remove Brick Paving: full compensation for saw cutting,removal,salvaging, 2 cleaning,hauling,disposal,tools,equipment,labor and incidentals needed to 3 execute work. For utility projects,this Item shall be considered subsidiary to 4 the trench and no other compensation will be allowed. 5 d. Remove Concrete Curb and Gutter: full compensation for saw cutting,removal, 6 hauling,disposal,tools,equipment,labor and incidentals needed to execute 7 work. For utility projects,this Item shall be considered subsidiary to the trench 8 and no other compensation will be allowed. 9 e. Remove Concrete Valley Gutter: full compensation for saw cutting,removal, 10 hauling,disposal,tools,equipment,labor and incidentals needed to execute I l work. 12 f Wedge Milling: full compensation for all milling,hauling nulled material to 13 salvage stockpile or disposal,tools,labor,equipment and incidentals necessary 14 to execute the work. 15 g. Surface Milling: full compensation for all milling,hauling milled material to 16 salvage stockpile or disposal,tools,labor,equipment and incidentals necessary 17 to execute the work. 18 h. Butt Milling: full compensation for all milling,hauling milled material to 19 salvage stockpile or disposal,tools, tabor,equipment and incidentals necessary 20 to execute the work_ 21 i. Pavement Pulverization:full compensation for all labor,material,equipment, 22 tools and incidentals necessary to pulverize,remove and store the pulverized 23 material,undercut the base,mixing,compaction,haul off,sweep,and dispose 24 of the undercut material. 25 j. Remove speed cushion: full compensation for removal,hauling,disposal, 26 tools,equipment,labor,and incidentals needed to execute the work. For utility 27 projects,this Item shall be considered subsidiary to the trench and no other 28 compensation will be allowed. 29 k. No payment for saw cutting of pavement or curbs and gutters will be made 30 under this section.Include cost of such work in unit prices for items listed in 31 bid form requiring saw cutting. 32 1. No payment will be made for work outside maximum payment limits indicated 33 on plans,or for pavements or structures removed for CONTRACTOR's 34 convenience. 35 1.3 REFERENCES 36 A. ASTM International(ASTM): 37 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 38 Soil Using Standard Effort(12 400 ft-lbflft3 (600 kN-mlm3)) 39 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 40 1.5 SUBMITTALS [NOT USED] 41 1.6 AC'T'ION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 42 1.7 CLOSEOUT SUBMITTALS [NOT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 44 1,9 QUALITY ASSURANCE [NOT USED] 45 1,10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CrrY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projoa no.: 101603 Revised February 2,2016 0241 15-3 PAVING REMOVAL Page 3 of 6 1 1.11 FIELD CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 5 2.2 EQUIPMENT [NOT USED] 6 23 ACCESSORIES [NOT USED] 7 2.4 SOURCE QUALITY CONTROL[NOT USED] 8 PART 3 - EXECUTION 9 3.1 EXAMINATION [NOT USED] 10 3.2 INSTALLERS [NOT USED] 11 3.3 PREPARATION 12 A. General: 13 1. Mark paving removal limits for City approval prior to beginning removal. 14 2. Identify known utilities below grade-Stake and flag locations. 15 3.4 PAVEMENT REMOVAL 16 A. General. 17 1. Exercise caution to minimize damage to underground utilities. 18 2. Minimize amount of earth removed. 19 3. Remove paving to neatly sawed joints. 20 4. Use care to prevent fracturing adjacent,existing pavement. 21 B. Sawing 22 1. Sawing Equipment- 23 a. Power-driven. 24 b. Manufactured for the purpose of sawing pavement. 25 c. In good operating condition. 26 d- Shall not spall or fracture the pavement structure adjacent to the removal area. 27 2. Sawcut perpendicular to the surface to full pavement depth,parallel and 28 perpendicular to existing joint. 29 3. Sawcut parallel to the original sawcut in square or rectangular fashion_ 30 4. If a sawcut falls within 5 feet of an en existing dummy joint,construction joint,saw 31 joint,cold joint,expansion joint,edge of paving or gutter lip, remove paving to that 32 joint,edge or lip. 33 5. If a pavement edge of a cut is damaged subsequent to saw cutting,saw to a new, 34 neat,straight line for the purpose of removing the damaged area. 35 C_ Remove Concrete Paving and Concrete Valley Gutter 36 1. Sawcut: See 3.4.13. 37 2. Remove concrete to the nearest expansion joint or vertical saw cut. CITY of FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised February 2,2016 4241 15-4 PAVING REMOVAL Page 4 of 6 1 D. Remove Concrete Curb and Gutter 2 1. Sawcut: See 3A.B. 3 2. Minimum limits of removal: 30 inches in length. 4 E. Remove Asphalt Paving 5 1. Sawcut: See 3.4.13. 6 2. Remove pavement without disturbing the base material. 7 3. When shown on the plans or as directed,stockpile materials designated as 8 salvageable at designated sites. 9 4. Prepare stockpile area by removing vegetation and trash and by providing for 10 proper drainage. 11 F. Milling 12 1. General 13 a. Mill surfaces to the depth shown in the plans or as directed. 14 b. Do not damage or disfigure adjacent work or existing surface improvements. 15 c. If milling exposes smooth underlying pavement surfaces,mill the smooth 16 surface to make rough. 17 d. Provide safe temporary transition where vehicles or pedestrians must pass over 18 the milled edges. 19 e. Remove excess material and clean milled surfaces. 20 f. Stockpiling of planed material will not be permitted within the right of way 21 unless approved by the City. 22 g. If the existing base is brick and cannot be milled,remove a 5 foot width of the 23 existing brick base. See 3.3.G. for brick paving removal. 24 2. Milling Equipment 25 a. Power operated milling machine capable of removing, in one pass or two 26 passes,the necessary pavement thickness in a five-foot minimum width. 27 b. Self-propelled with sufficient power,traction and stability to maintain accurate 28 depth of cut and slope. 29 c. Equipped with an integral loading and reclaiming means to immediately 30 remove material cut from the surface of the roadway and discharge the cuttings 31 into a truck,all in one operation. 32 d. Equipped with means to control dust created by the cutting action. 33 e. Equipped with a manual system providing for uniformly varying the depth of 34 cut while the machine is in motion making it possible to cut flush to all inlets, 35 manholes,or other obstructions within the paved area. 36 f. Variable Speed in order to leave the specified grid pattern. 37 g. Equipped to minimize air pollution. 38 3. Wedge Milling and Surface Milling 39 a. Wedge Mill existing asphalt,concrete or brick pavement from the lip of gutter 40 at a depth of 2 inches and transitioning to match the existing pavement(0-inch 41 cut)at a minimum width of 5 feet. 42 b. Surface Mill existing asphalt pavement to the depth specified, 43 c. Provide a milled surface that provides a uniform surface free from gouges, 44 ridges,oil film,and other imperfections of workmanship with a uniform 45 textured appearance. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pmjcct no.: 101603 Revised February 2,2016 024115-5 PAVING REMOVAL Page 5 of 6 1 d- In all situations where the existing H.M.A.C. surface contacts the curb face,the 2 wedge milling includes the removal of the existing asphalt covering the gutter 3 up to and along the face of curb. 4 e. Perform wedge or surface milling operation in a continuous manner along both 5 sides of the street or as directed. 6 4. Butt Joint Milling 7 a. Mill butt joints into the existing surface,in association with the wedge milling 8 operation. 9 b. Butt joint will provide a full width transition section and a constant depth at the 10 point where the new overlay is terminated. 11 c. Typical locations for butt joints are at all beginning and ending points of streets 12 where paving material is removed. Prior to the milling of the butt joints, 13 consult with the City for proper location and limits of these joints. 14 d. Butt Milled joints are required on both sides of all railroad tracks and concrete 15 valley gutters,bridge decks and culverts and all other items which transverse 16 the street and end the continuity of the asphalt surface. 17 e. Make each butt joint 20 feet long and nulled out across the full width of the 18 street section to a tapered depth of 2 inch. 19 f. Taper the milled area within the 20-feet to a depth from 0-inch to 2-inch at a 20 line adjacent to the beginning and ending points or intermediate transverse 21 items. 22 g. Provide a temporary wedge of asphalt at all butt joints to provide a smooth ride 23 over the bump. 24 G. Remove Brick Paving 25 1. Remove masonry paving units to the limits specified in the plans or as directed by 26 the City. 27 2. Salvage existing bricks for re-use,clean,palletize,and deliver to the City Stock pile 28 yard at 3300 Yuma Street or as directed. 29 H. Pavement Pulverization 34 1. Pulverization 31 a- Pulverize the existing pavement to depth of 8 inches. See Section 32 1133. 32 b. Temporarily remove and store the 8-inch deep pulverized material,then cut the 33 base 2 inches. 34 c. Start 2-inch base cut at a depth of 8 inches from the existing pulverized surface. 35 2. Cement Application 36 a. Use 3.5%Portland cement. 37 b. See Section 32 1133. 38 3. Mixing: see Section 32 1133. 39 4. Compaction: see Section 32 1133. 40 5. Finishing: see Section 32 1133. 41 6. Curing: see Section 32 1133. 42 7. If the existing pavement has a combination of 10 inches of H.M.A.C.and crushed 43 stone/gravel: 44 a. Undercut not required 45 b. Pulverize 10 inches deep. 46 c. Remove 2-inch the total pulverized amount. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.. 101603 Revised February 2,2016 0241 15-6 PAVING REMOVAL Page 6 of 6 1 I. Remove speed cushion 2 1. Scrape or sawcut speed cushion from existing pavement without damaging existing 3 pavement. 4 3.5 REPAIR [NOT USED] 5 3.6 RE-INSTALLATION [NOT USED] 6 3.7 FIELD QUALITY CONTROL [NOT USED] 7 3.8 SYSTEM STARTUP [NOT USED] 8 3.9 ADJUSTING [NOT USED] 9 3.10 CLEANING [NOT USED] 10 3.11 CLOSEOUT ACTIVITIES [NOT USED] 11 3.12 PROTECTION [NOT USED] 12 3.13 MAINTENANCE [NOT USED] 13 3.14 ATTACHMENTS [NOT USED] 14 END OF SECTION 15 Revision Log DATE NAME SUNH ARY OF CHANGE 12/20/2012 D.Johnson 1.2.A—modified payment requirements on utility projects 2/2/2416 F.Griffin 1.2.A.2.1b.—Removed duplicate last sentence. 16 CITY OF FORT WORTH CONCRETE RESTORATIN{2019-2} STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised February 2,2016 3123 16-1 UNCLASSIFIED EXCAVATION Page 1 of 5 1 SECTION 3123 15 2 UNCLASSIFIED EXCAVATION 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines,grades,and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels I 1 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on-site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. FOR THIS PROJECT UNCLASSIFIED EXCAVATION 31 13 16 SHALL BE 16 PAYABLE TO REMOVE EXCESS SUBGRDE MATERIAL WHERE 17 REPLACED CONCRETE PAVEMENT THICKNESS IS MORE THAN 7 INCH. is 2. UNCLASSIFIED EXCAVATION TO PLACE FLEXIBLE BASE COURSE 19 SHALL BE CONSIDERED SUBSIDARY,NO SEPARATE PAY. 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 22 2. Division I —General Requirements 23 3. Section 3123 23—Borrow 24 4. Section 3124 00--Embankments 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment: UNCLASSIFIED EXCAVATION SHALL BE PAYABLE 27 TO REMOVE EXCESS SUBGRDE MATERIAL WHERE REPLACED CONCRETE 28 PA DEMENT THICKNESS ISMORE THAN 7 INCH. 29 1. Excavation by Plan Quantity 30 a. Measurement 31 1) Measurement for this Item shall be by the cubic yard in its final position 32 using the average end area method. Limits of measurement are shown on 33 the Drawings. 34 2) When measured by the cubic yard in its final position,this is a plans 35 quantity measurement Item. The quantity to be paid is the quantity shown 36 in the proposal,unless modified by Article 11.04 of the General 37 Conditions.Additional measurements or calculations will be made if 38 adjustments of quantities are required- 39 b. Payment CITY OF FORT WORTH CONCRETE RESTORATiN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project m: 101603 Revised January 28,2013 3123 16-2 UNCLASSMED EXCAVATION Page 2 of 5 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under"Measurement"will be paid for at the unit 3 price bid per cubic yard of"Unclassified Excavation by Plan". No 4 additional compensation will be allowed for rock or shrinkagelswell 5 factors,as these are the Contractor's responsibility. 6 c. The price bid shall include: 7 1) Excavation 8 2) Excavation Safety 9 3) Drying 10 4) Dust Control 11 5) Reworking or replacing the over excavated material in rock cuts 12 6) Hauling 13 7) Disposal of excess material not used elsewhere onsite 14 8) Scarification 15 9) Clean-up 16 2. Excavation by Surveyed Quantity 17 a. Measurement 18 1) Measurement for this Item shall be by the cubic yard in its final position 19 calculated using the average end area or composite method. 20 a) The City will perform a reference survey once the Site has been cleared 21 to obtain existing ground conditions_ 22 b) The City will perform a final post-construction survey. 23 c) The Contractor will be paid for the cubic yardage of Excavated material 24 calculated as the difference between the two surveys. 25 d) Partial payments will be based on estimated plan quantity 26 measurements calculated by the Engineer. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under"Measurement"will be paid for at the unit 30 price bid per cubic yard of"Unclassified Excavation by Survey". 31 c. The price bid shall include: 32 1) Excavation 33 2) Excavation Safety 34 3) Drying 35 4) Dust Control 36 5) Reworking or replacing the over excavated material in rock cuts 37 6) Hauling 38 7) Disposal of excess material not used elsewhere onsite 39 8) Scarification 40 9) Clean-up 41 1.3 REFERENCES [NUT USED] 42 A. Definitions 43 1_ Unclassified Excavation—Without regard to materials,all excavations shall be 44 considered unclassified and shall include all materials excavated. Any reference to 45 Rock or other materials on the Drawings or in the specifications is solely for the 46 City and the Contractor's information and is not to be taken as a classification of 47 the excavation. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised January 28,2013 312316-3 UNCLASSIFIED EXCAVATION Page 3 of 5 1 1.4 ADMINSTRATIVE REQUIREMENTS 2 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 3 01. 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE 9 A. Excavation Safety la 1. The Contractor shall be solely responsible for malting all excavations in a safe 11 manner. 12 2. All excavation and related sheeting and bracing shall comply with the requirements 13 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 14 1.10 DELIVERY,STORAGE,AND HANDLING 15 A. Storage 16 1. Within Existing Rights-of-Way(ROW) 17 a. Soil may be stored within existing ROW,easements or temporary construction 18 easements,unless specifically disallowed in the Contract Documents. 19 b. Do not block drainage ways,inlets or drivcways. 20 c. Provide erosion control in accordance with Section 3125 00. 21 d. When the Work is performed in active traffic areas,store materials only in 22 areas barricaded as provided in the traffic control plans. 23 e. In non-paved areas,do not store material on the root zone of any trees or in 24 landscaped areas. 25 2. Designated Storage Areas 26 a. If the Contract Documents do not allow the storage of spoils within the ROW, 27 easement or temporary construction easement,then secure and maintain an 28 adequate storage location. 29 b. Provide an affidavit that rights have been secured to store the materials on 30 private property. 31 c. Provide erosion control in accordance with Section 3125 OU. 32 d. Do not block drainage ways. 33 1.11 FIELD CONDITIONS 34 A. Existing Conditions 35 1. Any data which has been or may be provided on subsurface conditions is not 36 intended as a representation or warranty of accuracy or continuity between soils. It 37 is expressly understood that neither the City nor the Engineer will be responsible 38 for interpretations or conclusions drawn there from by the Contractor. 39 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised January 28,2013 312316-4 UNCLASSIFIED EXCAVATION Page 4 of 5 1 1.12 WARRANTY [NOT USED] 2 PART 2- PRODUCTS [NOT USED] 3 2.1 OWNER-FURNISHED [NOT USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 1. Unacceptable Fill Material 7 a. In-situ soils classified as ML,MH,PT,OL or OH in accordance with ASTM 8 D2487 9 PART 3- EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARATION [NOT USED] 13 3.4 CONSTRUCTION 14 A. Accept ownership of unsuitable or excess material and dispose of material off-site 15 accordance with local,state,and federal regulations at locations. 16 B. Excavations shall be performed in the dry,and kept free from water,snow and ice 17 during construction with eh exception of water that is applied for dust control. 18 C. Separate Unacceptable Fill Material from other materials,remove from the Site and 19 properly dispose according to disposal plan. 20 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 21 proposed or existing structures. 22 E. Correct any damage to the subgr-ade caused by weather,at no additional cost to the 23 City. 24 F. Shape slopes to avoid loosening material below or outside the proposed grades. 25 Remove and dispose of slides as directed. 26 G. Rock Cuts 27 1. Excavate to finish grades. 28 2. In the event of over excavation due to contractor error below the lines and grades 29 established in the Drawings,use approved embankment material compacted in 30 accordance with Section 3124 00 to replace the over excavated at no additional 31 cost to City. 32 H. Earth Cuts 33 1. Excavate to finish subgrade CITY OF FORT WORTH CONCRETE RESTORATIN(2414-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:141603 Revised January 28,2013 3123 16-5 UNCLASSIFIED EXCAVATION Page 5 of 5 1 2. In the event of over excavation due to contractor error below the lines and grades 2 established in the Drawings, use approved embankment material compacted in 3 accordance with Section 3124 00 to replace the over excavated at no additional 4 cost to City. 5 3. Manipulate and compact subgrade in accordance with Section 3124 00. 6 3.5 REPAIR [NOT USED] 7 3.6 RE-INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL 9 A. Subgrade Tolerances 14 1. Excavate to within 0.1 foot in all directions. 11 2. In areas of over excavation,Contractor provides fill material approved by the City 12 at no expense to the City. 13 3.8 SYSTEM STARTUP [NUT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2-Measurement and Payment Section modified;Blue'Text added for claritication 1128113 D.Johnson 1.2—Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. 21 CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised January 28,2013 321123-1 FLEXIBLE BASE COURSES Page I of 7 1 SECTION 321123 2 FLEXIBLE BASE COURSES 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Foundation course for surface course or for other base course composed of flexible 7 base constructed in one or more courses in conformity with the typical section. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. FOR THIS PROJECT FLEXIBLE BASE COURSES SECTION 32 1123 SHALL 10 BE MEASURED BY THE CUBIC YARD OF COMPLETED QUANTI"T"Y. 11 2. UNCLASSIFIED EXCAVATION AND HAULING REQUIRE TO PLACE 12 FLEXIBLE BASE COURSE SHALL BE CONSIDERED SIBSIDARY,NO 13 SEPARATE PAY. 14 C_ Related Specification Sections include,but are not necessarily limited to: 15 1. Division fl—Bidding Requirements,Contract Forms,and Conditions of the 16 Contract 17 2. Division I —General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Measurement for this Item will be by the square yard of Flexible Base Course 22 for various: 23 1) Depths 24 2) Types 25 3) Gradations 26 2. Payment 27 a. The work performed and materials furnished in accordance with this Item and 28 measured as provided under"Measurement"will be paid for at the unit price 29 bid per square yard of Flexible Base Course. 34 3. The price bid shall include: 31 a. Preparation and correction of subgrade 32 b. Furnishing of material 33 c. Hauling 34 d. Blading 35 e. Sprinkling 36 f. Compacting 37 1.3 REFERENCES 38 A. Definitions 39 L RAP—Recycled Asphalt Pavement. 40 B. Reference Standards CrTY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 321123-2 FLEXIBLE BASE COURSES Page 2 of 7 1 1. Reference standards cited in this specification refer to the current reference standard 2 published at the time of the latest revision date logged at the end of this 3 specification,unless a date is specifically cited. 4 2. ASTM International(ASTM)- 5 a. D698,Standard Test Methods for Laboratory Compaction Characteristics of 6 Soil Using Standard Effort(12 400 ft-lbflft3 (600 kN-mi/m3)) 7 3. Texas Department of Transportation(TXDOT): 8 a. Tex-104-E,Determining Liquid Limits of Soils 9 b. Tex-106-E,Calculating the Plasticity Index of Soils 10 c. Tex-107-E,Determining the Bar Linear Shrinkage of Soils 11 d. Tex-110-E,Particle Size Analysis of Soils 12 e. Tex-116-E, Ball Mill Method for Determining the Disintegration of Flexible 13 Base Material 14 f. Tex-117-E,Triaxial Compression for Disturbed Soils and Base Materials 15 g. Tex4 11-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium 16 Sulfate 17 h. Tex-413-A,Determining Deleterious Material in Mineral Aggregate 18 1A ADMINISTRATIVE REQUIREMENTS [NOT USED] 19 1.5 ACTION SUBMITTALS [NOT USED] 20 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED[ 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 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 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 29 2.2 MATERIALS 30 A. General 31 1. Furnish uncontaminated materials of uniform quality that meet the requirements of 32 the Drawings and specifications. 33 2. Obtain materials from approved sources. 34 3. Notify City of changes to material sources. 35 4. The City may sample and test project materials at any time before compaction 36 throughout the duration of the project to assure specification compliance. 37 B. Aggregate 38 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to 39 the requirements of Table 1. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20.2012 321123-3 FLEXIBLE BASE COURSES Page 3 of 7 l 2. Each source must meet Table 1 requirements for liquid limit,plastiCity index,and 2 wet ball mill for the grade specified. 3 3. Do not use additives such as but not limited to lime,cement,or fly ash to modify 4 aggregates to meet the requirements of Table 1,unless shown on the Drawings. 5 6 Table 1 7 Material Requireements Property Test Method Grade i Grade 2 Master gradation sieve size %retained 2-112 irk. - 0 1-314 in. 0 0-10 718 in Tex-I I O-E 10-35 - 318 in. 30-50 No.4 45 65 45-75 No.40 70-85 60-85 Liquid limit,%max. Tex-I04-E 35 40 PlastiCity index,max. Tex-106-E 10 12 Wet ball mill,%max. 40 45 Wet ball mill,%max. Tex-11 S-E increase passing the 20 20 No.40 sieve Classification 1.0 1.1-2.3 Min.compressive strength',psi Tex-1 17-E lateral pressure 0 psi 45 35 lateral pressure 15 psi 175 175 1.Determine plastic index in accordance with Tex-107-E(linear shrinkage)when liquid limit is unattainable as defined in Tex-104-E. 2.When a soundness value is required by the Drawings,test material in accordance with Tex4 l l-A. 3.Meet both the classification and the minimum compressive strength,unless otherwise shown on the Drawings. 8 9 4. Material Tolerances 10 a. The City may accept material if no more than 1 of the 5 most recent gradation I 1 tests has an individual sieve outside the specified limits of the gradation- 12 b. When target grading is required by the Drawings,no single failing test may 13 exceed the master grading by more than 5 percentage points on sieves No.4 14 and larger or 3 percentage points on sieves smaller than No.4. 15 c. The City may accept material if no more than 1 of the 5 most recent plasticity 16 index tests is outside the specified limit.No single failing test may exceed the 17 allowable limit by more than 2 points. 18 5. Material Types 19 a. Do not use fillers or binders unless approved. 20 b. Furnish the type specified on the Drawings in accordance with the following: 21 1) Type A 22 a) Crushed stone produced and graded from oversize quarried aggregate 23 that originates from a single,naturally occurring source- 24 b) Do not use gravel or multiple sources. 25 2) Type B 26 a) Only for use as base material for temporary pavement repairs. 27 b) Do not exceed 20 percent RAP by weight unless shown on Drawings. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 32 11 23-4 FLEMBLE BASE COURSES Page 4 of 7 1 3) Type D 2 a) Type A material or crushed concrete. 3 b) Crushed concrete containing gravel will be considered Type D 4 material. 5 c) The City may require separate dedicated stockpiles in order to verify 6 compliance. 7 d) Crushed concrete must meet the following requirements: 8 (1) Table 1 for the grade specified. 9 (2) Recycled materials must be free from reinforcing steel and other 10 objectionable material and have at most 1.5 percent deleterious 11 material when tested in accordance with TEX413-A. 12 C. Water 13 1. Furnish water free of industrial wastes and other objectionable matter. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3- EXECUTION 17 3.1 INSTALLERS (NOT USED] IS 3.2 EXAMINATION [NUT USED] 19 33 PREPARATION 20 A. General 21 1. Shape the subgrade or existing base to conform to the typical sections shown on the 22 Drawings or as directed. 23 2. When new base is required to be mixed with existing base: 24 a. Deliver,place,and spread the new flexible base in the required amount. 25 b. Manipulate and thoroughly mix the new base with existing material to provide 26 a uniform mixture to the specified depth before shaping. 27 B. Subgrade Compaction 28 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the 29 following: 30 a. Proof Rolling 31 1) City Project Representative must be on-site during proof rolling operations. 32 2) Use equipment that will apply sufficient load to identify soft spots that rut 33 or pump. 34 a) Acceptable equipment includes fully loaded single-axle water truck 35 with a 1500 gallon capacity- 36 3) Make at least 2 passes with the proof roller(down and back= 1 pass). 37 4) Offset each trip by at most 1 tire width. 38 5) If an unstable or non-uniform area is found,correct the area. 39 b. Correct 40 1) Soft spots that rut or pump greater than 314 inch 41 2) Areas that are unstable or non-uniform 42 2. Installation of base material cannot proceed until compacted subgrade approved by 43 the City- CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 20,2012 321123-5 FLEXIBLE BASE COURSES Page 5 of 7 1 3A INSTALLATION 2 A. General 3 1. Construct each layer uniformly,free of loose or segregated areas,and with the 4 required density and moisture content. 5 2. Provide a smooth surface that conforms to the typical sections, lines,and grades 6 shown on the Drawings or as directed. 7 3. Haul approved flexible base in clean,covered trucks. 8 B. Equipment 9 1. General 10 a_ Provide machinery,tools, and equipment necessary for proper execution of the 11 work. 12 2. Rollers 13 a. The Contractor may use any type of roller to meet the production rates and 14 quality requirements of the Contract unless otherwise shown on the Drawings 15 or directed. 16 b- When specific types of equipment are required,use equipment that meets the 17 specified requirements. 18 c. Alternate Equipment. 19 1) Instead of the specified equipment,the Contractor may,as approved, 20 operate other compaction equipment that produces equivalent results. 21 2) Discontinue the use of the alternate equipment and furnish the specified 22 equipment if the desired results are not achieved. 23 d. City may require Contractor to substitute equipment if production rate and 24 quality requirements of the Contract are not met. 25 C. Placing 26 1_ Spread and shape flexible base into a uniform layer by approved means the same 27 day as delivered unless otherwise approved. 28 2. Place material such that it is mixed to minimize segregation. 29 3- Construct layers to the thickness shown on the Drawings,while maintaining the 30 shape of the course. 31 4. Where subbase or base course exceeds 6 inches in thickness,construct in 2 or more 32 courses of equal thickness. 33 5. Minimum lift depth: 3 inches 34 6. Control dust by sprinkling. 35 7. Correct or replace segregated areas as directed- 36 8. Place successive base courses and finish courses using the same construction 37 methods required for the first course. 38 D. Compaction 39 1. General 40 a. Compact using density control unless otherwise shown on the Drawings. 41 b. Multiple lifts are permitted when shown on the Drawings or approved. 42 c. Bring each layer to the moisture content directed. When necessary,sprinkle the 43 material to the extent necessary to provide not less than the required density. CrrY OF FORT WORTH CONCRETE RESTORATM(2619-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:161603 Retised December 26,2012 32!123-6 FLEXIBLE BASE COURSES Page 6 of 7 1 d. Compact the full depth of the subbase or base to the extent necessary to remain 2 firm and stable under construction equipment. 3 2. Rolling 4 a. Begin rolling longitudinally at the sides and proceed towards the center, 5 overlapping on successive trips by at least 112 the width of the roller unit. 6 b- On superelevated curves,begin rolling at the low side and progress toward the 7 high side. 8 c. Offset alternate trips of the roller. 9 d. Operate rollers at a speed between 2 and 6 mph as directed. 10 e. Rework,recompact,and refinish material that fails to meet or that loses 11 required moisture,density,stability,or finish before the next course is placed or 12 the project is accepted. 13 f. Continue work until specification requirements are met. 14 g. Proof roll the compacted flexible base in accordance with the following: 15 1) Proof Rolling 16 a) City Project Representative must be on-site during proof rolling 17 operations. 18 b) Use equipment that will apply sufficient load to identify soft spots that 19 rut or pump. 20 (1) Acceptable equipment includes fully loaded single-axle water truck 21 with a 1500 gallon capacity. 22 c) Make at least 2 passes with the proof roller(down and back= 1 pass). 23 d) Offset each trip by at most 1 tire width. 24 e) If an unstable or non-uniform area is found,correct the area. 25 2) Correct 26 a) Soft spots that rut or pump greater than 314 inch. 27 b) Areas that are unstable or non-uniform. 28 3. Tolerances 29 a. Maintain the shape of the course by blading. 30 b. Completed surface shall be smooth and in conformity with the typical sections 31 shown on the Drawings to the established lines and grades. 32 c. For subgrade beneath paving surfaces,correct any deviation in excess of 114 33 inch in cross section in length greater than 16 feet measured longitudinally by 34 loosening,adding or removing material. Reshape and recompact by sprinkling 35 and rolling. 36 d. Correct all fractures,settlement or segregation immediately by scarifying the 37 areas affected,adding suitable material as required. Reshape and recompact by 38 sprinkling and rolling. 39 e. Should the subbase or base course,due to any reason,lose the required 40 stability,density and finish before the surfacing is complete, it shall be 41 recompacted at the sole expense of the Contractor. 42 4. Density Control 43 a. Minimum Density: 95 percent compaction as determined by ASTM D698. 44 b. Moisture content: minus 2 to plus 4 of optimum. 45 E. Finishing 46 1. After completing compaction,clip,skin,or tight-blade the surface with a 47 maintainer or subgrade trimmer to a depth of approximately 114 inch. 48 2. Remove loosened material and dispose of it at an approved location. MY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDAPLD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 20,2012 321123-7 FLEXIBLE BASE COURSES Page 7 of 7 1 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic 2 tire roller until a smooth surface is attained. 3 4. Add small increments of water as needed during rolling. 4 5. Shape and maintain the course and surface in conformity with the typical sections, 5 lines,and grades as shown on the Drawings or as directed. 6 6- In areas where surfacing is to be placed,correct grade deviations greater than 114 7 inch in 16 feet measured longitudinally or greater than 114 inch over the entire 8 width of the cross-section. 9 7. Correct by loosening,adding,or removing material. 10 8. Reshape and recompact in accordance with 3A.C. 11 3.5 REPAIRIRESTORATION [NOT USED] 12 3.6 RE-INSTALLATION [NOT USED] 13 3.7 QUALITY CONTROL 14 A. Density Test 15 1. City to measure density of flexible base course. 16 a. Notify City Project Representative when flexible base ready for density testing. 17 b. Spacing directed by City(1 per block minimum). 18 c. City Project Representative determines location of density testing. 19 3.8 SYSTEM STARTUP [NOT USED] 20 3.9 ADJUSTING [NOT USED] 21 3.10 CLEANING [NOT USED] 22 3.11 CLOSEOUT ACTIVITIES [NOT USED] 23 3.12 PROTECTION [NOT USED] 24 3.13 MAINTENANCE [NUT USED] 25 3.14 ATTACHMENTS[NUT USED] 26 END OF SECTION 27 Revision Log DATE NAME SUMMARY OF CHANGE 28 CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 321313-1 CONCRETE PAVING Pagel oF22 I SECTION 3213 13 2 CONCRETE PAVING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1_ Finished pavement constructed of Portland cement concrete including 7 monolithically poured curb on the prepared subgrade or other base course. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. FOR THIS PROJECT CONCRETE PAVING SECTION 32 13 13 INCLUDES 10 FINISHED CONCRETE OF INDIVIDUAL PANEL OR/AND PANEL WITH I l MONOLITHICALLY POURED CURB. 12 2. ADJUSTMENT OF MANHOLE COVER AND WATER VALVE BOX SHALL 13 BE CONSIDERED SUBSIDARY WORK,NO SEPARATE PAY. 14 3. BACKFILLING AND FINISHING GRADE BEHIND CURB INCLUDING 15 FURNISHING AND PACING TOP SOIL SHALL BE CONSIDERED 16 SUBSIDARY WORK,NO SEPARATE PAY. 17 4. SAWING, CLEANING,AND APPLYING JOINT SEALANTS WITH 18 FURNISHING AND INSTALLING MATERIALS SHALL BE CONSIDERED 19 SUBSIDARY WORK,NO SEPARATE PAY. 20 5. UNCLASSIFIED EXCAVATION(IF NEEDED)FOR CONCRETE PAVING UP 21 TO 7 INCH SHALL BE CONSIDERED SUBSIDARY,NO SEPARATE PAY. 22 6. MINIMUM COMPRESSIVE STRENGTH OF HIGH EARLY STRENGTH(HES) 23 CLASS CONCRETE SHALL BE 3,000 PSI AT 72 HOURS. 24 7. TO CHECK THE COMPRESSIVE STRENGTH OF THE CONCRETE BEING 25 PLACED ONE CYLINDER TO BE TESTED AT 3 DAYS BY CITY IN 26 ADDITION TO TEST AT 7 DAYS AND 28 DAYS. 27 C. Related Specification Sections include,but are not necessarily limited to: 28 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 29 2. Division 1 -General Requirements 30 3. Section 32 0129-Concrete Paving Repair 31 4- Section 32 13 73-Concrete Paving Joint Sealants 32 1.2 PRICE AND PAYMENT PROCEDURES 33 A. Measurement 34 1. Measurement 35 a. Measurement for this Item shall he by the square yard of completed and 36 accepted Concrete Pavement in its final position as measured from back of curb 37 for various: 38 1) Classes 39 2) Thicknesses 40 2. Payment CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: I01603 Revised December 20,2012 321313-2 CONCRETE PAVING Page 2 of 22 1 a. The work performed and materials furnished in accordance with this Item will 2 be paid for at the unit price hid per square yard of Concrete Pavement. 3 3. The price hid shall include: 4 a. Shaping and fine grading the placement area 5 h. Furnishing and applying all water required 6 c. Furnishing,loading and unloading,storing,hauling and handling all concrete 7 ingredients including all freight and royalty involved 8 d. Mixing,placing,finishing and curing all concrete 9 e. Furnishing and installing all reinforcing steel 10 f. Furnishing all materials and placing longitudinal,warping,expansion,and 11 contraction joints,including all steel dowels,dowel caps and load transmission 12 units required,wire and devices for placing,holding and supporting the steel 13 bar,load transmission units,and joint filler material in the proper position; for 14 coating steel bars where required by the Drawings 15 g. Sealing joints 16 h. Monolithically poured curb 17 i. Cleanup 18 1.3 REFERENCES 19 A. Reference Standards 20 1. Reference standards cited in this specification refer to the current reference standard 21 published at the time of the latest revision date logged at the end of this 22 specification,unless a date is specifically cited. 23 2. ASTM International(ASTM): 24 a. A6151A615M,Deformed and Plain Billet-Steel Bars for Concrete 25 Reinforcement 26 b. C31,Standard Practice for Making and Curing Concrete Test Specimens in the 27 Field 28 c. C33,Concrete Aggregates 29 d. C39,Standard Test Method for Compressive Strength of Cylindrical Concrete 30 Specimens 31 e. C42,Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 32 Beams of Concrete 33 f. C941C94M,Standard Specifications for Ready-Mixed Concrete 34 g. C150,Portland Cement 35 h. C156,Water Retention by Concrete Curing Materials 36 i. C172,Standard Practice for Sampling Freshly Mixed Concrete 37 j. C260,Air Entraining Admixtures for Concrete 38 k, C309,Liquid Membrane-Forming Compounds for Curing Concrete,Type 2 39 1. C494,Chemical Admixtures for Concrete,Types"A","D","F"and"G" 40 m. C618,Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 41 Admixture in Concrete 42 n. C881,Standard Specification for Epoxy-Resin-Base Bonding Systems for 43 Concrete 44 o. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 45 Cement Concrete 46 p. C1602,Standard Specification for Mixing Water Used in the Production of 47 Hydraulic Cement Concrete. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 32 13 13-3 CONCRETE PAVING Page 3 of 22 1 q. D698,Laboratory Compaction Characteristics of Soil Using Standard Effort 2 (12,400 ft-lbf/0) 3 3. American Concrete Institute(ACI): 4 a. ACI 305.1-06 Specification for Hot Weather Concreting 5 b. ACI 306.1-90,Standard Specification for Cold Weather Concreting 6 c. ACI 318 7 1.4 ADMINISTRATIVE REQUIREMENTS INOT USED] S 1.5 SUBMITTALS INOT USED] 9 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS 10 A. Mix Design: submit for approval. See Item 2A.A. 11 1.7 CLOSEOUT SUBMITTALS INOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NUT USED] 14 1.10 DELIVERY,STORAGE,AND HANDLING [NUT USED] 15 1.11 FIELD CONDITIONS 16 A. Weather Conditions 17 1. Place concrete when concrete temperature is between 40 and 100 degrees when 18 measured in accordance with ASTM C 1064 at point of placement. 19 2. Hot Weather Concreting 20 a. Take immediate corrective action or cease paving when the ambient 21 temperature exceeds 95 degrees. 22 b. Concrete paving operations shall be approved by the City when the concrete 23 temperature exceeds 100 degrees. See Standard Specification for Hot Weather 24 Concreting(ACI 305.1-06). 25 3. Cold Weather Concreting 26 a. Do not place when ambient temp in shade is below 40 degrees and falling. 27 Concrete may be placed when ambient temp is above 35 degrees and rising or 28 above 40 degrees. 29 b. Concrete paving operations shall be approved by the City when ambient 30 temperature is below 40 degrees. See Standard Specification for Cold Weather 31 Concreting(AGI 306.1-90). 32 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 33 pavement in natural light,or as directed by the City. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 32 13 13-4 CONCRETE PAVING Page 4 of 22 1 1.12 WARRANTY [NOT USED] 2 PART 2- PRODUCTS 3 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A. Cementitious Material: ASTM C150. 6 B. Aggregates: ASTM C33. 7 C. Water: ASTM C 1602. 8 D. Admixtures: When admixtures are used,conform to the appropriate specification: 9 1. Air-Entraining Admixtures for Concrete: ASTM C260. 10 2. Chemical Admixtures for Concrete:ASTM C494,Types"A","D","F"and"G." 11 3. Fly Ash 12 a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: 13 ASTM C618. 14 b. Fly ash may be substituted at one pound per pound of cement up to 25%of the 15 specified cement content when such batch design is approved by the Engineer. 16 E. Steel Reinforcement: ASTM A615. 17 F. Steel Wire Reinforcement: Not used for concrete pavement. 18 G. Dowels and Tie Bars 19 1. Dowel and tie bars:ASTM A615. 20 2. Dowel Caps 21 a. Provide dowel caps with enough range of movement to allow complete closure 22 of the expansion joint. 23 b. Caps for dowel bars shall be of the length shown on the Drawings and shall 24 have an internal diameter sufficient to permit the cap to freely slip over the bar. 25 c. In no case shall the internal diameter exceed the bar diameter by more 118 inch, 26 and one end of the cap shall be rightly closed. 27 3. Epoxy for Dowel and Tie Bars:ASTM C881. 28 a. See following table for approved producers of epoxies and adhesives 29 Pre-Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308+ Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pm-Poxy-300 Fast Tube Unitex CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101G03 Revised December 20,2012 32 13 13-5 CONCRETE PAVING Page 5 of 22 Shep-Poxy Tx1I[ CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S.A-22-2300 Adhesives Technology Slow Set Dynapoxy EP-430 Pecora Corp. EDCT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 300OFS SpecChem 1 2 b. Epoxy Use, Storage and Handling 3 1) Package components in airtight containers and protect from light and 4 moisture. 5 2) Include detailed instructions for the application of the material and all 6 safety information and warnings regarding contact with the components. 7 3) Epoxy label requirements 8 a) Resin or hardener components 9 b) Brand name 10 c) Name of manufacturer 11 d) Lot or batch number 12 e) Temperature range For storage 13 f) Date of manufacture 14 g) Expiration date 15 h) Quantity contained 16 4) Store epoxy and adhesive components at temperatures recommended by the 17 manufacturer. 18 5) Do not use damaged or previously opened containers and any material that 19 shows evidence of crystallization,lumps skinning,extreme thickening,or 20 settling of pigments that cannot be readily dispersed with normal agitation. 21 6) Follow sound environmental practices when disposing of epoxy and 22 adhesive wastes. 23 7) Dispose of all empty containers separately_ 24 8) Dispose of epoxy by completely emptying and mixing the epoxy before 25 disposal 26 H. Reinforcement Bar Chairs 27 1. Reinforcement bar chairs or supports shall be of adequate strength to support the 28 reinforcement bars and shall not bend or break under the weight of the 29 reinforcement bars or Contractor's personnel walking on the reinforcing bars. 30 2. Bar chairs may be made of metal (free of rust),precast mortar or concrete blocks or 31 plastic. 32 3. For approval of plastic chairs, representative samples of the plastic shall show no 33 visible indications of deterioration after immersion in a 5-percent solution of 34 sodium hydroxide for 120-hours. 35 4. Bar chairs may be rejected for failure to meet any of the requirements of this 36 specification. CITY OF FORT WORTH CONCRETE RESTORATM(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 20,2012 321313-6 CONCRETE PAVING Page 6of22 1 I- Joint Filler 2 1. Joint filler is the material placed in concrete pavement and concrete structures to 3 allow for the expansion and contraction of the concrete. 4 2. Woad Boards: Used as joint filler for concrete paving. 5 a. Boards for expansion joint filler shall be of the required size,shape and type 6 indicated on the Drawings or required in the specifications. 7 1) Boards shall be of selected stock of redwood or cypress.The boards shall 8 be sound heartwood and shall be free from sapwood,knots,clustered 9 birdseyes,checks and splits. 10 2) Joint filler,boards,shall be smooth,flat and straight throughout,and shall 11 be sufficiently rigid to permit ease of installation. 12 3) Boards shall be furnished in lengths equal to the width between 13 longitudinal joints,and may be furnished in strips or scored sheet of the 14 required shape. 15 3. Dimensions.The thickness of the expansion joint filler shall be shown on the 16 Drawings;the width shall be not less than that shown on the Drawings,providing 17 for the top seal space. 18 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the 19 requirements of this specification. 20 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. 21 K. Curing Materials 22 1. Membrane-Forming Compounds. 23 a. Conform to the requirements of ASTM 0309,Type 2,white pigmented 24 compound and be of such nature that it shall not produce permanent 25 discoloration of concrete surfaces nor react deleteriously with the concrete. 26 b. The compound shall produce a firm,continuous uniform moisture-impermeable 27 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 28 concrete. 29 c. It shall,when applied to the damp concrete surface at the specified rate of 30 coverage,dry to touch in 1 hour and dry through in not more than 4 hours under 31 normal conditions suitable for concrete operations. 32 d. It shall adhere in a tenacious film without running off or appreciably sagging. 33 e. It shall not disintegrate,check,peel or crack during the required curing period 34 f: The compound shall not peel or pick up under traffic and shall disappear from 35 the surface of the concrete by gradual disintegration. 36 g. The compound shall be delivered to the job site in the manufacturer's original 37 containers only,which shall be clearly labeled with the manufacturer's name, 38 the trade name of the material and a batch number or symbol with which test 39 samples may be correlated. 40 h. When tested in accordance with ASTM C156 Water Retention by Concrete 41 Curing Materials,the liquid membrane-forming compound shall restrict the loss 42 of water present in the test specimen at the time of application of the curing 43 compound to not more than 0.01-oz.-per-2 inches of surface. 44 2.3 ACCESSORIES [NOT USED] 45 2.4 SOURCE QUALITY CONTROL 46 A. Mix Design CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 32 13 13-7 CONCRETE PAVING Page 7 of 22 I 1. Concrete Mix Design and Control 2 a. At least 10 calendar days prior to the start of concrete paving operations,the 3 Contractor shall submit a design of the concrete mix it proposes to use and a 4 full description of the source of supply of each material component. 5 b. The design of the concrete mix shall produce a quality concrete complying with 6 these specifications and shall include the following information: 7 1) Design Requirements and Design Summary 8 2) Material source 9 3) Dry weight of cement/cubic yard and type 10 4) Dry weight of fly ashicubic yard and type, if used 11 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 12 6) Design water/cubic yard 13 7) Quantities,type,and name of admixtures with manufacturer's data sheets 14 8) Current strength tests or strength tests in accordance with ACI 318 15 9) Current Sieve Analysis and-200 Decantation of fine and coarse aggregates 16 and date of tests 17 14) Fineness modulus of fine aggregate 18 11) Specific Gravity and Absorption Values of fine and coarse aggregates 19 12) L.A. Abrasion of coarse aggregates 20 c. Once mix design approved by City,maintain intent of mix design and 21 maximum water to cement ratio. 22 d. No concrete may be placed on the job site until the mix design has been 23 approved by the City. 24 2. Quality of Concrete 25 a. Consistency 26 1) In general,the consistency of concrete mixtures shall be such that: 27 a) Mortar shall cling to the coarse aggregate 28 b) Aggregate shall not segregate in concrete when it is transported to the 29 place of deposit 30 c) Concrete,when dropped directly from the discharge chute of the mixer, 31 shall flatten out at the center of the pile,but the edges of the pile shall 32 stand and not flow 33 d) Concrete and mortar shall show no free water when removed From the 34 mixer 35 e) Concrete shall slide and not flow into place when transported in metal 36 chutes at an angle of 30 degrees with the horizontal 37 f) Surface of the finished concrete shall be free from a surface film or 38 laitance 39 2) When field conditions are such that additional moisture is needed for the 40 final concrete surface finishing operation,the required water shall be 41 applied to the surface by hand sprayer only and be held to a minimum 42 amount. 43 3) The concrete shall be workable,cohesive,possess satisfactory finishing 44 qualities and be of the stiffest consistency that can be placed and vibrated 45 into a homogeneous mass. 46 4) Excessive bleeding shall be avoided. CITY OF FORT WORTH CONCRETE RESTORATM(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 32 13 13-8 CONCRETE PAVMG Page 8 of 22 1 5) If the strength or consistency required for the class of concrete being 2 produced is not secured with the minimum cement specified or without 3 exceeding the maximum water/cement ratio,the Contractor may use,or the 4 City may require,an approved cement dispersing agent(water reducer);or 5 the Contractor shall furnish additional aggregates,or aggregates with 6 different characteristics,or the Contractor may use additional cement in 7 order to produce the required results. 8 6) The additional cement may be permitted as a temporary measure,until 9 aggregates are changed and designs checked with the different aggregates 10 or cement dispersing agent. 11 7) The Contractor is solely responsible for the quality of the concrete 12 produced. 13 8) The City reserves the right to independently verify the quality of the 14 concrete through inspection of the batch plant,testing of the various 15 materials used in the concrete and by casting and testing concrete cylinders 16 or beams on the concrete actually incorporated in the pavement. 17 b. Standard Class 18 1) Unless otherwise shown on the Drawings or detailed specifications,the 19 standard class for concrete paving for streets and alleys is shown in the 20 following table: 21 CITY OF FORT WORTH CONCRETE RESTORATTN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 32 13 13-9 CONCRETE PAVING Page 9 of 22 1 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive, Water/ Aggregate Lb./CY Strength' Cementitious, Maximum psi patio Size inch P 517 3600 0.49 1-112 H 564 4500 0.45 1-1/2 2 1.All exposed horizontal concrete shall have entrained-air. 3 2.Minimum Compressive Strength Required. 4 5 2) Machine-Laid concrete: Class P 6 3) Hand-Laid concrete: Class H 7 c. High Early Strength Concrete(HES) 8 1) When shown on the Drawings or allowed,provide Class HES concrete for 9 very early opening of pavements area or leaveouts to traffic. 10 2) Design class HES to meet the requirements of class specified for concrete 11 pavement and a minimum compressive strength of 2,600 psi in 24 hours, 12 unless other early strength and time requirements are shown on the 13 Drawings allowed. 14 3) No strength overdesign is required. 15 16 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete Cementitious Compressive Water/ Aggregate Lb./CY Strength' Cementitious Maximum psi Ratio Size, inch HES 564 4500 0.45 1-1/2 17 l8 d. Slump 19 1) Slump requirements for pavement and related concrete shall be as specified 20 in the following table: 21 22 Concrete Pavement Slump Requirements Concrete Use Recommended Maximum Design Acceptable and Placement Placement Slump, Slump, inch inch Slip-Form/Form-Riding Paving 1-1/2 3 Hand Formed Paving 4 5 Sidewalk,Curb and Gutter,Concrete 4 5 Valley Gutter and Other Miscellaneous Concrete 23 24 2) No concrete shall be permitted with slump in excess of the maximums 25 shown. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 3213 13-10 CONCRETE PAVING Page 10 of 22 1 3) Any concrete mix failing to meet the above consistency requirements, 2 although meeting the slump requirements,shall be considered 3 unsatisfactory,and the mix shall be changed to correct such unsatisfactory 4 conditions. 5 PART 3- EXECUTION 6 3.1 INSTALLERS[NUT USED] 7 3.2 EXAMINATION [NOT USED] 8 33 PREPARATION [NUT USED] 9 3A INSTALLATION 14 A. Equipment 11 1. All equipment necessary for the construction of this item shall be on the project. 12 2. The equipment shall include spreading devices(augers), internal vibration, 13 tamping,and surface floating necessary to finish the freshly placed concrete in such 14 a manner as to provide a dense and homogeneous pavement. 15 3. Machine-Laid Concrete Pavement 16 a. Fixed-Form Paver. Fixed-form paving equipment shall be provided with forms 17 that are uniformly supported on a very firm subbase to prevent sagging under 18 the weight of machine. 19 b. Slip-Form Paver 20 1) Slip-form paving equipment shall be provided with traveling side forms of 21 sufficient dimensions,shape and strength so as to support the concrete 22 laterally for a sufficient length of time during placement. 23 2) City may reject use of Slip-Form Paver if paver requires over-digging and 24 impacts trees,mailboxes or other improvements. 25 4. Hand-Laid Concrete Pavement 26 a. Machines that do not incorporate these features,such as roller screeds or 27 vibrating screeds,shall be considered tools to be used in hand-laid concrete 28 construction,as slumps,spreading methods,vibration,and other procedures are 29 more common to hand methods than to machine methods. 34 5. City may reject equipment and stop operation if equipment does not meet 31 requirements. 32 B. Concrete Mixing and Delivery 33 1. Transit Batching: shall not be used—onsite mixing not permitted 34 2. Ready Mixed Concrete 35 a. The concrete shall be produced in an approved method conforming to the 36 requirements of this specification and ASTM C941C94M. City shall have access 37 ready mix to get samples of materials. 38 b. City shall have access to ready mix plant to obtain material samples. 39 c. When ready-mix concrete is used,sample concrete per ASTM C94 Alternate 40 Procedure 2: 41 1) As the mixer is being emptied,individual samples shall be taken after the 42 discharge of approximately 15 percent and 85 percent of the load. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 3213 13-11 CONCRETE PAVING Page 11 of 22 1 2) The method of sampling shall provide that the samples are representative of 2 widely separated portions,but not from the very ends of the batch. 3 d. The mixing of each batch,after all materials are in the drum,shall continue until 4 it produces a thoroughly mixed concrete of uniform mass as determined by 5 established mixer performance ratings and inspection,or appropriate uniformity 6 tests as described in ASTM C94. 7 e. The entire contents of the drum shall be discharged before any materials are 8 placed therein for the succeeding batch. 9 f. Retempering or remixing shall not be permitted. 10 1 Delivery 11 a. Deliver concrete at an interval not exceeding 30 minutes or as determined by 12 City to prevent cold joint. 13 4. Delivery Tickets 14 a. For all operations,the manufacturer of the concrete shall,before unloading, 15 furnish to the purchaser with each batch of concrete at the site a delivery ticket 16 on which is printed,stamped,or written,the following information to determine 17 that the concrete was proportioned in accordance with the approved mix design: 18 1) Name of concrete supplier 19 2) Serial number of ticket 20 3) Date 21 4) Truck number 22 5) Name of purchaser 23 6) Specific designation of job(name and location) 24 7) Specific class,design identification and designation of the concrete in 25 conformance with that employed in job specifications 26 8) Amount of concrete in cubic yards 27 9) Time loaded or of first mixing of cement and aggregates 28 10) Water added by receiver of concrete 29 11) Type and amount of admixtures 30 C. Subgrade 31 1. When manipulation or treatment of subgrade is required on the Drawings,the work 32 shall be performed in proper sequence with the preparation of the subgrade for 33 pavement. 34 2. The roadbed shall be excavated and shaped in conformity with the typical sections 35 and to the lines and grades shown on the Drawings or established by the City. 36 3. All holes,ruts and depressions shall be filled and compacted with suitable material 37 and, if required,the subgrade shall be thoroughly wetted and reshaped. 38 4. Irregularities of more than 112 inch.,as shown by straightedge or template,shall be 39 corrected. 40 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum 41 density as determined by ASTM D698. 42 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 43 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 44 pavement to ensure its being in a firm and moist condition. 45 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution 46 of the work. CTCY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised Dcccmber 20,2012 321313-12 CONCRETE PAVING Page 12 of 22 1 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 2 place concrete pavement. 3 10. After the specified moisture and density are achieved,the Contractor shall maintain 4 the subgrade moisture and density in accordance with this Section. 5 11. in the event that rain or other conditions may have adversely affected the condition b of the subgrade or base,additional tests may be required as directed by the City. 7 D. Placing and Removing Forms 8 1. Placing Forms 9 a. Forms for machine-laid concrete 10 1) The side forms shall be metal,of approved cross section and bracing,of a 11 height no fess than the prescribed edge thickness of the concrete section, 12 and a minimum of 10 feet in length for each individual form. 13 2) Forms shall be of ample strength and staked with adequate number of pins 14 capable of resisting the pressure of concrete placed against them and the 15 thrust and the vibration of the construction equipment operating upon them 15 without appreciable springing,settling or deflection. 17 3) The forms shall be free from warps,bends or kinks and shall show no 18 variation from the true plane for face or top. 19 4) Forms shall be jointed neatly and tightly and set with exactness to the 20 established grade and alignment. 21 5) Forms shall be set to line and grade at least 200 feet,where practicable,in 22 advance of the paving operations. 23 5) In no case shall the base width be less than 8 inches for a form 8 inches or 24 more in height. 25 7) Forms must be in firm contact with the subgrade throughout their length 26 and base width. 27 8) If the subgrade becomes unstable,forms shall be reset,using heavy stakes 28 or other additional supports may be necessary to provide the required 29 stability. 30 b. Forms for hand-laid concrete 31 1) Forms shall extend the full depth of concrete and be a minimum of 1-112 32 inches in thickness or equivalent when wooden forms are used,or be of a 33 gauge that shall provide equivalent rigidity and strength when metal forms 34 are used. 35 2) For curves with a radius of less than 250 feet,acceptable flexible metal or 36 wood forms shall be used. 37 3) All forms showing a deviation of 118 inch in 10 feet from a straight line 38 shall be rejected 39 2. Settling. When forms settle over 118 inch under finishing operations,paving 40 operations shall be stopped the forms reset to line and grade and the pavement then 41 brought to the required section and thickness. 42 3. Cleaning. Forms shall be thoroughly cleaned after each use. 43 4. Removal. 44 a. Forms shall remain in place until the concrete has taken its final set. 45 b. Avoid damage to the edge of the pavement when removing forms. 46 c. Repair damage resulting from form removal and honeycombed areas with a 47 mortar mix within 24 hours after form removal unless otherwise approved. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 32 13 13-13 CONCRETE PAVING Page 13 of 22 1 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 2 after a bulkhead for a transverse construction joint has been removed unless 3 otherwise approved. 4 e. When forms are removed before 72 hours after concrete placement,promptly 5 apply membrane curing compound to the edge of the concrete pavement. 6 E. Placing Reinforcing Steel,Tie,and Dowel Bars 7 1. General 8 a. When reinforcing steel tie bars,dowels,etc.,are required they shall be placed 9 as shown on the Drawings. 10 b. All reinforcing steel shall be clean,free from rust in the form of loose or 11 objectionable scale,and of the type, size and dimensions shown on the 12 Drawings. 13 c. Reinforcing bars shall be securely wired together at the alternate intersections 14 and all splices and shall be securely wired at each intersection dowel and load- 15 transmission unit intersected. 16 d. All bars shall be installed in their required position as shown on the Drawings. 17 e. The storing of reinforcing or structural steel on completed roadway slabs is generally shall be avoided and,where permitted,such storage shall be limited 19 to quantities and distribution that shall not induce excessive stresses. 24 2. Splices 21 a. Provide standard reinforcement splices by lapping and tying ends. 22 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 23 the Drawings. 24 3. Installation of Reinforcing Steel 25 a. All reinforcing bars and bar mats shall be installed in the slab at the required 26 depth below the finished surface and supported by and securely attached to bar 27 chairs installed on prescribed longitudinal and transverse centers as shown by 28 sectional and detailed drawings on the Drawings. 29 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 30 on the Drawings and shall be approved by the City prior to extensive 31 fabrication. 32 c. After the reinforcing steel is securely installed above the subgrade as specified 33 in Drawings and as herein prescribed,no loading shall be imposed upon the 34 bar mats or individual bars before or during the placing or finishing of the 35 concrete. 36 4. Installation of Dowel Bars 37 a. Install through the predrilled joint filler and rigidly support in true horizontal 38 and vertical positions by an assembly of bar chairs and dowel baskets. 39 b. Dowel Baskets 40 1) The dowels shall be held in position exactly parallel to surface and 41 centerline of the slab,by a dowel basket that is left in the pavement_ 42 2) The dowel basket shall hold each dowel in exactly the correct position so 43 firmly that the dowel's position cannot be altered by concreting operations. 44 c. Dowel Caps 45 1) Install cap to allow the bar to move not less than 1-114 inch in either 46 direction. 47 5. Tie Bar and Dowel Placement 48 a. Place at mid-depth of the pavement slab,parallel to the surface. CITY Of FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: I01603 Revised December 20,2012 32 13 13-14 CONCRETE PAVING Page 14 of 22 1 b. Place as shown on the Drawings. 2 6. Epoxy for Tie and Dowel Bar Installation 3 1) Epoxy bars as shown on the Drawings. 4 2) Use only drilling operations that do not damage the surrounding operations. 5 3) Blow out drilled holes with compressed air. 6 4) Completely fill the drilled hole with approved epoxy before inserting the tie 7 bar into the hole. 8 5) Install epoxy grout and bar at least 6 inches embedded into concrete. 9 F. Joints 10 1. Joints shall be placed where shown on the Drawings or where directed by the City. 11 2. The plane of all joints shall make a right angle with the surface of the pavement. 12 3. No joints shall have an error in alignment of more than 112 inch at any point. 13 4. Joint Dimensions 14 a. The width of the joint shall be shown on the Drawings,creating the joint 15 sealant reservoir. 16 b. The depth of the joint shall be shown on the Drawings. 17 c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's 18 recommendations. 19 d. After caring,the joint sealant shall be 118 inch to 114 inch below the pavement 24 surface at the center of the joint. 21 5. Transverse Expansion Joints 22 a. Expansion joints shall be installed perpendicularly to the surface and to the 23 centerline of the pavement at the locations shown on the Drawings,or as 24 approved by the City. 25 b. Joints shall be of the design width,and spacing shown on the Drawings,or as 26 approved by the City. 27 c. Dowel bars,shall be of the size and type shown on the Drawings,or as 28 approved by the City,and shall be installed at the specified spacing. 29 d. Support dowel bars with dowel baskets. 30 e. Dowels shall restrict the free opening and closing of the expansion join and 31 shall not make planes of weaknesses in the pavement. 32 f. Greased Dowels for Expansion Joints. 33 1) Coat dowels with a thin film of grease or other approved de-bonding 34 material. 35 2) Provide dowel caps on the lubricated end of each dowel bar. 36 g. Proximity to Existing Structures. When the pavement is adjacent to or around 37 existing structures,expansions joints shall be constructed in accordance with 38 the details shown on the Drawings. 39 6. Transverse Contraction Joints 44 a. Contraction or dummy joints shall be installed at the locations and at the 41 intervals shown on the Drawings. 42 b. Joints shall be of the design width,and spacing shown on the Drawings,or as 43 approved by the City. 44 c. Dowel bars,shall be of the size and type shown on the Drawings,or as 45 approved by the City,and shall be installed at the specified spacing. 46 d. Joints shall be sawed into the completed pavement surface as soon after initial 47 concrete set as possible so that some raveling of the concrete is observed in 48 order for the sawing process to prevent uncontrolled shrinkage cracking. CrrY OF FORT WORTH CONCRETE RESTORATI1(2419-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 24,2412 32 13 13-15 CONCRETE PAVING Page 15 of 22 1 e. The joints shall be constructed by sawing to a 114 inch width and to a depth of 2 113 inch(114 inch permitted if limestone aggregate used)of the actual 3 pavement thickness,or deeper if so indicated on the Drawings. 4 f. Complete sawing as soon as possible in hot weather conditions and within a 5 maximum of 24 hours after saw cutting begins under cool weather conditions. 6 g. If sharp edge joints are being obtained,the sawing process shall be sped up to 7 the point where some raveling is observed. 8 h. Damage by blade action to the slab surface and to the concrete immediately 9 adjacent to the joint shall be minimized- 10 i. Any portion of the curing membrane which has been disturbed by sawing 11 operations shall be restored by spraying the areas with additional curing 12 compound. 13 7. Transverse Construction Joints 14 a. Construction joints formed at the close of each day's work or when the placing 15 of concrete has been stopped for 30-minutes or longer shall be constructed by 16 use of metal or wooden bulkheads cut true to the section of the finished 17 pavement and cleaned. 18 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. 19 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 20 surface and at right angles to the centerline of the pavement. 21 d. Edges shall be rounded to 114 inch radius. 22 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 23 the work. 24 8. Longitudinal Construction Joints 25 a. Longitudinal construction joints shall be of the type shown on the Drawings. 26 9. Joint Filler 27 a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the 28 Drawings_ 29 b. Redwood Board joints shall be used for all pavement joints except for 30 expansion joints that are coincident with a butt joint against existing 31 pavements. 32 c. Boards with less than 25-percent of moisture at the time of installation shall be 33 thoroughly wetted on the jab_ 34 d. Green lumber of much higher moisture content is desirable and acceptable. 35 e. The joint filler shall be appropriately drilled to admit the dowel bars when 36 required. 37 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 38 slab. The top edge shall be held approximately 112 inch below the finished 39 surface of the pavement in order to allow the finishing operations to be 40 continuous. 41 g. The joint filler may be composed of more than one length of board in the 42 length of joint,but no board of a length less than 6 foot may be used unless 43 otherwise shown on the Drawings. 44 h. After the removal of the side forms,the ends of the joints at the edges of the 45 slab shall be carefully opened for the entire depth of the slab. 46 14. Joint Sealing. Routine pavement joints shall be filled consistent with paving details 47 and as specified in Section 32 13 73. Materials shall generally be handled and 48 applied according to the manufacturer's recommendations as specified in Section 49 32 1373. CITY OF FORT WORTH CONCRETE RESTORATrN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 32 13 13-16 CONCRETE PAVING Page 15 of 22 1 G. Placing Concrete 2 1. Unless otherwise specified in the Drawings,the finished pavement shall be 3 constructed monolithically and constructed by machined laid method unless 4 impractical. 5 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 6 shall be distributed to the required depth and for the entire width of the pavement 7 by shoveling or other approved methods. 8 3. Any concrete not placed as herein prescribed within the time limits in the following 9 table will be rejected. Time begins when the water is added to the mixer. 10 Tem erature-Time Requirements Concrete Temperature Max Time-minutes Max Time-minutes at point ofplacement) no retarding agent) with retarding a eiu Non-Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90°F Time may be reduced by 75 city Above 75°F thru 94°F 60 90 75°F and Below 60 120 11 1 Normal dosage of retarder. 12 13 4. Rakes shall not be used in handling concrete. 14 5. At the end of the day,or in case of unavoidable interruption or delay of more than 15 30 minutes or longer to prevent cold joints,a transverse construction joint shall be 16 placed in accordance with 3.4.F.7 of this Section. 17 6. Honeycombing 18 a. Special care shall be taken in placing and spading the concrete against the 19 forms and at all joints and assemblies so as to prevent honeycombing. 20 b. Excessive voids and honeycombing in the edge of the pavement,revealed by 21 the removal of the side forms,may be cause for rejection of the section of slab 22 in which the defect occurs. 23 H. Finishing 24 1. Machine 25 a. Tolerance Limits 26 1) While the concrete is still workable,it shall be tested for irregularities with 27 a 14 foot straightedge placed parallel to the centerline of the pavement so as 28 to bridge depressions and to touch all high spots. 29 2) Ordinates measured from the face of the straightedge to the surface of the 30 pavement shall at no place exceed 1116 inch-per-foot from the nearest point 31 of contact. 32 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater 33 than 118 inch. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 10I603 Revised December 20,2012 3213 13-17 CONCRETE PAVING Page 17 of 22 1 4) Any surface not within the tolerance limits shall be reworked and 2 refinished. 3 b_ Edging 4 1) The edges of slabs and all joints requiring edging shall be carefully tooled 5 with an edger of the radius required by the Drawings at the time the 6 concrete begins to take its"set"and becomes non-workable. 7 2) All such work shall be left smooth and true to lines- 8 2. Hand 9 a. Hand finishing permitted only in intersections and areas inaccessible to a 10 finishing machine. 11 b. When the hand method of striking off and consolidating is permitted,the 12 concrete, as soon as placed,shall be approximately leveled and then struck off 13 with screed bar to such elevation above grade that,when consolidated and 14 finished,the surface of the pavement shall be at the grade elevation shown on 15 the Drawings. 16 c. A slight excess of material shall be kept in front of the cutting edge at all times. 17 d. The straightedge and joint finishing shall be as prescribed herein. 18 1. Curing 19 1. The curing of concrete pavement shall be thorough and continuous throughout the 20 entire curing period. 21 2. Failure to provide proper curing as herein prescribed shall be considered as 22 sufficient cause for immediate suspension of the paving operations. 23 3. The curing method as herein specified does not preclude the use of any of the other 24 commonly used methods of curing,and the City may approve another method of 25 curing if so requested by the Contractor. 26 4. If any selected method of curing does not afford the desired results,the City shall 27 have the right to order that another method of curing be instituted. 28 5. After removal of the side forms,the sides of the slab shall receive a like coating 24 before earth is banked against them. 30 6. The solution shall be applied,under pressure with a spray nozzle, in such a manner 31 as to cover the entire surfaces thoroughly and completely with a uniform film. 32 7. The rate of application shall be such as to ensure complete coverage and shall not 33 exceed 20-square-yards-per-gallon of curing compound. 34 8. When thoroughly dry,it shall provide a continuous and flexible membrane,free 35 from cracks or pinholes, and shall not disintegrate,check,peel or crack during the 36 curing period. 37 9. If for any reason the seal is broken during the curing period, it shall be immediately 38 repaired with additional sealing solution. 39 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing 40 Materials,the curing compound shall provide a film which shall have retained 41 within the test specimen a percentage of the moisture present in the specimen when 42 the curing compound was applied according to the following- 43 11. Contractor shall maintain and properly repair damage to curing materials on 44 exposed surfaces of concrete pavement continuously for a least 72 hours. 45 J. Monolithic Curbs CITY OF FORT WORTH CONCRETE RESTORATfN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.. 101603 Revised December 20,2012 3213 13-18 CONCRETE PAVING Page 18 of 22 1 1. Concrete for monolithic curb shall be the same as for the pavement and,if carried 2 back from the paving mixer,shall be placed within 20-minutes after being mixed. 3 2. After the concrete has been struck off and sufficiently set,the exposed surfaces 4 shall be thoroughly worked with a wooden fiat. 5 3. The exposed edges shall be rounded by the use of an edging tool to the radius 6 indicated on the Drawings. 7 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 8 K. Alley Paving 9 1. Ailey paving shall be constructed in accordance with the specifications for concrete 10 paving hereinbefore described,in accordance with the details shown on the 11 Drawings,and with the following additional provisions: 12 a. Alley paving shall be constructed to the typical cross sections shown on the 13 Drawings. 14 b. Transverse expansion joints of the type shown on the Drawings shall be 15 constructed at the property line on each end of the alley with a maximum 16 spacing of 600 feet. 17 c. Transverse contraction and dummy joints shall be placed at the spacing shown 18 on the Drawings. 19 d. Contraction and dummy joints shall be formed in such a manner that the 20 required joints shall be produced to the satisfaction of the City. 21 e. All joints shall be constructed in accordance with this specification and filled 22 in accordance with the requirement of Section 32 13 73. 23 L. Pavement Leaveouts 24 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 25 provided at location indicated on the Drawings or as directed by the City. 26 2. The extent and location of each leaveout required and a suitable crossover 27 connection to provide for traffic movements shall be determined in the field by the 28 City. 29 3.5 REPAIR 30 A Repair of concrete pavement concrete shall be consistent with the Drawings and as 31 specified in Section 32 0129. 32 3.5 RE-INSTALLATION[NOT USED] 33 3.7 SITE QUALITY CONTROL 34 A- Concrete Placement 35 1. Place concrete using a fully automated paving machine. Hand paving only 36 permitted in areas such as intersections where use of paving machine is not 37 practical 38 a. All concrete pavement not placed by hand shall be placed using a fully 39 automated paving machine as approved by the City. 40 b. Screeds will not be allowed except if approved by the City. 41 B. Testing of Materials 42 1. Samples of all materials for test shall be made at the expense of the City,unless 43 otherwise specified in the special provisions or in the Drawings. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101503 Revised December 20,2012 32 13 13-19 CONCRETE.PAVING Page 19 of 22 1 2. In the event the initial sampling and testing does not comply with the specifications, 2 all subsequent testing of the material in order to determine if the material is 3 acceptable shall be at the Contractor's expense at the same rate charged by the 4 commercial laboratories. 5 3. All testing shall be in accordance with applicable ASTM Standards and concrete 6 testing technician must be ACI certified or equivalent. 7 C. Pavement Thickness Test 8 1. Upon completion of the work and before final acceptance and final payment shall 9 be made,pavement thickness test shall be made by the City. 10 2. The number of tests and location shall be at the discretion of the City,unless 1 I otherwise specified in the special provisions or on the Drawings. 12 3. The cost for the initial pavement thickness test shall be the expense of the City. 13 4. In the event a deficiency in the thickness of pavement is revealed during normal 14 testing operations,subsequent tests necessary to isolate the deficiency shall be at 15 the Contractor's expense. 16 5. The cost for additional coring test shall be at the same rate charged by commercial 17 laboratories. 18 6. Where the average thickness of pavement in the area found to be deficient in 19 thickness by more than 0.20 inch,but not more than 0.50 inch,payment shall be 20 made at an adjusted price as specified in the following table. 21 Deficiency in Thickness Proportional Part Determined by Cores Of Contract Price Inches Allowed 0.00-0.20 140 percent 0.21 -0.30 80 percent 0.31-0.40 74 percent 0.41-0.50 64 percent 22 23 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not 24 more than 0.75 inch or 1110 of the thickness specified on the Drawings,whichever 25 is greater,shall be evaluated by the City. 26 8. If, in the judgment of the City the area of such deficiency should not be removed 27 and replaced,there shall be no payment for the area retained. 28 9. If, in the judgment of the City,the area of such deficiency warrants removal,the 29 area shall be removed and replaced,at the Contractor's entire expense,with 30 concrete of the thickness shown on the Drawings. 31 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more 32 than 1110 of the plan thickness,whichever is greater,shall be removed and 33 replaced,at the Contractor's entire expense,with concrete of the thickness shown 34 on the Drawings. 35 11. No additional payment over the contract unit price shall be made for any pavement 36 of a thickness exceeding that required by the Drawings. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 3213 13-20 CONCRETE PAVING Page 20 of 22 1 D. Pavement Strength Test 2 1. During the progress of the work the City shall provide trained technicians to cast 3 test cylinders for conforming to ASTM C31,to maintain a check on the 4 compressive strengths of the concrete being placed. 5 2. After the cylinders have been cast,they shall remain on the job site and then 6 transported,moist cured,and tested by the City in accordance with ASTM C31 and 7 ASTM C39. 8 3. In each set, 1 of the cylinders shall be tested at 7 days,2 cylinders shall be tested at 9 28 days,and 1 cylinder shall be held or tested at 56 days, if necessary. 10 4. If the 28 day test results indicate deficient strength,the Contractor may,at its option 11 and expense,core the pavement in question and have the cores tested by an 12 approved laboratory, in accordance with ASTM C42 and ACI 318 protocol,except 13 the average of all cores must meet 100 percent of the minimum specified strength, 14 with no individual core resulting in less than 90 percent of design strength,to 15 override the results of the cylinder tests. 16 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not 17 meet minimum specified strength,additional cores shall be taken to identify the 18 limits of deficient concrete pavement at the expense of the Contractor. 19 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 20 meeting the minimum specified strength shall be subject to the money penalties or 21 removal and placement at the Contractor's expense as show in the following table. 22 Percent Deficient Percent of Contract Price Allowed Greater Than 0 percent-Not More Than 10 percent 90-percent Greater Than 10 percent-Not More Than IS percent 80-percent Greater Than 15 percent €1-percent or removed and replaced at the entire cost and expense of Contractor as directed by Ci 23 24 7. The amount of penalty shall be deducted from payment due to Contractor;such as 25 penalty deducted is to defray the cost of extra maintenance. 26 8. The strength requirements for structures and other concrete work are not altered by 27 the special provision. 28 9. No additional payment over the contract unit price shall be made for any pavement 29 of strength exceeding that required by the Drawings and/or specifications. 30 E. Cracked Concrete Acceptance Policy 31 1. If cracks exist in concrete pavement upon completion of the project,the Project 32 Inspector shall make a determination as to the need for action to address the 33 cracking as to its cause and recommended remedial work 34 2. If the recommended remedial work is routing and sealing of the cracks to protect 35 the subgrade,the Inspector shall make the determination as to whether to mut and 36 seal the cracks at the time of final inspection and acceptance or at any time prior to 37 the end of the project maintenance period. The Contractor shall perform the routing 38 and sealing work as directed by the Project Inspector,at no cost to the City, 39 regardless of the cause of the cracking. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.. 101603 Revised December 20,2012 3213 13-21 CONCRETE PAVING Page 21 of 22 1 3. If remedial work beyond routing and sealing is determined to be necessary,the 2 Inspector and the Contractor will attempt to agree on the cause of the cracking. If 3 agreement is reached that the cracking is due to deficient materials or workmanship, 4 the Contractor shall perform the remedial work at no cost to the City. Remedial 5 work in this case shall be limited to removing and replacing the deficient work with b new material and workmanship that meets the requirements of the contract. 7 4. If remedial work beyond routing and sealing is determined to be necessary,and the 8 Inspector and the Contractor agree that the cause of the cracking is not deficient 9 materials or workmanship,the City may request the Contractor to provide an 10 estimate of the cost of the necessary remedial work and/or additional work to 11 address the cause of the cracking,and the Contractor will perform that work at the 12 agreed-upon price if the City elects to do so. 13 S. If remedial work is necessary,and the Inspector and the Contractor cannot agree on 14 the cause of the cracking,the City may hire an independent geotechnical engineer 15 to perform testing and analysis to determine the cause of the cracking. The 16 contractor will escrow 50 percent of the proposed costs of the geotechnical contract 17 with the City. The Contractor and the City shall use the services of a geotechnical 18 firm acceptable to both parties. 19 6. If the geotechnical engineer determines that the primary cause of the cracking is the 20 Contractor's deficient material or workmanship,the remedial work will be 21 performed at the Contractor's entire expense and the Contractor will also reimburse 22 the City for the balance of the cost of the geotechnical investigation over and above 23 the amount that has previously been escrowed. Remedial work in this case shall be 24 limited to removing and replacing the deficient work with new material and 25 workmanship that meets the requirements of the contract. 26 7. If the geotechnical engineer determines that the primary cause of the cracking is not 27 the Contractor's deficient material or workmanship,the City will return the 28 escrowed funds to the Contractor. The Contractor,on request,will provide the City 29 an estimate of the costs of the necessary remedial work and/or additional work and 30 will perform the work at the agreed-upon price as directed by the City. 31 3.8 SYSTEM STARTUP [NOT USED] 32 3.9 ADJUSTING [NOT USED] 33 3.10 CLEANING [NOT USED] 34 3.11 CLOSEOUT ACTIVITIES [NOT USED] 35 3.12 PROTECTION [NOT USED] 36 3.13 MAINTENANCE [NOT USED] 37 3.14 ATTACHMENTS [NOT USED] 38 CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 32 13 13-22 CONCRETE PAVING Page 22 of 22 I END OF SEC'T'ION 2 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 I.2.A—Modified items to be included in price bid 05/21/2414 Doug Rademaker 2.2.D—Modified to clarify acceptable fly ash substitution in concrete paving 3 CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101503 Revised December 20,2012 321320-1 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 1 of 5 1 SECTION 32 13 20 2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete sidewalks 7 2. Driveways 8 3. Barrier free ramps 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 13 2. Division I -General Requirements 14 3. Section 02 41 13 -Selective Site Demolition 15 4. Section 32 13 13-Concrete Paving 16 5. Section 32 13 73-Concrete Paving Joint Sealants 17 1.2 PRICE AND PAYMENT PROCEDURES I8 A. Measurement and Payment 19 1. Concrete Sidewalk 20 a. Measurement 21 1) Measurement for this Item shall be by the square foot of completed and 22 accepted Concrete Sidewalk in its final position for various: 23 a) Thicknesses 24 b) Types 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 and measured as provided under"Measurement"will be paid for at the unit 28 price bid per square Foot of Concrete Sidewalk. 29 c. The price bid shall include: 30 1) Excavating and preparing the subgrade 31 2) Furnishing and placing all materials 32 2. Concrete Driveway 33 a_ Measurement 34 1) Measurement for this Item shall be by the square foot of completed and 35 accepted Concrete Driveway in its final position for various: 36 a) Thicknesses 37 b) Types 38 2) Dimensions will be taken from the back of the projected curb,including the 39 area of the curb radii and will extend to the limits specified in the 40 Drawings. 41 3) Sidewalk portion of drive will be included in driveway measurement. 42 4) Curb on drive will be included in the driveway measurement. CITY OF FORT WORTH CONCRETE RESTORAT(N(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised April 30,2013 321320-2 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE[LAMPS Page 2 of 5 1 b. Payment 2 1) The work performed and materials furnished in accordance with this Item 3 and measured as provided under"Measurement"will be paid for at the unit 4 price bid per square foot of Concrete Driveway. 5 c. The price bid shall include: 5 1) Excavating and preparing the subgrade 7 2) Furnishing and placing all materials 8 3. Barrier Free Ramps 9 a. Measurement 10 1) Measurement for this Item shall be per each Barrier Free Ramp completed 11 and accepted for various: 12 a) Types 13 b. Payment 14 1) The work performed and materials furnished in accordance with this Item 15 and measured as provided under"Measurement"will be paid for at the unit 15 price bid per each"Barrier Free Ramp"installed. 17 c. The price bid shall include: 18 1) Excavating and preparing the subgrade 19 2) Furnishing and placing all materials 20 3) Curb Ramp 21 4) Landing and detectable warning surface as shown on the Drawings 22 5) Adjacent flares or side curb 23 1.3 REFERENCES 24 A. Abbreviations and Acronyms 25 1. TAS—Texas Accessibility Standards 26 2. TDLR—Texas Department of Licensing and Regulation 27 B. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification,unless a date is specifically cited. 31 2. American Society for Testing and Materials(ASTM) 32 a. D545,Test Methods for Preformed Expansion Joint Fillers for Concrete 33 Construction(Non-extruding and Resilient Types) 34 b. D698,Test Methods for Laboratory Compaction Characteristics of Soil Using 35 Standard Effort(12,400 ft-lbf/ft3) 36 1.4 ADMINISTRATIVE REQUIREMENTS [NUT USED] 37 1.5 SUBMITTALS[NUT USED] 38 1.6 ACTION SUBMITTALS4NFORMATIONAL SUBMITTALS 39 A. Mix Design: submit for approval. Section 32 13 13. 44 B. Product Data: submit product data and sample for pre-cast detectable warning for 41 barrier free ramp. 42 1.7 CLOSEOUT SUBMITTALS [NUT USED] 43 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised April 30,2013 321320-3 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 5 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 3 1.11 FIELD CONDITIONS 4 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 5 1.12 WARRANTY [NOT USED] 6 PART 2- PRODUCTS 7 2.1 OWNER-FURNISHED PRODUCTS [NUT USED] 8 2.2 EQUIPMENT AND MATERIALS 9 A. Forms:wood or metal straight, free from warp and of a depth equal to the thickness of 10 the finished work 11 B. Concrete: see Section 32 13 13. 12 1. Unless otherwise shown on the Drawings or detailed specifications,the standard 13 class for concrete sidewalks,driveways and barrier free ramps is shown in the 14 following table: 15 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strength Cementitious Maximum psi Ratio Size, inch A 470 3000 0.58 1-112 16 C. Reinforcement: see Section 32 13 13. 17 1. Sidewalk,driveway and barrier free ramp reinforcing steel shall be#3 deformed 18 bars at 18 inches on-center-both-ways at the center plane of all slabs,unless 19 otherwise shown on the Drawings or detailed specifications. 20 D. Joint Filler 21 1. Wood Filler: see Section 32 13 13. 22 2. Pre-Molded Asphalt Board Filler 23 a. Use only in areas where not practical for wood boards- 24 b. Pre-molded asphalt board filler: ASTM D545. 25 c. Install the required size and uniform thickness and as specified in Drawings. 26 d- Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 27 mixture of asphalt and vegetable fiber and/or mineral filter. 28 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 29 23 ACCESSORIES {NOT USED] 30 2.4 SOURCE QUALITY CONTROL[NUT USED] 31 PART 3- EXECUTION 32 3.1 INSTALLERS [NOT USED] 33 3.2 EXAMINATION [NOT USED] CITY OF FORT WORTH CONCRETE RESTORATfN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised ApiiI 30,2013 321324-4 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 5 1 3.3 PREPARATION 2 A. Surface Preparation 3 1. Excavation: Excavation required for the construction of sidewalks,driveways and 4 barrier free ramps shall be to the lines and grades as shown on the Drawings or as 5 established by the City. 6 2. Fine Grading 7 a. The Contractor shall do all necessary filling, leveling and fine grading required 8 to bring the subgrade to the exact grades specified and compacted to at least 90 9 percent of maximum density as determined by ASTM D698. 10 b. Moisture content shall be within minus 2 to plus 4 of optimum. 11 c. Any over-excavation shall be repaired to the satisfaction of the City. 12 B. Demolition/Removal 13 1. Sidewalk,Driveway and/or Barrier Free Ramp Removal: see Section 02 41 13. 14 3A INSTALLATION 15 A. General 16 1. Concrete sidewalks shall have a minimum thickness of inches. 17 2. Sidewalks constructed in driveway approach sections shall have a minimum 18 thickness equal to that of driveway approach or as called for by Drawings and 19 specifications within the limits of the driveway approach. 20 3. Driveways shall have a minimum thickness of 6 inches. Standard cross-slopes for 21 walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. 22 The construction of the driveway approach shall include the variable height radius 23 curb in accordance with the Drawings. 24 4. All pedestrian facilities shall comply with provisions of TAS including location, 25 slope,width,shapes,texture and coloring. Pedestrian facilities installed by the 26 Contractor and not meeting TAS must be removed and replaced to meet TAS(no 27 separate pay). 28 B. Forms: Forms shall be securely staked to line and grade and maintained in a true 29 position during the depositing of concrete. 34 C. Reinforcement: see Section 32 13 13. 31 D. Concrete Placement: see Section 32 13 13. 32 E. Finishing 33 1. Concrete sidewalks,driveways and barrier free ramps shall be finished to a true, 34 even surface. 35 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 36 3. Provide exposed aggregate finish if specified. 37 4. Edge joints and sides shall with suitable tools. 38 F. Joints 39 1. Expansion joints for sidewalks,driveways and barrier free ramps shall be formed 40 using redwood. 41 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 42 foot intervals for 5 foot wide and greater sidewalk. CITY OF FORT WORTH CONCRETE RESTORATiN(2419-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 141643 Revised April 34,2413 32 1320-5 CONCRETE SIDEWALKS,DRIVEWAYS AND BARRIER FREE RAMPS Page 5 of 5 1 3. Expansion joints shall also be placed at all intersections,sidewalks with concrete 2 driveways,curbs,formations,other sidewalks and other adjacent old concrete work. 3 Similar material shall be placed around all obstructions protruding into or through 4 sidewalks or driveways. 5 4. All expansion joints shall be 112 inch in thickness. 6 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall 7 be finished to approximately a 112 inch radius with a suitable finishing tool. 8 6. Sidewalks shall be marked at intervals equal to the width of the walk with a 9 marking tool. 10 7. When sidewalk is against the curb,expansion joints shall match those in the curb. 11 G. Barrier Free Ramp 12 1. Furnish and install brick red color pre-cast detectable warning Dome-Tile, 13 manufactured by StrongGo Industries or approved equal by the City. 14 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 15 of pedestrian travel,and extend to a minimum of 48-inch along the curb ramp or 16 landing where the pedestrian access route enters the street. 17 3. Locate detectable warning surface so that the edge nearest the curb line is a 18 minimum of 6-inch and maximum of 8-inch from the extension of the face of the 19 curb. 20 4. Detectable warning Dome-Tile surface may be curved along the corner radius. 21 5. Install detectable warning surface according to manufacturer's instructions. 22 3.5 REPAIRIRESTORATION [NOT USED] 23 3.6 RE-INSTALLATION [NOT USED] 24 3.7 FIELD QUALITY CONTROL [NOT USED] 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE [NOT USED] 31 3.14 ATTACHMENTS [NOT USED] 32 END OF SEC'T'ION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.2.A.3—Measurement and Payment for Barrier Free Ramps modified to match updated City Details 4/30/2013 F.Grin Corrected Part 1,1.2,A,3,b, 1 to read;from...square foot of Concrete Sidewalk. to...each`Barrier Free Ramp"installed 33 CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised April 30,2013 321373-1 CONCRETE PAVING JOINT SEALANTS Page 1 of 5 l SECTION 32 13 73 2 CONCRETE PAVING JOINT SEALANTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes- 6 1. Specification for silicone joint sealing for concrete pavement and curbs. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. FOR THIS PROJECT CONCRETE PAVING JOINT SEALANTS SECTION 32 9 13 73 SHALLBE PAYABLE FOR SEALING COURTESY JOINT ON EXISTING 14 PAVEMENT ONLY SEALING JOINT ON REPLACED CONCRETE PAVING 11 SHALL BE CONSIDERED SUBSIDARY TO CONCRETE PAVING SECTION 12 3213 13. 13 2. SAWING,CLEANING AND APPLYING JOINT SEALANTS UPON PLACING 14 OF BOND BAKER ROD AND BREAKER TAPE SHALL BE SUBSIDARY TO 15 JOINT SEALANTS. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division D-Bidding Requirements, Contract Forms,and Conditions of the Contract 18 2. Division 1 -General Requirements 19 3. Section 32 13 13 -Concrete Paving 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. Measurement for this Item shall be by the linear foot of Joint Sealant completed 24 and accepted only FOR COURTESY JOINT ON EXISTING 25 PAVEMENT 26 2. Payment 27 a. The work performed and materials furnished in accordance with this Item 28 WILL BE PAID FOR AT THE UNIT PROCE BID PER LINEAR FOOT OF 29 'JOMT'are subsidiary to the vwious items bid fmd no other compensatien will 30 ball,. ed rile speeifieelb, o i fie n Dr 31 13 REFERENCES 32 A. Reference Standards 33 1_ Reference standards cited in this Specification refer to the current reference 34 standard published at the time of the latest revision date logged at the end of this 35 Specification,unless a date is specifically cited. 36 2. ASTM International(ASTM): 37 a. D5893,Standard Specification for Cold Applied, Single Component, 38 Chemically Curing Silicone Joint Sealant for Portland Cement Concrete 39 Pavements CITY OF FORT WORTH CONCRETE RESTORATTN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 20,2012 321373-2 CONCRETE PAVING JOINT SEALANTS Page 2 of 5 1 1A ADMINISTRATIVE REQUIREMENTS [NOT USEDI 2 1.5 ACTION SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITI'ALSANFOR.MATIONAL SUBMITTALS 4 A. Test and Evaluation Reports 5 1. Prior to installation,furnish certification by an independent testing laboratory that 6 the silicone]oint sealant meets the requirements of this Section. 7 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant 8 has a minimum 2-year demonstrated,documented successful field performance 9 with concrete pavement silicone joint sealant systems. 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] I 1 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 CONDITIONS 15 A. Do not apply joint sealant when the air and pavement temperature is less than 35 16 degrees F 17 B. Concrete surface must be clean,dry and frost free. is C. Do not place sealant in an expansion-type joint if surface temperature is below 35 19 degrees F or above 90 degrees F. 20 1.12 WARRANTY [NUT USED) 21 PART 2- PRODUCTS 22 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 23 2.2 MATERIALS&EQUIPMENT 24 A. Materials 25 1. Joint Sealant:ASTM D5893. 26 2. Joint Filler,Backer Rod and Breaker Tape 27 a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer 28 rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. 29 b. The back rod and breaker tape shall be installed in the saw-cut joint to prevent 30 the joint sealant from flowing to the bottom of the joint- 31 c- The backer rod and breaker tape shall be compatible with the silicone joint 32 sealant and no bond or reaction shall occur between them. 33 2.3 ACCESSORIES [NUT USED] 34 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 321373-3 CONCRETE PAVING JOINT SEALANTS Page 3 of 5 1 PART 3- EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXANINATION [NUT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. General 7 1. The silicone sealant shall be cold applied. 8 2_ Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength 9 prior to sealing joints. 10 3. Perform joint reservoir saw cutting,cleaning,bond breaker installation,and joint 11 sealant placement in a continuous sequence of operations_ 12 4. See Drawings for the various joint details with their respective dimensions. 13 B. Equipment 14 l_ Provide all necessary equipment and keep equipment in a satisfactory working 15 condition. 16 2. Equipment shall be inspected by the City prior to the beginning of the work 17 3. The minimum requirements for construction equipment shall be as follows: 18 a. Concrete Saw. The sawing equipment shall be adequate in size and power to 19 complete the joint sawing to the required dimensions. 20 b. Air Compressors. The delivered compressed air shall have a pressure in excess 21 of 90 psi and shall be suitable for the removal of all free water and oil from the 22 compressed air. 23 c. Extrusion Pump. The output shall be capable of supplying a sufficient volume 24 of sealant to the joint. 25 d. Injection Tool. This mechanical device shall apply the sealant uniformly into 26 the joint. 27 e. Sandblaster. The design shall be for commercial use with air compressors as 28 specified in this Section. 29 f. Backer Rod Roller and.Tooling Instrument. These devices shall be clean and 30 free of contamination. They shall be compatible with the joint depth and width 31 requirements. 32 C. Sawing Joints: see Section 32 13 13. 33 D. Cleaning joints 34 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 35 2. Use compressed air to remove the resulting dust from the joint. 36 3. Sandblast joints after complete drying. 37 a. Attach nozzle to a mechanical aiming device so that the sand blast will be 38 directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the 39 face of the joint. 40 b. Sandblast both joint faces sandblasted in separate, 1 directional passes. 41 c. When sandblasting is complete,blow-out using compressed air. 42 d. The blow tube shall fit into the joints. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 20,2012 321373-4 CONCRETE PAVING JOINT SEALANTS Page 4 of 5 1 4. Check the blown joint for residual dust or other contamination. 2 a. If any dust or contamination is found,repeat sandblasting and blowing until the 3 joint is cleaned- 4 leaned4 b. Do not use solvents to remove stains and contamination, 5 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 6 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of 7 the joint sealant. 8 7. Do not leave open,cleaned joints unsealed overnight. 9 E. Joint Sealant 10 1. Apply the joint sealant upon placement of the bond breaker rod and tape,using the 11 mechanical injection tool. 12 2. Do not seal joints unless they are clean and dry. 13 3. Remove and discard excess sealant left on the pavement surface. 14 a- Do not excess use to seal the joints. 15 4. The pavement surface shall present a clean final condition as determined by City- lb 5. Do not allow traffic on the fresh sealant until it becomes tack-free. 17 F. Approval of Joints 18 1. The City may request a representative of the sealant manufacturer to be present at 19 the job site at the beginning of the final cleaning and sealing of joints. 20 a. The representative shall demonstrate to the Contractor and the City the 21 acceptable method for sealant installation. 22 b. The representative shall approve the clean,dry joints before the sealing 23 operation commences. 24 3.5 REPAIR/RESTORATION [NOT USED] 25 3.6 RE-INSTALLATION [NUT USED] 26 3.7 FIELD QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NUT USED] 30 3.11 CLOSEOUT ACTIVITIES [NOT USED] 31 3.12 PROTECTION [NOT USED] 32 3.13 MAINTENANCE [NOT USED] 33 3.14 ATTACHMENTS [NUT USED] 34 35 36 CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101663 Revised December 26,2012 321373-5 CONCRETE PAVING JOINT SEALANTS Page 5 of 5 1 END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE 3 CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no..101603 Revised December 20,2012 32 17 23-1 PAVEMENT MARKINGS Page 1 of 11 1 SECTION 32 17 23 2 PAVEMENT MARKINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic,hot-applied,spray(HAS)pavement markings 8 b. Thermoplastic,hot-applied,extruded(HAE)pavement markings 9 c. Preformed polymer tape I0 d. Preformed heat-activated thermoplastic tape 11 2. Raised markers 12 3. Work zone markings 13 4. Removal of pavement markings and markers 14 B. Deviations from this City of Port Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include,but are not necessarily limited to: 17 1. Division a--Bidding Requirements,Contract Forms and Conditions of the Contract 18 2. Division 1—General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Pavement Markings 22 a. Measurement 23 1) Measurement for this Item shall be per linear foot of material placed. 24 b. Payment 25 1) The work performed and materials furnished in accordance with this Item 26 and measured as provided under"Measurement"shall be paid for at the 27 unit price bid per linear foot of"Pvmt Marking"installed for: 28 a) Various Widths 29 b) Various Types 30 c) Various Materials 31 d) Various Colors 32 c. The price bid shall include: 33 1) Installation of Pavement Marking 34 2) Glass beads,when required 35 3) Surface preparation 36 4) Clean-up 37 5) Testing(when required) 38 2. Legends 39 a. Measurement 40 1) Measurement for this Item shall be per each Legend installed. 41 b. Payment CITY OF FORT WORTH CONCRETE RES.TORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no..101603 Revised November 22,2013 321723-2 PAVEMENT MARKINGS Page 2 of 11 l 1) The work performed and materials furnished in accordance with this Item 2 shall be paid for at the unit price bid per each"Legend"installed for: 3 a) Various types 4 b) Various applications 5 c. The price bid shall include: 6 1) Installation of Pavement Marking 7 2) Glass beads,when required S 3) Surface preparation 9 4) Clean-up 10 5) Testing 11 3. Raised Markers 12 a- Measurement 13 1) Measurement for this Item shall be per each Raised Marker installed. 14 b. Payment 15 1) The work performed and materials furnished in accordance with this Item 16 shall be paid for at the unit price bid per each"Raised Marker"installed 17 for: 18 a) Various types 19 c. The price bid shall include: 20 1) Installation of Raised Markers 21 2) Surface preparation 22 3) Clean-up 23 4) Testing 24 4. Work Zone Tab Markers 25 a. Measurement 26 1) Measurement for this Item shall be per each Tab Marker installed. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 shall be paid for at the unit price bid per each"Tab Marker"installed for. 30 a) Various types 31 c. The price bid shall include: 32 1) Installation of Tab Work Zone Markers 33 5. Fire Lane Markings 34 a. Measurement 35 1) Measurement for this Item shall be per the linear foot. 36 b. Payment 37 1) The work performed and materials furnished in accordance with this Item 38 and measured as provided under"Measurement"shall be paid for at the 39 unit price bid per linear foot of"Fire Lane Marking"installed. 40 c- The price bid shall include: 41 1) Surface preparation 42 2) Clean-up 43 3) Testing 44 6. Pavement Marking Removal 45 a. Measurement 46 1) Measure for this Item shall be per linear foot. 47 b. Payment CITY OF FORT WORTH CONCRETE RR'STOR,4TIN(20.19-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry P,njat m- 101603 Revised November 22,2013 321723-3 PAVEMENT MARKINGS Page 3 of I 1 1 1) The work performed and materials famished in accordance with this Item 2 and measured as provided under"Measurement"shall be paid for at the 3 unit price bid per linear foot of"Remove Pvmt Marking"performed for: 4 a) Various widths 5 c. The price bid shall include: 6 1} Removal of Pavement Markings 7 2} Clean-up 8 7. Raised Marker Removal 9 a. Measurement 10 1) Measurement for this Item shall be per each Pavement Marker removed. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 shall be paid for at the unit price bid per each"Remove Raised Marker" 14 performed. 15 c. The price bid shall include: 16 1} Removal of each Marker 17 2} Disposal of removed materials 18 3} Clean-up 19 8. Legend Removal 20 a. Measurement 21 1) Measure for this Item shall be per each Legend removed. 22 b. Payment 23 1} The work performed and materials furnished in accordance with this Item 24 and measured as provided under"Measurement"shall be paid for at the 25 unit price bid per linear Foot of"Remove Legend"performed for: 26 a) Various types 27 b) Various applications 28 c. The price bid shall include: 29 1) Removal of Pavement Markings 30 2) Clean-up 31 1.3 REFERENCES 32 A. Reference Standards 33 1. Reference standards cited in this Specification refer to the current reference 34 standard published at the time of the latest revision date logged at the end of this 35 Specification,unless a date is specifically cited. 36 2. Texas Manual on Uniform Traffic Control Devices(MUTCD),2011 Edition 37 a. Part 3,Markings 38 3. American Association of State Highway and Transportation Officials(AASHTO) 39 a. Standard Specification for Glass Beads Used in Pavement Markings,M 247-09 40 4. Federal Hi away Administration(,FHWA) 41 a. 23 CFR Part 655,FHWA Docket No. FHWA-2009-0139 42 5. Texas Department of Transportation(TxDOT) 43 a. DMS-4200,Pavement Markers(Reflectorized) 44 b. DMS-4300,Traffic Buttons 45 c. DMS-8220,Hot Applied Thermoplastic 46 d. DMS-8240,Permanent Prefabricated Pavement Markings 47 e. DMS-8241,Removable Prefabricated Pavement Markings CITY OF FORT WORTH CONCRETE.REVWRATIM(2419-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:I01403 Revised November 22,2013 321723-4 PAVEMENT MARKINGS Page 4 of 11 1 f. DMS-8242,Temporary Flexible-Reflective Road Marker Tabs 2 1.4 ADMINISTRATIVE REQUIREMENTS INOT USED] 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 01 33 00. 5 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY,STORAGE,AND HANDLING 12 A. Storage and Handling Requirements 13 1. The Contractor shall secure and maintain a location to store the material in 14 accordance with Section 01 50 00. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2- PRODUCTS 18 2.1 OWNER-SUPPLIED PRODUCTS 19 A. New Products 20 1. Refer to Drawings to determine if there are owner-supplied products for the Project. 21 2.2 MATERIALS 22 A. Manufacturers 23 1. Only the manufacturers as listed in the City's Standard Products List will be 24 considered as shown in Section 0160 00. 25 a. The manufacturer must comply with this Specification and related Sections. 26 2. Any product that is not listed on the Standard Products List is considered a 27 substitution and shall be submitted in accordance with Section 0125 00. 28 B. Materials 29 1. Pavement Markings 30 a. Thermoplastic,hot applied,spray 31 1) Refer to Drawings and City Standard Detail Drawings for width of 32 longitudinal lines. 33 2) Product shall be especially compounded for traffic markings. 34 3) When placed on the roadway,the markings shall not be slippery when wet, 35 lift from pavement under normal weather conditions nor exhibit a tacky 36 exposed surface. CITY OF FORT WORTI I CONCRETE R&. TORI T!N(2119-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cfay Pinjecf no.:101603 Revised November 22,2013 321723-5 PAVEMENT MARKINC,S Page 5 of I 1 1 4) Cold ductility of the material shall permit normal road surface expansion 2 and contraction without chipping or cracking. 3 5) The markings shall retain their original color,dimensions and placement 4 under normal traffic conditions at road surface temperatures of 158 degrees 5 Fahrenheit and below. 6 6) Markings shall have uniform cross-section,clean edges,square ends and no 7 evidence of tracking. 8 7) The density and quality of the material shall be uniform throughout the 9 markings. 10 8) The thickness shall be uniform throughout the length and width of the 11 markings. 12 9) The markings shall be 95 percent free of holes and voids,and free of 13 blisters for a minimum of 60 days after application. 14 10) The material shall not deteriorate by contact with sodium chloride,calcium 15 chloride or other chemicals used to prevent roadway ice or because of the 16 oil content of pavement markings or from oil droppings or other effects of 17 traffic. 18 11) The material shall not prohibit adhesion of other thermoplastic markings if, 19 at some future time,new markings are placed over existing material. 20 a) New material shall bond itself to the old line in such a manner that no 21 splitting or separation takes place. 22 12)The markings placed on the roadway shall be completely retroreflective 23 both internally and externally with traffic beads and shall exhibit uniform 24 retro-directive reflectance. 25 13)Traffic beads 26 a) Manufactured from glass 27 b) Spherical in shape 28 c) Essentially free of sharp angular particles 29 d) Essentially free of particles showing cloudiness,surface scoring or 34 surface scratching 31 e) Water white in color 32 t) Applied at a uniform rate 33 g) Meet or exceed Specifications shown in AASHTO Standard 34 Specification for Glass Beads Used in Pavement Markings,AASHTO 35 Designation: M 247-09. 36 b. Thermoplastic,hot applied,extruded 37 1) Product shall be especially compounded for traffic markings 38 2) When placed on the roadway,the markings shall not be slippery when wet, 39 lift from pavement under normal weather conditions nor exhibit a tacky 40 exposed surface. 41 3) Cold ductility of the material shall permit normal road surface expansion 42 and contraction without chipping or cracking. 43 4) The markings shall retain their original color,dimensions and placement 44 under normal traffic conditions at road surface temperatures of 158 degrees 45 Fahrenheit and below. 46 5) Markings shall have uniform cross-section,clean edges,square ends and no 47 evidence of tracking. 48 6) The density and quality of the material shall be uniform throughout the 49 markings. CITY OF FORT WORTH CONCRETE RE,'70RATIN(2019-?) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ctty hVectno.:101603 Revised November 22,2013 321723-6 PAVEMENT MARKINGS Page 6 of 11 1 7) The thickness shall be uniform throughout the length and width of the 2 markings. 3 8) The markings shall be 95 percent free of holes and voids,and free of 4 blisters for a minimum of 60 days after application. 5 9) The minimum thickness of the marking,as measured above the plane 6 formed by the pavement surface,shall not be less than 118 inch in the center 7 of the marking and 3132 inch at a distance of Yz inch from the edge. 8 10) Maximum thickness shall be 3116 inch. 9 11) The material shall not deteriorate by contact with sodium chloride,calcium 10 chloride or other chemicals used to prevent roadway ice or because of the 1 I oil content of pavement markings or from oil droppings or other effects of 12 traffic. 13 12) The material shall not prohibit adhesion of other thermoplastic markings if, 14 at some future time,new markings are placed over existing material. New 15 material shall bond itself to the old line in such a manner that no splitting or 16 separation takes place. 17 13) The markings placed on the roadway shall be completely retroreflective 18 both internally and externally with traffic beads and shall exhibit uniform 19 retro-directive reflectance. 20 14) Traffic beads 21 a) Manufactured from glass 22 b) Spherical in shape 23 c) Essentially free of sharp angular particles 24 d) Essentially free of particles showing cloudiness,surface scoring or 25 surface scratching 26 e) Water white in color 27 f) Applied at a uniform rate 28 g) Meet or exceed Specifications shown in AASHTO Standard 29 Specification for Glass Beads Used in Pavement Markings,AASHTO 30 Designation:M 247-09. 31 c. Preformed Polymer Tape 32 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 33 3M High Performance Tape Series 3801 ES,or approved equal. 34 d. Preformed Heat-Activated Thermoplastic Tape 35 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 36 mil preformed thermoplastic or approved equal. 37 2. Raised Markers 38 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 39 Control Devices. 40 b. Non-reflective markers shall be Type Y(yellow body)and Type W(white 41 body)round ceramic markers and shall meet or exceed the TxDOT 42 Specification DMS-4300- 43 c. The reflective markers shall be plastic,meet or exceed the TxDOT 44 Specification DMS-4200 for high-volume retroreflective raised markers and be 45 available in the following types: 46 1) Type I-C,white body, 1 face reflects white 47 2) Type II-A-A,yellow body,2 faces reflect amber 48 3) Type II-C-R,white body, 1 face reflects white,the other red 49 CITY OF FORT WORTH CONCRETE RESTORATIA'{7019-2y STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00tyProjecd no.:101603 Revised November 22,2013 321723-7 PAVEMENT MARKINGS Page 7 of 11 1 3. Work Zone Markings 2 a. Tabs 3 1) Temporary flexible-reflective roadway marker tabs shall meet requirements 4 of TxDOT DMS-8242,"Temporary Flexible-Reflective Road Marker 5 Tabs." 6 2) Removable markings shall not be used to simulate edge lines. 7 3) No segment of roadway open to traffic shall remain without permanent 8 pavement markings for a period greater than 14 calendar days. 9 b. Raised Markers 10 1) All raised pavement markers shall meet the requirements of DMS-4200. 11 c. Striping 12 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 13 8200. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL 16 A. Performance 17 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 18 the requirements detailed in the table below for a minimum of 30 calendar days. Posted Speed m h :5 30 35-50 55 2-lane roads with centerline .nla 100 250 markings onl1 All other roads 2 n/a 50 t00 19 (1)Measured at standard 30-m geometry in units of mcd/m/lux. 20 (2)Exceptions: 21 A.When raised reflective pavement markings(RRPMs)supplement or substitute for a 22 longitudinal line,minimum pavement marking retroreflectivity levels are not applicable as 23 long as the RRPMs are maintained so that at least 3 are visible from any position along that 24 line during nighttime conditions. 25 S.When continuous roadway lighting assures that the markings are visible,minimum 26 pavement marking retroreflectivity levels are not applicable. 27 PART 3- EXECUTION 28 31 EXAMINATION [NOT USED] 29 3.2 PREPARATION 30 A. Pavement Conditions 31 1. Roadway surfaces shall be free of dirt,grease, loose and/or flaking existing 32 markings and other forms of contamination. 33 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 34 curing membrane. 35 3. Pavement to which material is to be applied shall be completely dry- CITY OF FORT WORTH CONCRETE RESTORRTIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.. 101603 Revised November 22,2013 321723-8 PAVEMENT MARKINGS Paws of 11 1 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 2 minutes,no condensation develops on the underside of a 1 square foot piece of 3 clear plastic that has been placed on the pavement and weighted on the edges. 4 5. Equipment and methods used for surface preparation shall not damage the 5 pavement or present a hazard to motorists or pedestrians. 6 3.3 INSTALLATION 7 A- General 8 1. The materials shall be applied according to the manufacturer's recommendations. 9 2. Markings and markers shall be applied within temperature limits recommended by 10 the material manufacturer,and shall be applied on clean,dry pavement having a 11 surface temperature above 50 degrees Fahrenheit. 12 3. Markings that are not properly applied due to faulty application methods or being 13 placed in the wrong position or alignment shall be removed and replaced by the 14 Contractor at the Contractor's expense. If the mistake is such that it would be 15 confusing or hazardous to motorists,it shall be remedied the same day of 16 notification. Notification will be made by phone and confirmed by fax_ Other 17 mistakes shall be remedied within 5 days of written notification. 18 4. When markings are applied on roadways open to traffic,care will be taken to 19 ensure that proper safety precautions are followed,including the use of signs, 20 cones,barricades,flaggers,etc. 21 5. Freshly applied markings shall be protected From traffic damage and disfigurement. 22 6. Temperature of the material must be equal to the temperature of the road surface 23 before allowing traffic to travel on it. 24 B. Pavement Markings 25 1. Thermoplastic,hot applied,spray 26 a. This method shall be used to install and replace long lines—centerlines,lane 27 lines,edge lines,turn lanes,and dots. 28 b. Markings shall be applied at a 110 rail thickness. 29 c. Markings shall be applied at a 90 mil thickness when placed over existing 30 markings. 31 d. A sealer shall be used if concrete or asphalt is older than three(3)years. 32 e. Typical setting time shall be between 4 minutes and 10 minutes depending 33 upon the roadway surface temperature and the humidity factor. 34 f. Retroreflective raised markers shall be used to supplement the centerlines,lane 35 lines,and turn lanes_ Refer to City Standard Detail Drawings for placement. 36 g_ Minimum retroreflectivity of markings shall meet or exceed values shown in 37 subparagraph 2.4.A.1 of this Specification. 38 2. Thermoplastic,hot applied,extruded 39 a. This method shall be used to install and replace crosswalks and stop-lines. 40 b. Markings shall be applied at a 125 mil thickness. 41 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 42 this Specification. 43 3. Preformed Polymer Tape 44 a. This method shall be used to install and replace crosswalks,stop-lines,and 45 legends. CrrY OF FORT WORTH CONCRETE REESTORATIN(2419-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 00i Pried no.:101603 Revised November 22,2013 321723-9 PAVEMENT MARKINGS Page 9 of 11 1 b. The applied marking shall adhere to the pavement surface with no slippage or 2 lifting and have square ends,straight lines and clean edges. 3 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 4 this Specification. 5 4. Preformed Heat-Activated Thermoplastic Tape 6 a. This method shall be used to install and replace crosswalks,stop-lines,and 7 legends. 8 b. The applied marking shall adhere to the pavement surface with no slippage or 9 lifting and have square ends, straight lines and clean edges. 10 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 11 this Specification. 12 C. Raised Markers 13 1. All permanent raised pavement markers on Portland Cement roadways shall be 14 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 15 2. All permanent raised pavement markers on new asphalt roadways may be installed 16 with epoxy or bituminous adhesive. 17 3. A chalk line,chain or equivalent shall be used during layout to ensure that 18 individual markers are properly aligned. All markers shall be placed uniformly 19 along the line to achieve a smooth continuous appearance. 20 D. Work Zane Markings 21 1. Work shall be performed with as little disruption to traffic as possible. 22 2. Install longitudinal markings on pavement surfaces before opening to traffic. 23 3. Maintain lane alignment traffic control devices and operations until markings are 24 installed. 25 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 26 shown on the Drawings. 27 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 28 of a surface treatment,unless otherwise shown on the Drawings. 29 6. Place markings in proper alignment with the location of the final pavement 30 markings. 31 7. Do not use raised pavement markers for words, symbols, shapes,or diagonal or 32 transverse lines. 33 8. All markings shall be visible from a distance of 304 feet in daylight conditions and 34 from a distance of at least 160 Feet in nighttime conditions, illuminated by low- 35 beam automobile headlight. 36 9. The daytime and nighttime reflected color of the markings must be distinctly white 37 or yellow. 38 14. The markings must exhibit uniform retroreflective characteristics. 39 11. Epoxy adhesives shall not be used to work zone markings. 40 3.4 REMOVALS 41 1. Pavement Marking and Marker Removal 42 a. The industry's best practice shall be used to remove existing pavement 43 markings and markers. CITY OF FORT WORTH CONCRETE RESTOR.ITIN(201.9-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised November 22,2013 321723-10 PAVEMENT MARKINGS Page 10 of 11 1 b. If the roadway is being damaged during the marker removal,Work shall be 2 halted until consultation with the City, 3 c. Removals shall be done in such a matter that color and texture contrast of the 4 pavement surface will be held to a minimum. 5 d. Repair damage to asphaltic surfaces,such as spalling,shelling,etc.,greater than 6 '/4 inch in depth resulting from the removal of pavement markings and markers. 7 Driveway patch asphalt emulsion may be broom applied to reseal damage to 8 asphaltic surfaces. 9 e. Dispose of markers in accordance with federal,state,and local regulations. 10 f. Use any of the following methods unless otherwise shown on the Drawings. 1 I 1) Surface Treatment Method 12 a) Apply surface treatment at rates shown on the Drawings or as directed. 13 Place a surface treatment a minimum of 2 feet wide to cover the 14 existing marking. 15 b) Place a surface treatment,thin overlay,or microsurfacing a minimum 16 of I lane in width in areas where directional changes of traffic are 17 involved or in other areas as directed by the City. 18 2) Burn Method 19 a) Use an approved burning method. 20 b) For thermoplastic pavement markings or prefabricated pavement 21 markings,heat may be applied to remove the bulk of the marking 22 material prior to blast cleaning. 23 c) When using heat,avoid spalling pavement surfaces. 24 d) Sweeping or light blast cleaning may be used to remove minor residue. 25 3) Blasting Method 26 a) Use a blasting method such as water blasting,abrasive blasting,water 27 abrasive blasting,shot blasting,slurry blasting,water-injected abrasive 28 blasting,or brush blasting as approved. 29 b) Remove pavement markings on concrete surfaces by a blasting method 30 only. 31 4) Mechanical Method 32 a) Use any mechanical method except grinding. 33 b) Flail milling is acceptable in the removal of markings on asphalt and 34 concrete surfaces. 35 2. If a location is to be paved over,no additional compensation will be allowed for 36 marking or marker removal. 37 3.5 REPAIR 1 RESTORATION [NOT USED[ 38 3.6 RE-INSTALLATION [NOT USED] 39 3.7 FIELD QUALITY CONTROL 40 A. All lines must have clean edges,square ends,and be uniform cross-section. 41 B. The density and quality of markings shall be uniform throughout their thickness. 42 C. The applied markings shall have no more than 5 percent,by area,of holes or voids and 43 shall be free of blisters. CITY of FORT WORTH CONCRETE RESTORA TIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised November 22,2013 321723-]l PAVEMENT MARKINGS Page l 1 of 1 I 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.4 ADJUSTING [NOT USED] 3 3.10 CLEANING 4 A. Contractor shall clean up and remove all loose material resulting from construction 5 operations. 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NUT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NUT USED] 10 END OF SECTION 11 Revision Log DATE NAME SUMMARY OF CHANGE 11/221/13 S.Arnold Removed paint type marking,updated references,added sealer language 12 CITY OF FORT WORTH CONCRETE RESTORA TIN(2)19-21 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised November 22,2013 321725-1 CURB ADDRESS PAINTING Pagel of 3 I SECTION 32 17 25 2 CURB ADDRESS PAINTING 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Painting of house addresses on curb of driveway radiuses that are removed and 7 replaced as shown on the Drawings 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: I I 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the 12 Contract. I3 2. Division I -General Requirements. 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. Measurement for this Item shall include two curb faces. Both curb faces shall 18 be paid for as a single bid item. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 shall be paid for at the unit price bid per each"Curb Address Painting" 22 completed per address. 23 3. The price bid shall include: 24 a. Furnishing all labor,materials and equipment 25 b. Any incidentals necessary to complete Curb Address Painting 26 1.3 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the latest revision date 29 logged at the end of this Specification,unless a date is specifically cited. 30 1A —1.12 [NOT USED] 31 PART 2- PRODUCTS 32 2.1 OWNER-FURNISHED[NOT USED] 33 2.2 EQUIPMENT,PRODUCT TYPES,MATERIALS 34 A. Materials 35 1. All materials shall be of recent product and suitable for its intended purpose. CITY OF FORT WORTH CONCRETE RESTORATIN(2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.. 101643 Version November 4,2013 321725-2 CURB ADDRESS PANTING Page 2 of 3 1 2. Background paint shall be 7100 Series 1000/c,Acrylic Satin White paint 2 manufactured by Kwal Paint,or approved equal. 3 3. Lettering paint shall be 7100 Series 100%Acrylic Satin Black paint manufactured 4 by Kwal Paint,or approved equal. 5 B. Size Requirements 6 1. The minimum size for the background shall be 6-inches wide by 16-inches long,or 7 as directed in the Drawings. S 2. The minimum size for letters shall be 4-inches high,or as directed in the Drawings- 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED] 11 PART 3- EXECUTION 12 3.1 INSTALLERS (NUT USED] 13 3.2 EXAMINATION [NOT USED] 14 3.3 PREPARATION 15 A. Surface Preparation 16 1. Provide surface preparation in accordance with manufacturer's recommendations. 17 B. Surface Conditions 18 1. Unless approved otherwise by the City,surface conditions must meet the following 19 minimum requirements: 20 a. Concrete has cured for a minimum of 28-days 21 b. Surface temperature greater than 50°F and less than 95°F 22 2. No work shall occur if weather conditions may harm or damage the final finished 23 surface. 24 3.4 APPLICATION 25 A. Apply in accordance with the manufacturer's recommendations. 26 B. Background Application 27 1. Apply the background with 3-or 4-inch roller with %z-inch nap,unless otherwise 28 approved by the City. 29 C. Letter Application 30 1. Apply the lettering with 1-or%z-inch artificial nylon or polyester or combination 31 brush and stencils,unless otherwise approved by the City. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Version November 4,2013 32 1725-3 CURS ADDRESS PAINTING Page 3 of 3 1 3.5 REPAIR 1 RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 11/4/21113 Fred Griffin Clarified 1.2.A.La—to show hid item includes two curb faces. And 1.2.A.2.a-- includes per address. 13 CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Version November 4,2013 3291 19-1 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page I of 3 1 SECTION 32 9119 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and place topsoil to the depths and on the areas shown on the Drawings. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. FOR THIS PROJECT FURNISHING,HAULING,LOADING AND PLACING 9 TDP SOIL BEHIND THE CURB SHALL BE CONSIDERED SUBSIDIARY TO 14 CONCRETE PAVING SECTION 32.13 13. 11 C. Related Specification Sections include but are not necessarily limited to 12 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 13 2. Division 1 -General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 4. acre ent 17 a. 1, a fiq,.,.e.,,en, f r-this ite,, shall l,n_1....mbie yafd_8�T..psgil in plase. 18 Nyment 19 20 measufed as pmvided undff" 21 bid POF eHbiG yffd Of TOPSOA. 22 b. All exeavMien fequir-ed by this Item in eu4 seetions shall be measefed in 23 24 ,Fegwdless of the 25 manipula4ions ifWAVed. 25 . 27 a. F+ffFfi9hiflgT-9Pff�fl 28 h— heading 29 egg 30 d. Plan, 31 1.3 REFERENCES INOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 ACTION SUBMITTALS [NOT USED] 34 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 35 1,7 CLOSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSURANCE [NOT USED] 38 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF FORT WORTH CONCRETE RESTORATIN(2419-2) STANDARD CONSTRUCTION SPECIFICATION DbCUMENTS City Project no.: 141643 Revised December 24,2012 3291 19-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS 4 2.1 OWNER-FURNISHED 1oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Topsoil 7 1. Use easily cultivated,fertile topsoil that: 8 a. Is free from objectionable material including subsoil,weeds,clay lumps,non- 9 soil materials,roots, stumps or stones larger than 1.5 inches 10 b. Has a high resistance to erosion 11 c. Is able to support plant growth 12 2. Secure topsoil from approved sources. 13 3. Topsoil is subject to testing by the City. 14 4. pH: 5.5 to 8.5. 15 5. Liquid Limit: 50 or less 16 6. Plasticity Index: 20 or less 17 7. Gradation: maximum of 10 percent passing No. 200 sieve 18 B. Water:Clean and free of industrial wastes and other substances harmful to the growth 19 of vegetation 20 2.3 ACCESSORIES [NOT USED] 21 2.4 SOURCE QUALITY CONTROL [NOT USED] 22 PART 3- EXECUTION 23 3.1 INSTALLERS [NOT USED] 24 3.2 EXAMINATION[NOT USER] 25 33 PREPARATION [NOT USED] 26 3.4 INSTALLATION 27 A. Finishing of Parkways 28 1. Smoothly shape parkways, shoulders,slopes,and ditches. 29 2. Cut parkways to finish grade prior to the placing of any improvements in or 30 adjacent to the roadway. 31 3. In the event that unsuitable material for parkways is encountered,extend the depth 32 of excavation in the parkways 6 inches and backfill with top soil. 33 4. Make standard parkway grade perpendicular to and draining to the curb line. 34 a. Minimum: 114 inch per foot 35 b. Maximum:4:1 36 c. City may approve variations from these requirements in special cases. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 20,2012 3291 19-3 TOPSOIL PLACEMENT ANIS FINISHING OF PARKWAYS Page 3 of 3 1 5. Whenever the adjacent property is lower than the design curb grade and runoff 2 drains away from the street,the parkway grade must be set level with the top of the 3 curb. 4 6. The design grade from the parkway extends to the hack of the walk line. 5 7. From that point(behind the walk),the grade may slope up or down at maximum 6 slope of 4:1. 7 B. Placing of Topsoil 8 1. Spread the topsoil to a uniform loose cover at the thickness specified. 9 2. Place and shape the topsoil as directed. 10 3. Hand rake finish a minimum of 5 feet from all flatwork. 11 4. Tamp the topsoil with a light roller or other suitable equipment. 12 3.5 REPAIRIRESTORATION] [NOT USED] 13 3.6 RE-INSTALLATION [NOT USED] 14 3.7 FIELD QUALITY CONTROL [NOT USED] 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 24 CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 324213-1 HYDROMIACHING,SEEDING AND SODDING Page 1 of 8 1 SECTION 32 92 13 2 HYDROMULCHING, SEEDING AND SODDING 3 PART 1 - GENERAL. 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnishing and installing grass sod and permanent seeding as shown on Drawings, 7 or as directed. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: I 1 1. Division 0-Bidding Requirements,Contract Forms,and Conditions of the Contract 12 2. Division 1 -General Requirements 13 3. Section 32 91 19—Topsoil Placement and Finishing of Parkways 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A_ Measurement and Payment 16 1. Block Sod Placement 17 a. Measurement 18 1) Measurement for this Item shall be by the square yard of Block Sod placed_ 19 b. Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under"Measurement"will be paid for at the unit 22 price bid per square yard of Block Sod placed. 23 c. The price bid shall include: 24 1) Furnishing and placing all sod 25 2) Rolling and tamping 26 3) Watering(until established) 27 4) Disposal of surplus materials 28 2. Seeding 29 a. Measurement 30 1) Measurement for this Item shall be by the square yard of Seed spread. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under"Measurement"will be paid for at the unit 34 price bid per square yard of Seed placed for various installation methods. 35 c. The price bid shall include: 36 1) Furnishing and placing all Seed 37 2) Furnishing and applying water for seed fertilizer 38 3) Slurry and hydraulic mulching 39 4) Fertilizer 40 5) Watering and mowing(until established) 41 G) Disposal of surplus materials 42 3. Mowing MY OF FORT WORTH CONCRETE RESTORATIN(2014-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 20,2012 329213-2 HYDROMULCHING,SEEDING AND SODDING Page 2 of 1 a. Measurement 2 1) Measurement for this Item shall per each. 3 b_ Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under"Measurement"will be paid for at the unit 5 price bid per each. 7 1.3 REFERENCES [NOT USED] 8 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 9 1.5 ACTION SUBMITTALS [NOT USED] 10 1.6 INFORMATIONAL SUBMITTALS 11 A. Seed 12 1. Vendors' certification that seeds meet Texas State seed law including_ 13 a. Testing and labeling for pure live seed(PLS) 14 b. Name and type of seed 15 2. All seed shall be tested in a laboratory with certified results presented to the City in 16 writing,prior to planting. 17 3. All seed to be of the previous season's crop and the date on the container shall be 18 within 12 months of the seeding date. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS INOT USED] 21 1.9 QUALITY ASSURANCE [NOT USED[ 22 1.10 DELIVERY,STORAGE,AND HANDLING 23 A. Block Sod 24 1. Protect from exposure to wind, sun and freezing. 25 2. Keep stacked sod moist. 25 B. Seed 27 1. If using native grass or wildflower seed,seed must have been harvested within 100 28 miles of the construction site. 29 2. Each species of seed shall be supplied in a separate,labeled container for 30 acceptance by the City. 31 C. Fertilizer 32 1. Provide fertilizer labeled with the analysis. 33 2. Conform to Texas fertilizer law. 34 1.11 FIELD [SITE] CONDITIONS [NOT USED] 35 1.12 WARRANTY [NOT USED] 36 PART 2- PRODUCTS [NOT USED] 37 2.1 OWNER-FURNISHED PRODUCTS INOT USED] CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101503 Revised December 20,2012 329213-3 HYDROMULCHING,SEEDING AND SODDING Page 3 of 8 1 2.2 MATERIALS AND EQUIPMENT 2 A. Materials 3 1. Block Sod 4 a. Sod Varieties(match existing if applicable) 5 1) "Stenotaphrum secundatum" (St.Augustine grass) 5 2) "Cynodon dactylon"(Common Bermudagrass) 7 3) "Buchloe dactyloides"(Buffalograss) 8 4) an approved hybrid of Common Bermudagrass 9 5) or an approved Troysiagrass 10 b. Sod must contain stolons, leaf blades,rhizomes and roots. 11 c. Sod shall be alive,healthy and free of insects,disease,stones,undesirable 12 foreign materials and weeds and grasses deleterious to its growth or which 13 might affect its subsistence or hardiness when transplanted. 14 d. Minimum sod thickness: 314 inch 15 e. Maximum grass height:2 inches 16 f. Acceptable growing beds 17 1) St. Augustine grass sod: clay or clay loam topsoil 18 2) Bermuda grasses and zoysia grasses: sand or sandy loam soils 19 g. Dimensions 20 1) Machine cut to uniform soil thickness. 21 2) Sod shall be of equal width and of a size that permits the sod to be lifted, 22 handled and rolled without breaking. 23 h. Broken or tom sod or sod with uneven ends shall be rejected. 24 2. Seed 25 a. General 26 1) Plant all seed at rates based on pure live seed(PLS) 27 a) Pure Live Seed(PLS)determined using the formula: 28 (1) Percent Pure Live Seed=Percent Purity x[(Percent Germination+ 29 Percent Finn or Hard Seed)+ 1001 30 2) Availability of Seed 31 a) Substitution of individual seed types due to lack of availability may be 32 permitted by the City at the time of planting. 33 b) Notify the City prior to bidding of difficulties locating certain species. 34 3) Weed seed 35 a) Not exceed ten percent by weight of the total of pure live seed(PLS) 36 and other material in the mixture 37 b) Seed not allowed: 38 (1) ]ohnsongrass 39 (2) Nutgrass seed 40 4) Harvest seed within 1-year prior to planting 41 b. Non-native Grass Seed 42 1) Plant between April 15 and September to 43 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent) (percent) 25 Bermuda(unhulled) cynodon dactylon 85 90 75 Bermuda(hulled) cynodon dactylon 95 90 44 45 2) Plant between September 10 and April 15 CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 20,2012 329213-4 HYDROMULCHING,SEEDING AND SODDING Page 4 of 8 1 Lbs. Common Name Botanical Name Purity Germination PLS/Acre (percent} erceno 224 Rye Grass folium muftiflorum 85 90 75 Bermuda(unhulled) cynodon dactylon 95 90 2 3 c. Native Grass Seed 4 1) Plant between February 1 and October 1. 5 Lbs.PLS/Acre Common Name Botanical Name 1.6 Green Sprangletop Leptochloa dubia 5.5 Sideoats Grama* Bouteloua curtipendula 3.7 Little Bluestem* Schizachyrium scoparium 17.0 Buffalograss Buchloe dactyloides 1.8 Indian Grass* Sorghastrum nutans 0.5 Sand Lovegrass* Eragrostis trichodes 6.0 Big Bluestem Andropogon gerardii 8.0 Eastern Grama Tripscacum dactyloides 1.2 Blue Grama Bouteloua gracilis 1.8 Switchgrass Panicum virgatum 10.0 Prairie Wildrye* Elymus canadensis 6 7 d. Wildflower Seed 8 1) Plant between the following: 9 a) March 5 and May 31 10 b) September 1 and December l 11 Lbs.PLS/Acre Common Name Botanical Name 3.0 Bush Sunflower Sinsia calva 5.0 Butterfly Weed Asclepias tuberosa 2.0 Clasping Coneflower* Rudbeckia amplexicaulis 3.0 Golden-Wave Coreopsis basalis 13.4 Illinois Bundleflower Desmanthus illinoensis 13.6 Partridge Pea Cassia fasciculate 2.0 Prairie Verbena Verbena bipinnatifrda 8.0 Texas Yellow Star Lindheimen texana 8.0 Winecup Callirhoe involcrata 2.0 Black-eyed Susan Rudbeckia hirta 18.0 Cutleaf Daisy Engelmanniapinnatffda 2.0 Obedient Plant Physostegia intermedia 3.0 Pitcher Sage Salvia azurea 2.0 Plains Coreopsis Coreopsis tinctoria 8.0 Scarlet Sage Salvia coccinea 12 *not to be planted within ten feet of a road or parking lot or within three feet of a 13 walkway 14 15 e. Temporary Erosion Control Seed 16 1) Consist of the sowing of coot season plant seeds. 17 3. Mulch 18 a. For use with conventional mechanical or hydraulic planting of seed. 19 b. Wood cellulose fiber produced from virgin wood or recycled paper-by-products 20 (waste products from paper mills or recycled newspaper). CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 329213-5 HYDROMUL)CHfNG,SEEDING AND SODDING Page 5 of 8 l c. No growth or germination inhibiting factors. 2 d. No more than ten percent moisture,air dry weight basis. 3 e. Additives:binder in powder form. 4 f. Form a strong moisture retaining mat. 5 4. Fertilizer 6 a. Acceptable condition for distribution 7 b. Applied uniformly over the planted area 8 c. Analysis 9 1) 16-20-0 10 2) 16-8-8 11 d. Fertilizer rate: 12 1) Not required for wildflower seeding 13 2) Newly established seeding areas- 100 pounds of nitrogen per acre 14 3) Established seeding areas- 150 pounds of nitrogen per acre 15 5. Topsoil: See Section 32 91 19. 16 6. Water: clean and free of industrial wastes or other substances harmful to the 17 germination of the seed or to the growth of the vegetation. 18 7. Soil Retention Blanket 19 a. "Curlex P' from American Excelsior,900 Ave. H East,Post Office Box 5624, 20 Arlington,Texas 76001, 1-800-777-SOIL or approved equal. 21 22 2.3 ACCESSORIES [NOT USED] 23 2.4 SOURCE QUALITY CONTROL [NOT USED] 24 PART 3- EXECUTION [NOT USED] 25 3.1 INSTALLERS {NOT USED] 26 3.2 EXAMINATION [NOT USED] 27 3.3 PREPARATION 28 A Surface Preparation:clear surface of all material including: 29 1. Stumps,stones,and other objects larger than one inch. 30 2. Roots,brush,wire,stakes,etc. 31 3. Any objects that may interfere with seeding or maintenance. 32 B. Tilling 33 1. Compacted areas: till 1 inch deep 34 2. Areas sloped greater than 3:1: run a tractor parallel to slope to provide less 35 seed/water run-off 36 3. Areas near trees: Do not till deeper than 112 inch inside"drip line"of trees. 37 3.4 INSTALLATION 38 A. Block Sodding 39 1. General 40 a. Place sod between curb and walk and on terraces that is the same type grass as 41 adjacent grass or existing lawn. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Pmjed no.: 101603 Revised December 20,2012 329213-6 HYDROMULCHING,SEEDING AND SODDING Page 6 of 8 1 b. Plant between the average last freeze date in the spring and 6 weeks prior to the 2 average first freeze in the fall. 3 2. Installation 4 a. Plant sod specified after the area has been completed to the lines and grades 5 shown on the Drawings with 6 inches of topsoil. 6 b. Use care to retain native soil on the roots of the sod during the process of 7 excavating,hauling and planting- 8 c. Keep sod material moist from the time it is dug until planted. 9 d. Place sod so that the entire area designated for sodding is covered. 10 e. Fill voids left in the solid sodding with additional sod and tamp. 11 f. Roll and tamp sod so that sod is in complete contact with topsoil at a uniform 12 slope. 13 g. Peg sod with wooden pegs(or wire staple)driven through the sod block to the 14 firm earth in areas that may slide due to the height or slope of the surface or 15 nature of the soil. 16 3. Watering and Finishing 17 a. Furnish water as an ancillary cost to Contractor by means of temporary 18 metering 1 irrigation,water truck or by any other method necessary to achieve 19 an acceptable stand of turf as defined in 3.13.13. 24 b. Thoroughly water sod immediately after planted. 21 c. Water until established. 22 d- Generally,an amount of water that is equal to the average amount of rainfall 23 plus 112 inch per week should be applied until accepted. If applicable,plant 24 large areas by irrigation zones to ensure areas are watered as soon as they are 25 planted. 26 B. Seeding 27 1. General 28 a. Seed only those areas indicated on the Drawings and areas disturbed by 29 construction. 30 b. Mark each area to be seeded in the field prior to seeding for City approval. 31 2. Broadcast Seeding 32 a. Broadcast seed in 2 directions at right angles to each other. 33 b. Harrow or rake lightly to cover seed. 34 c. Never cover seed with more soil than twice its diameter. 35 d. For wildflower plantings: 36 1) Scalp existing grasses to 1 inch 37 2) Remove grass clippings,so seed can make contact with the soil. 38 3. Mechanically Seeding(Drilling): 39 a. Uniformly distribute seed over the areas shown on the Drawings or as directed. 40 b. All varieties of seed and fertilizer may be distributed at the same time provided 41 that each component is uniformly applied at the specified rate. 42 c. Drill seed at a depth of 114 inch to 31$ inch utilizing a pasture or rangeland type 43 drill. 44 d. Drill on the contour of slopes 45 e. After planting roll with a roller integral to the seed drill,or a corrugated roller 46 of the"Cultipacker"type. 47 f. Roll slope areas on the contour. 48 4. Hydromulching CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 20,2012 329213-7 HYDROMULCHING,SEEDING AND SODDING Page 7 of 8 1 a. Mixing: Seed,mulch,fertilizer and water may be mixed provided that: 2 1) Mixture is uniformly suspended to form a homogenous slurry. 3 2) Mixture forms a blotter-Iike ground cover impregnated uniformly with 4 grass seed. 5 3) Mixture is applied within 30 minutes after placed in the equipment. 6 b. Placing 7 1) Uniformly distribute in the quantity specified over the areas shown on the 8 Drawings or as directed. 9 5. Fertilizing:uniformly apply fertilizer over seeded area. 10 5. Watering 11 a. Furnish water by means of temporary metering 1 irrigation,water truck or by 12 any other method necessary to achieve an acceptable stand of turf as defined in 13 3.13.B. 14 b. Water soil to a minimum depth of 4 inches within 48 hours of seeding. 15 c. Water as direct by the City at least twice daily for 14 days after seeding in such 16 a manner as to prevent washing of the slopes or dislodgement of the seed. 17 d. Water until final acceptance. 18 e. Generally,an amount of water that is equal to the average amount of rainfall 19 plus 112 inch per week should be applied until accepted. 20 3.5 REPAIRIRESTORATION [NOT USED] 21 3.6 RE-INSTALLATION [NOT USED] 22 3.7 FIELD QUALITY CONTROL [NOT USED] 23 3.8 SYSTEM STARTUP [NOT USED] 24 3.9 ADJUSTING [NOT USED] 25 3.10 CLEANING [NOT USED] 26 3.11 CLOSEOUT ACTIVITIES 27 3.12 PROTECTION [NOT USEDj 28 3.13 MAINTENANCE 29 A- Block Sodding 30 1. Water and mow sod until completion and final acceptance of the Project or as 31 directed by the City. 32 2. Sod shall not be considered finally accepted until the sod has started to peg down 33 (roots growing into the soil)and is Free from dead blocks of sod. 34 B. Seeding 35 1. Water and mow sod until completion and final acceptance of the Project or as 36 directed by the City. 37 2. Maintain the seeded area until each of the following is achieved: 38 a. Vegetation is evenly distributed 39 b. Vegetation is free from bare areas 40 3. Turf will be accepted once fully established. 41 a. Seeded area must have 140 percent growth to a height of 3 inches with 1 mow 42 cycle performed by the Contractor prior to consideration of acceptance by the 43 City. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 329213-8 HYDROMULCHING,SEEDING AND SODDING Page 8 of 8 1 C. Rejection 2 1. City may reject block sod or seeded area on the basis of weed populations. 3 3.14 ATTACHMENTS [NOT USED] 4 END OF SECTION S Revision Log DATE NAME SUMMARY OF CHANGE 6 CrrY OF FORT WORTH CONCRETE RESTORATFN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 330510-1 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 1 of 21 1 SECTION 33 05 10 2 UTILITY TRENCH EXCAVATION,EMBEDMENT AND BACKFILL 3 PART1 - GENERAL 4 1.1 SUNEYIARY 5 A. Section Includes: 6 1. Excavation,Embedment and Backfill for: 7 a. Pressure Applications 8 1) Water Distribution or Transmission Main 9 2) Wastewater Force Main 10 3) Reclaimed Water Main 11 b. Gravity Applications 12 1) Wastewater Gravity Mains 13 2) Storm Sewer Pipe and Culverts 14 3) Storm Sewer Precast Box and Culverts 15 2. Including: 16 a. Excavation of all material encountered, including rock and unsuitable materials 17 b. Disposal of excess unsuitable material 18 c. Site specific trench safety 19 d. Pumping and dewatering 24 e. Embedment 21 f. Concrete encasement for utility lines 22 g. Backfill 23 h. Compaction 24 B. Deviations from this City of Fort Worth Standard Specification 25 1. None. 26 C. Related Specification Sections include,but are not necessarily limited to: 27 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 28 Contract 29 2. Division 1 —General Requirements 34 3. Section 02 41 13—Selective Site Demolition 31 4. Section 02 41 15—Paving Removal 32 5. Section 02 41 14--Utility Removal/Abandonment 33 6. Section 43 34 00—Cast-in-place Concrete 34 7. Section 03 34 13—Controlled Low Strength Material(CLSM) 35 8. Section 31 10 00—Site Clearing 36 9. Section 3125 00—Erosion and Sediment Control 37 10. Section 33 05 26—Utility MarkersdA=tors 38 11. Section 34 71 13—Traffic Control CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 12,2016 3305 10-2 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 2 of 21 1 1..2 PRICE AND PAYMENT PROCEDURES 2 A. Measurement and Payment 3 1. Trench Excavation,Embedment and Backfill associated with the installation of an 4 underground utility or excavation 5 a. Measurement 6 1) This Item is considered subsidiary to the installation of the utility pipeline 7 as designated in the Drawings. 8 b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item are considered subsidiary to the installation of the utility pipe for the 11 type of embedment and backfill as indicated on the plans.No other 12 compensation will be allowed. 13 2. Imported Embedment or Backfill 14 a. Measurement 15 1) Measured by the cubic yard as delivered to the site and recorded by truck 16 ticket provided to the City 17 b. Payment 18 1) Imported fill shall only be paid when using materials for embedment and 19 backfill other than those identified in the Drawings.The work performed 20 and materials furnished in accordance with pre-bid item and measured as 21 provided under"Measurement"will be paid for at the unit price bid per 22 cubic yard of"Imported Embedment/Backfill"delivered to the Site for: 23 a) Various embedmentlbackfill materials 24 c. The price bid shall include: 25 1) Furnishing backfill or embedment as specified by this Specification 26 2) Hauling to the site 27 3) Placement and compaction of backfill or embedment 28 3. Concrete Encasement for Utility Lines 29 a. Measurement 30 1) Measured by the cubic yard per plan quantity. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 and measured as provided under"Measurement"will be paid for at the unit 34 price bid per cubic yard of"Concrete Encasement for Utility Lines"per 35 plan quantity. 36 c. The price bid shall include: 37 1) Furnishing, hauling,placing and finishing concrete in accordance with 38 Section 03 30 00 39 2) Clean-up 40 4. Ground Water Control 41 a. Measurement 42 1) Measurement shall be lump sum when a ground water control plan is 43 specifically required by the Contract Documents. 44 b. Payment 45 1) Payment shall be per the lump sum price bid for"Ground Water Control" 46 including: CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 12,2016 330510-3 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 3 of 21 1 a) Submittals 2 b) Additional Testing 3 c) Ground water control system installation 4 d) Ground water control system operations and maintenance 5 e) Disposal of water 6 f) Removal of ground water control system 7 5. Trench Safety 8 a. Measurement 9 1) Measured per linear foot of excavation for all trenches that require trench l0 safety in accordance with OSHA excavation safety standards(29 CFR Part 11 1926 Subpart P Safety and Health regulations for Construction) 12 b. Payment 13 1) The work performed and materials furnished in accordance with this Item 14 and measured as provided under"Measurement"will be paid for at the unit 15 price bid per linear foot of excavation to comply with OSHA excavation 16 safety standards(29 CFR Part 1926.654 Subpart P),including,but not 17 limited to,all submittals,labor and equipment. 18 13 REFERENCES 19 A. Definitions 20 1. General—Definitions used in this section are in accordance with Terminologies 21 ASTM F412 and ASTM D8 and Terminology ASTM D653,unless otherwise 22 noted. 23 2. Definitions for trench width,backfill,embedment, initial backfill,pipe zone, 24 haunching bedding,springline,pipe zone and foundation are defined as shown in 25 the following schematic: CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 12,2016 3305 10-4 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 4 of 21 \ �\ PAVED rAREAS UNPAVM ARE=AS F`\�� � 4r m � J � INITIAI.BACITILL } \� e qE r\ CL HAUHCHING r BEDDING +�i FOl1NDATM \f A OD CLEARANCE EXCAVATED TRENCH WIDTH 1 2 3. Deleterious materials—Harmful materials such as clay lumps,silts and organic 3 material 4 4. Excavated Trench Depth—Distance from the surface to the bottom of the bedding 5 or the trench foundation 6 5. Final Backfill Depth 7 a. Unpaved Areas The depth of the final backfill measured from the top of the 8 initial backfill to the surface 9 b. Paved Areas—The depth of the final backfill measured from the top of the 10 initial backfill to bottom of permanent or temporary pavement repair 11 B. Reference Standards 12 1. Reference standards cited in this Specification refer to the current reference 13 standard published at the time of the latest revision date logged at the end of this 14 Specification,unless a date is specifically cited. 15 2. ASTM Standards: 16 a. ASTM C33-08 Standard Specifications for Concrete Aggregates 17 b. ASTM C88-05 Soundness of Aggregate by Use of Sodium Sulfate or 18 Magnesium Sulfate 19 c. ASTM C136-01 Test Method for Sieve Analysis of Fine and Coarse Aggregate CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 12,2016 330510-5 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 5 of 21 I d. ASTM D448-08 Standard Classification for Sizes of Aggregate for Road and 2 Bridge Construction. 3 e. ASTM 0535-09 Standard Test Method for Resistance to Degradation of Large- 4 Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine 5 f. ASTM D588-Standard Test method for Moisture-Density Relations of Soil- 6 Cement Mixture 7 g. ASTM D698-07 Test Method for Laboratory Compaction Characteristics of 8 Soil Using Stand Efforts(12,400 ft-lblft3 600 Kn-mIM3)). 9 h. ASTM 1556 Standard Test Methods for Density and Unit Weight of Soils in 10 Place by Sand Cone Method. I I i. ASTM 2487- 10 Standard Classification of Soils for Engineering Purposes 12 (Unified Soil Classification System) 13 j. ASTM 2321-09 Underground Installation of Thermoplastic Pipe for Sewers 14 and Other Gravity-Flow Applications 15 k. ASTM D2922---Standard Test Methods for Density of Soils and Soil 16 Aggregate in Place by Nuclear Methods(Shallow Depth) 17 1. ASTM 3017-Standard Test Method for Water Content of Soil and Rock in 18 place by Nuclear Methods(Shallow Depth) 19 m. ASTM D4254-Standard Test Method for Minimum Index Density and Unit 20 Weight of Soils and Calculations of Relative Density 21 3. OSHA 22 a. Occupational Safety and Health Administration CFR 29,Part 1926-Safety 23 Regulations for Construction,Subpart P-Excavations 24 IA ADMINISTRATIVE REQUIREMENTS 25 A. Coordination 26 1. Utility Company Notification 27 a. Notify area utility companies at least 48 hours in advance,excluding weekends 28 and holidays,before starting excavation. 29 b. Request the location of buried lines and cables in the vicinity of the proposed 30 work. 31 B. Sequencing 32 1. Sequence work for each section of the pipe installed to complete the embedment 33 and backfill placement on the day the pipe foundation is complete. 34 2. Sequence work such that proctors are complete in accordance with ASTM D698 35 prior to commencement of construction activities. 36 1.5 SUBMITTALS 37 A. Submittals shall be in accordance with Section 0133 00. 38 B. All submittals shall be approved by the City prior to construction. 39 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 40 A. Shop Drawings 41 1. Provide detailed drawings and explanation for ground water and surface water 42 control,if required. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 12,2016 330510-6 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 6 of 21 I 2. Trench Safety Plan in accordance with Occupational Safety and Health 2 Administration CFR 29, Part 1925-Safety Regulations for Construction,Subpart P- 3 Excavations 4 3. Stockpiled excavation and/or backfill material 5 a. Provide a description of the storage of the excavated material only if the 6 Contract Documents do not allow storage of materials in the right-of-way of the 7 easement. 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY,STORAGE,AND HANDLING 12 A. Storage 13 1_ Within Existing Rights-of-Way(ROW) 14 a. Spoil, imported embedment and backfill materials may be stored within 15 existing ROW,easements or temporary construction easements,unless 16 specifically disallowed in the Contract Documents. 17 b. Do not block drainage ways, inlets or driveways. 18 c. Provide erosion control in accordance with Section 3125 00. 19 d. Store materials only in areas barricaded as provided in the traffic control plans. 20 e. In non-paved areas,do not store material on the root zone of any trees or in 21 landscaped areas. 22 2. Designated Storage Areas 23 a. If the Contract Documents do not allow the storage of spoils,embedment or 24 backfill materials within the ROW,easement or temporary construction 25 easement,then secure and maintain an adequate storage location. 26 b. Provide an affidavit that rights have been secured to store the materials on 27 private property. 28 c_ Provide erosion control in accordance with Section 3125 00. 29 d. Do not block drainage ways. 30 e. Only materials used for 1 working day will be allowed to be stored in the work 31 zone. 32 B. Deliveries and haul-off-Coordinate all deliveries and haul-off. 33 1.11 FIELD [SITE] CONDITIONS 34 A. Existing Conditions 35 1. Any data which has been or may be provided on subsurface conditions is not 36 intended as a representation or warranty of accuracy or continuity between soils. It 37 is expressly understood that neither the City nor the Engineer will be responsible 38 for interpretations or conclusions drawn there from by the Contractor. 39 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityProject no.: 101603 Revised December 12,2016 3305 10-7 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 7 of 21 1 1.12 WARRANTY [NOT USED] 2 PART 2- PRODUCTS 3 2.1 OWNER-FURNISHED[oR] OWNER-SUPPLIED PRODUCTS 4 2.2 MATERIALS 5 A. Materials 6 1. Utility Sand 7 a. Granular and free flowing 8 b. Generally meets or exceeds the limits on deleterious substances per Table 1 for 9 fine aggregate according to ASTM C 33 10 c. Reasonably free of organic material 11 d. Gradation: sand material consisting of durable particles, free of thin or 12 elongated pieces,lumps of clay,loam or vegetable matter and meets the 13 following gradation may be used for utility sand embedment/backfill,and 14 graded with following limits when tested in accordance with ASTM C136._ 15 Sieve Size Percent Retained '/2" 0 0-5 #4 0-10 #1 0-20 #50 20-70 #100 60-90 #200 90-100 16 2. Crushed Rock 17 a. Durable crushed rock or recycled concrete 18 b. Meets the gradation of ASTM D448 size numbers 56,57 or 67 19 c. May be unwashed 20 d. Free from significant silt clay or unsuitable materials 21 e. Percentage of wear not more than 40 percent per ASTM 0131 or 0535 22 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 23 sodium sulfate soundness per ASTM C88 24 3. Fine Crushed Rock 25 a. Durable crushed rock 26 b. Meets the gradation of ASTM D448 size numbers 8 or 89 27 c. May be unwashed 28 d. Free from significant silt clay or unsuitable materials. 29 e. Have a percentage of wear not more than 40 percent per ASTM C131 or C535 30 f. Not more than a 12 percent maximum loss when subjective to 5 cycles of 31 sodium sulfate soundness per ASTM C88 32 4. Ballast Stone 33 a. Stone ranging from 3 inches to 6 inches in greatest dimension. 34 b. Maybe unwashed 35 c. Free from significant silt clay or unsuitable materials CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 12,2016 3305 10-8 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 8 of 21 l d. Percentage of wear not more than 40 percent per ASTM C131 or C535 2 e. Not more than a 12 percent maximum loss when subjected to 5 cycles of 3 sodium sulfate soundness per ASTM C88 4 5. Acceptable Backfill Material 5 a. In-situ or imported soils classified as CL,CH, SC or GC in accordance with 6 ASTM D2487 7 b. Free from deleterious materials,boulders over 6 inches in size and organics 8 c. Can be placed free from voids 9 d. Must have 20 percent passing the number 200 sieve 10 6. Blended Backfill Material I l a. In-situ soils classified as SP, SM,GP or GM in accordance with ASTM D2487 12 b. Blended with in-situ or imported acceptable backfill material to meet the 13 requirements of an Acceptable Backfill Material 14 c. Free from deleterious materials,boulders over 6 inches in size and organics 15 d. Must have 20 percent passing the number 200 sieve 16 7. Unacceptable Backfill Material 17 a. In-situ soils classified as ML,MH,PT,OL or GH in accordance with ASTM 18 D2487 19 8. Select Fill 20 a. Classified as SC or CL in accordance with ASTM D2487 21 b. Liquid limit less than 35 22 c. Plasticity index between 8 and 20 23 9. Cement Stabilized Sand(CSS) 24 a. Sand 25 1) Shall be clean,durable sand meeting grading requirements for fine 26 aggregates of ASTM C33 and the following requirements: 27 a) Classified as SW, SP,or SM by the United Soil Classification System 28 of ASTM D2487 29 b) Deleterious materials 30 (1) Clay lumps,ASTM C142, less than 0.5 percent 31 (2) Lightweight pieces,ASTM C123,less than 5.0 percent 32 (3) Organic impurities,ASTM Cod,color no darker than standard 33 color 34 (4) Plasticity index of 4 or less when tested in accordance with ASTM 35 D4318. 36 b. Minimum of 4 percent cement content of Type IIII portland cement 37 c. Water 38 1) Potable water,free of soils,acids,alkalis,organic matter or other 39 deleterious substances,meeting requirements of ASTM C94 44 d. Mix in a stationary pug mill,weigh-batch or continuous mixing plant. 41 e. Strength 42 1) 50 to 150 psi compressive strength at 2 days in accordance with ASTM 43 D 1633,Method A 44 2) 200 to 250 psi compressive strength at 28 days in accordance with ASTM 45 D 1633,Method A CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 12,2016 3345 i0-9 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 9 of 21 1 3) The maximum compressive strength in 7 days shall be 406 psi. Backfill 2 that exceeds the maximum compressive strength shall be removed by the 3 Contractor for no additional compensation. 4 f. Random samples of delivered product will be taken in the field at point of 5 delivery for each day of placement in the work area.Specimens will be 6 prepared in accordance with ASTM D1632. 7 10. Controlled Low Strength Material(CLSM) 8 a. Conform to Section 03 34 13 9 11. Trench Geotextile Fabric 10 a. Soils other than ML or OH in accordance with ASTM D2487 11 1) Needle punch,nonwoven geotextile composed of polypropylene fibers 12 2) Fibers shall retain their relative position 13 3) Inert to biological degradation 14 4) Resist naturally occurring chemicals 15 5) W Resistant 16 6) Mirafi 140N by Tencate,or approved equal 17 b. Soils Classified as ML or OH in accordance with ASTM D2487 18 1) High-tenacity monofilament polypropylene woven yarn 19 2) Percent open area of 8 percent tolO percent 20 3) Fibers shall retain their relative position 21 4) Inert to biological degradation 22 5) Resist naturally occurring chemicals 23 6) UV Resistant 24 7) Mirafi FW402 by Tencate,or approved equal 25 12. Concrete Encasement 26 a. Conform to Section 03 30 00. 27 2.3 ACCESSORIES [NOT USED] 28 2.4 SOURCE QUALITY CONTROL [NOT USED] 29 PART 3- EXECUTION 30 3.1 INSTALLERS [NOT USED] 31 3.2 EXAMINATION 32 A. Verification of Conditions 33 1. Review all known,identified or marked utilities,whether public or private,prior to 34 excavation. 35 2. Locate and protect all known,identified and marked utilities or underground 35 facilities as excavation progresses. 37 3. Notify all utility owners within the project limits 48 hours prior to beginning 38 excavation. 39 4. The information and data shown in the Drawings with respect to utilities is 40 approximate and based on record information or on physical appurtenances 41 observed within the project limits. CITY OF FORT WORTH CONCRETE RESTORATiN(2419-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.. i01603 Revised December 12,2016 3305 10-10 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 10 of 21 1 5. Coordinate with the Owners)of underground facilities. 2 6. Immediately notify any utility owner of damages to underground facilities resulting 3 from construction activities. 4 7. Repair any damages resulting from the construction activities. 5 B. Notify the City immediately of any changed condition that impacts excavation and 6 installation of the proposed utility. 7 3.3 PREPARATION S A. Protection of In-Place Conditions 9 1. Pavement 10 a. Conduct activities in such a way that does not damage existing pavement that is 11 designated to remain. 12 1) Where desired to move equipment not licensed for operation on public 13 roads or across pavement,provide means to protect the pavement from all 14 damage. 15 b. Repair or replace any pavement damaged due to the negligence of the 16 contractor outside the limits designated for pavement removal at no additional 17 cost to the City. 18 2. Drainage 19 a. Maintain positive drainage during construction and re-establish drainage for all 20 swales and culverts affected by construction. 21 3. Trees 22 a. When operating outside of existing ROW, stake permanent and temporary 23 construction easements. 24 b. Restrict all construction activities to the designated easements and ROW. 25 c. Flag and protect all trees designated to remain in accordance with Section 31 10 26 00. 27 d. Conduct excavation,embedment and backfill in a manner such that there is no 28 damage to the tree canopy. 29 e. Prune or trim tree limbs as specifically allowed by the Drawings or as 30 specifically allowed by the City. 31 1) Pruning or trimming may only be accomplished with equipments 32 specifically designed for tree pruning or trimming. 33 f. Remove trees specifically designated to be removed in the Drawings in 34 accordance with Section 31 10 00. 35 4. Above ground Structures 36 a. Protect all above ground structures adjacent to the construction. 37 b. Remove above ground structures designated for removal in the Drawings in 38 accordance with Section 02 41 13 39 5. Traffic 40 a. Maintain existing traffic,except as modified by the traffic control plan,and in 41 accordance with Section 34 71 13. 42 b. Do not block access to driveways or alleys for extended periods of time unless: 43 1) Alternative access has been provided 44 2) Proper notification has been provided to the property owner or resident 45 3) It is specifically allowed in the traffic control plan CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101503 Revised December 12,2016 3305 10-11 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 1 i of 21 1 c. Use traffic rated plates to maintain access until access is restored. 2 6. Traffic Signal—Poles,Mast Arms,Full boxes,Detector loops 3 a. Notify the City's Traffic Services Division a minimum of 48 hours prior to any 4 excavation that could impact the operations of an existing traffic signal. 5 b. Protect all traffic signal poles,mast arms,pull boxes,traffic cabinets,conduit 6 and detector loops. 7 c. Immediately notify the City's Traffic Services Division if any damage occurs to 8 any component of the traffic signal due to the contractors activities. 9 d. Repair any damage to the traffic signal poles,mast arms,pull boxes,traffic 10 cabinets,conduit and detector loops as a result of the construction activities. 11 7. Fences 12 a. Protect all fences designated to remain. 13 b. Leave fence in the equal or better condition as prior to construction. 14 3.4 INSTALLATION 15 A. Excavation 16 1. Excavate to a depth indicated on the Drawings. 17 2. Trench excavations are defined as unclassified. No additional payment shall be 18 granted for rock or other in-situ materials encountered in the trench. 19 3. Excavate to a width sufficient for laying the pipe in accordance with the Drawings 20 and bracing in accordance with the Excavation Safety Plan. 21 4. The bottom of the excavation shall be firm and free from standing water. 22 a. Notify the City immediately if the water and/or the in-situ soils do not provide 23 for a firm trench bottom. 24 b. The City will determine if any changes are required in the pipe foundation or 25 bedding. 26 5. Unless otherwise permitted by the Drawings or by the City,the limits of the 27 excavation shall not advance beyond the pipe placement so that the trench may be 28 backfilled in the same day. 29 6. Over Excavation 34 a. Fill over excavated areas with the specified bedding material as specified for 31 the specific pipe to be installed. 32 b. No additional payment will be made for over excavation or additional bedding 33 material. 34 7. Unacceptable Backfill Materials 35 a. In-situ soils classified as unacceptable backfill material shall be separated from 36 acceptable backfill materials. 37 b. If the unacceptable backfill material is to be blended in accordance with this 38 Specification,then store material in a suitable location until the material is 39 blended. 40 c. Remove all unacceptable material from the project site that is not intended to be 41 blended or modified. 42 8. Rock—No additional compensation will be paid for rock excavation or other 43 changed field conditions. 44 B. Shoring,Sheeting and Bracing CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 12,2016 3305 10-12 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 12 of 21 1 1. Engage a Licensed Professional Engineer in the State of Texas to design a site 2 specific excavation safety system in accordance with Federal and State 3 requirements. 4 2. Excavation protection systems shall be designed according to the space limitations 5 as indicated in the Drawings. 6 3. Furnish,put in place and maintain a trench safety system in accordance with the 7 Excavation Safety Plan and required by Federal, State or local safety requirements. 8 4. If soil or water conditions are encountered that are not addressed by the current 9 Excavation Safety Plan,engage a Licensed Professional Engineer in the State of 10 Texas to modify the Excavation Safety Plan and provide a revised submittal to the 11 City. 12 5. Do not allow soil,or water containing soil,to migrate through the Excavation 13 Safety System in sufficient quantities to adversely affect the suitability of the 14 Excavation Protection System.Movable bracing,shoring plates or trench boxes 15 used to support the sides of the trench excavation shall not: 16 a. Disturb the embedment located in the pipe zone or lower 17 b. Alter the pipe's line and grade after the Excavation Protection System is 18 removed 19 c. Compromise the compaction of the embedment located below the spring line of 20 the pipe and in the haunching 21 C. Water Control 22 1. Surface Water 23 a. Furnish all materials and equipment and perform all incidental work required to 24 direct surface water away from the excavation. 25 2. Ground Water 26 a. Furnish all materials and equipment to dewater ground water by a method 27 which preserves the undisturbed state of the subgrade soils. 28 b. Do not allow the pipe to be submerged within 24 hours after placement. 29 c. Do not allow water to flow over concrete until it has sufficiently cured. 30 d. Engage a Licensed Engineer in the State of Texas to prepare a Ground Water 31 Control Plan if any of the following conditions are encountered: 32 1) A Ground Water Control Plan is specifically required by the Contract 33 Documents 34 2) If in the sole judgment of the City,ground water is so severe that an 35 Engineered Ground Water Control Plan is required to protect the trench or 36 the installation of the pipe which may include: 37 a) Ground water levels in the trench are unable to be maintained below 38 the top of the bedding 39 b) A firm trench bottom cannot be maintained due to ground water 40 c) Ground water entering the excavation undermines the stability of the 41 excavation. 42 d) Ground water entering the excavation is transporting unacceptable 43 quantities of soils through the Excavation Safety System. 44 e. In the event that there is no bid item for a Ground Water Control and the City 45 requires an Engineered Ground Water Control Plan due to conditions 46 discovered at the site,the contractor will be eligible to submit a change order. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 12,2016 330510-13 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 13 of 21 1 f. Control of ground water shall be considered subsidiary to the excavation when: 2 1) No Ground Water Control Plan is specifically identified and required in the 3 Contract Documents 4 g. Ground Water Control Plan installation,operation and maintenance 5 1) Furnish all materials and equipment necessary to implement,operate and 6 maintain the Ground Water Control Plan. 7 2) Once the excavation is complete,remove all ground water control 8 equipment not called to be incorporated into the work- 9 ork9 h. Water Disposal 10 1) Dispose of ground water in accordance with City policy or Ordinance. 11 2) Do not discharge ground water onto or across private property without 12 written permission. 13 3) Permission from the City is required prior to disposal into the Sanitary 14 Sewer. 15 4) Disposal shall not violate any Federal,State or local regulations. 16 D. Embedment and Pipe Placement 17 1. Water Lines less than,or equal to, 12 inches in diameter: 18 a. The entire embedment zone shall be of uniform material. 19 b. Utility sand shall be generally used for embedment. 20 c. If ground water is in sufficient quantity to cause sand to pump,then use 21 crushed rock as embedment. 22 1) If crushed rock is not specifically identified in the Contract Documents, 23 then crushed rock shall be paid by the pre-bid unit price. 24 d. Place evenly spread bedding material on a firm trench bottom. 25 e. Provide firth,uniform bedding. 26 f. Place pipe on the bedding in accordance with the alignment of the Drawings. 27 g. In no case shall the top of the pipe be less than 42 inches from the surface of the 28 proposed grade,unless specifically called for in the Drawings. 29 h. Place embedment,including initial backfill,to a minimum of 6 inches,but not 30 more than 12 inches,above the pipe. 31 i. Where gate valves are present,the initial backfill shall extend to 6 inches above 32 the elevation of the valve nut. 33 j. Form all blocking against undisturbed trench wall to the dimensions in the 34 Drawings. 35 k. Compact embedment and initial backfill. 36 1. Place marker tape on top of the initial trench backfill in accordance with 37 Section 33 fly 26. 38 2. Water Lines 16-inches through 24-inches in diameter. 39 a. The entire embedment zone shall be of uniform material. 40 b. Utility sand may be used for embedment when the excavated trench depth is 41 less than 15 feet deep. 42 c. Crushed rock or fine crushed rock shall be used for embedment for excavated 43 trench depths 15 feet,or greater. 44 d. Crushed rock shall be used for embedment for steel pipe. 45 e. Provide trench geotextile fabric at any location where crushed rock or fine 46 crushed rock come into contact with utility sand 47 f. Place evenly spread bedding material on a firm trench bottom. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 12,2016 3305 10-14 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 14 of 21 1 g. Provide firm,uniform bedding. 2 1) Additional bedding may be required if ground water is present in the 3 trench. 4 2) If additional crushed rock is required not specifically identified in the 5 Contract Documents,then crushed rock shall be paid by the pre-bid unit 6 price. 7 h. Place pipe on the bedding according to the alignment shown on the Drawings. 8 i. The pipe line shall be within: 9 1) f3 inches of the elevation on the Drawings for 16-inch and 24-inch water 10 lines 11 j. Place and compact embedment material to adequately support haunches in 12 accordance with the pipe manufacturer's recommendations. 13 k. Place remaining embedment including initial backfill to a minimum of 6 inches, 14 but not more than 12 inches,above the pipe- 15 1. Where gate valves are present,the initial backfill shall extend to up to the valve 16 nut. 17 m. Compact the embedment and initial backfill to 95 percent Standard Proctor 18 ASTM D 698. 19 n. Density test may be performed by City to verify that the compaction of 20 embedment meets requirements. 21 o. Place trench geotextile fabric on top of the initial backfill. 22 p. Place marker tape on top of the trench geotextile fabric in accordance with 23 Section 33 05 26. 24 3. Water Lines 30-inches and greater in diameter 25 a. The entire embedment zone shall be of uniform material. 26 b. Crushed rock shall be used for embedment. 27 c. Provide trench geotextile fabric at any location where crushed rock or fine 28 crushed rock come into contact with utility sand. 29 d. Place evenly spread bedding material on a firm trench bottom. 30 e. Provide firm,uniform bedding. 31 1) Additional bedding may be required if ground water is present in the 32 trench. 33 2) If additional crushed rock is required which is not specifically identified in 34 the Contract Documents,then crushed rock shall be paid by the pre-hid unit 35 price. 36 f. Place pipe on the bedding according to the alignment shown on the Drawings. 37 g. The pipe line shall be within: 38 1) ±-I inch of the elevation on the Drawings for 30-inch and larger water lines 39 h. Place and compact embedment material to adequately support haunches in 40 accordance with the pipe manufacturer's recommendations. 41 i. For steel pipe greater than 30 inches in diameter,the initial embedment lift shall 42 not exceed the spring line prior to compaction. 43 j. Place remaining embedment, including initial backfill,to a minimum of 6 44 inches,but not more than 12 inches,above the pipe. 45 k. Where gate valves are present,the initial backfill shall extend to up to the valve 46 nut. 47 1. Compact the embedment and initial backfill to 95 percent Standard Proctor 48 ASTM D 698. CITY OF FORT WORTH CONCRETE RESTORATIN(2419-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projekt no.:101603 Revised December 12,2016 330510-15 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 15 of 21 1 m. Density test may be performed by City to verify that the compaction of 2 embedment meets requirements. 3 n. Place trench geotextile fabric on top of the initial backfill. 4 o. Place marker tape on top of the trench geotextile fabric in accordance with 5 Section 33 05 26. 6 4. Sanitary Sewer Lines and Storm Sewer Lines(HDPE) 7 a. The entire embedment zone shall be of uniform material. 8 b. Gushed rock shall be used for embedment. 9 c. Place evenly spread bedding material on a firm trench bottom. 10 d. Spread bedding so that lines and grades are maintained and that there are no 11 sags in the sanitary sewer pipe 1 ine. 12 e. Provide firm,uniform bedding. 13 1) Additional bedding may be required if ground water is present in the 14 trench. 15 2) If additional crushed rock is required which is not specifically identified in 16 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 17 price. 18 f. Place pipe on the bedding according to the alignment shown in the Drawings. 19 g. The pipe line shall be within X0.1 inches of the elevation,and be consistent 20 with the grade shown on the Drawings. 21 h. Place and compact embedment material to adequately support haunches in 22 accordance with the pipe manufacturer's recommendations. 23 i. For sewer lines greater than 30 inches in diameter,the embedment lift shall not 24 exceed the spring line prior to compaction. 25 Place remaining embedment including initial backfill to a minimum of 6 inches, 26 but not more than 12 inches,above the pipe. 27 k. Compact the embedment and initial backfill to 95 percent Standard Proctor 28 ASTM D 698. 29 1. Density test may be performed by City to verify that the compaction of 30 embedment meets requirements. 31 m. Place trench geotextile fabric on top of the initial backfill. 32 n. Place marker tape on top of the trench geotextile fabric in accordance with 33 Section 33 05 26. 34 5. Storm Sewer(RCP) 35 a. The bedding and the pipe zone up to the spring line shall be of uniform 36 material. 37 b. Crushed rock shall be used for embedment up to the spring line. 38 c. The specified backfill material may be used above the spring line. 39 d. Place evenly spread bedding material on a firm trench bottom. 40 e. Spread bedding so that lines and grades are maintained and that there are no 41 sags in the storm sewer pipe line. 42 f. Provide firm,uniform bedding. 43 1) Additional bedding may be required if ground water is present in the 44 trench. 45 2) If additional crushed rock is required which is not specifically identified in 46 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 47 price. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 12,2016 330510-16 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 16 of 21 1 g. Place pipe on the bedding according to the alignment of the Drawings. 2 h. The pipe line shall be within x=0.1 inches of the elevation,and be consistent 3 with the grade,shown on the Drawings. 4 i. Place embedment material up to the spring line. 5 1) Place embedment to ensure that adequate support is obtained in the haunch. 6 j. Compact the embedment and initial backfill to 95 percent Standard Proctor 7 ASTM D 698. 8 k. Density test may be performed by City to verify that the compaction of 9 embedment meets requirements. 10 1. Place trench geotcxtile fabric on top of pipe and crushed rock. 11 6. Storm Sewer Reinforced Concrete Sox 12 a. Crushed rock shall be used for bedding. 13 b. The pipe zone and the initial backfill shall be: 14 1) Crushed rock,or 15 2) Acceptable backfill material compacted to 95 percent Standard Proctor 16 density 17 c. Place evenly spread compacted bedding material on a firm trench bottom. 18 d. Spread bedding so that lines and grades are maintained and that there are no 19 sags in the storm sewer pipe line. 20 e. Provide firm,uniform bedding. 21 1) Additional bedding may be required if ground water is present in the 22 trench. 23 2) If additional crushed rock is required which is not specifically identified in 24 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 25 price. 26 f. Fill the annular space between multiple boxes with crushed rock,CLSM 27 according to 03 34 13. 28 g. Place pipe on the bedding according to the alignment of the Drawings. 29 h. The pipe shall be within+0.1 inches of the elevation,and be consistent with the 30 grade,shown on the Drawings. 31 i. Compact the embedment initial backfill to 95 percent Standard Proctor ASTM 32 D698. 33 7. Water Services(Less than 2 Inches in Diameter) 34 a. The entire embedment zone shall be of uniform material. 35 b. Utility sand shall be generally used for embedment. 36 c. Place evenly spread bedding material on a firm trench bottom. 37 d. Provide firm,uniform bedding. 38 e. Place pipe on the bedding according to the alignment of the Plans. 39 f. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 40 8. Sanitary Sewer Services 41 a. The entire embedment zone shall be of uniform material. 42 b. Crushed rock shall be used for embedment. 43 c. Place evenly spread bedding material on a firm trench bottom. 44 d. Spread bedding so that lines and grades are maintained and that there are no 45 sags in the sanitary sewer pipe line. 46 e. Provide firm,uniform bedding. CITY OF FORT WORTH CONCRETE RESTOR4TIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMEN'T'S City Project nD.:101603 Revised December 12,2016 3305 10-17 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 17 of 21 1 1) Additional bedding may be required if ground water is present in the 2 trench. 3 2) If additional crushed rock is required which is not specifically identified in 4 the Contract Documents,then crushed rock shall be paid by the pre-bid unit 5 price. 6 f. Place pipe on the bedding according to the alignment of the Drawings. 7 g. Place remaining embedment, including initial backfill,to a minimum of 6 8 inches,but not more than 12 inches,above the pipe. 9 h. Compact the initial backfill to 95 percent Standard Proctor ASTM D698. 10 i. Density test may be required to verify that the compaction meets the density 11 requirements. 12 E. Trench Backfill 13 1. At a minimum,place backfill in such a manner that the required in-place density 14 and moisture content is obtained,and so that there will be no damage to the surface, 15 pavement or structures due to any trench settlement or trench movement. 16 a. Meeting the requirement herein does not relieve the responsibility to damages 17 associated with the Work. 18 2_ Backfill Material 19 a. Final backfill depth less than 15 feet 20 1) Backfill with: 21 a) Acceptable backfill material 22 b) Blended backfill material,or 23 c) Select backfill material,CSS,or CLSM when specifically required 24 b. Final backfill depth 15 feet or greater: (under pavement or future pavement) 25 1) Backfill depth from 0 to 15 feet deep 26 a) Backfill with: 27 (1) Acceptable backfill material 28 (2) Blended backfill material,or 29 (3) Select backfill material,CSS,or CLSM when specifically required 30 2) Backfill depth from 15 feet and greater 31 a) Backfill with: 32 (1) Select Fill 33 (2) CSS,or 34 (3) CLSM when specifically required 35 c. Final backfill depth 15 feet or greater: not under pavement or future pavement) 36 1) Backfill with: 37 a) Acceptable backfill material,or 38 b) Blended backfill material 39 d. Backfill for service lines: 40 1) Backfill for water or sewer service lines shall be the same as the 41 requirement of the main that the service is connected to. 42 3. Required Compaction and Density 43 a_ Final backfill(depths less than 15 feet) 44 1) Compact acceptable backfill material,blended backfill material or select 45 backfill to a minimum of 95 percent Standard Proctor per ASTM D698 at 46 moisture content within-2 to+5 percent of the optimum moisture. 47 2) CSS or CLSM requires no compaction. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: I01603 Revised December 12,2016 3305 10-18 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 18 of 21 1 b. Final backfill(depths 15 feet and greater/under existing or future pavement) 2 1) Compact select backfill to a minimum of 98 percent Standard Proctor per 3 ASTM D 698 at moisture Content within-2 to+5 percent of the optimum 4 moisture. 5 2) CSS or CLSM requires no compaction. 6 c. Final backfill(depths 15 feet and greater/not under existing or future pavement) 7 1) Compact acceptable backfill material blended backfill material,or select 8 backfill to a minimum of 95 percent Standard Proctor per ASTM D 698 at 9 moisture content within-2 to+5 percent of the optimum moisture. 10 4. Saturated Soils 11 a. If in-situ soils consistently demonstrate that they are greater than 5 percent over 12 optimum moisture content,the soils are considered saturated. 13 b. Flooding the trench or water jetting is strictly prohibited. 14 c. If saturated soils are identified in the Drawings or Geotechnical Report in the 15 Appendix,Contractor shall proceed with Work following all backfill 16 procedures outlined in the Drawings for areas of soil saturation greater than 5 17 percent. 18 d. If saturated soils are encountered during Work but not identified in Drawings or 19 Geotechnical Report in the Appendix: 20 1) The Contractor shall: 21 a) Immediately notify the City. 22 b) Submit a Contract Claim for Extra Work associated with direction from 23 City. 24 2) The City shall: 25 a) Investigate soils and determine if Work can proceed in the identified 26 location. 27 b) Direct the Contractor of changed backfill procedures associated with 28 the saturated soils that may include: 29 (1) Imported backfill 34 (2) A site specific backfill design 31 5. Placement of Backfill 32 a. Use only compaction equipment specifically designed for compaction of a 33 particular soil type and within the space and depth limitation experienced in the 34 trench. 35 b. Flooding the trench or water setting is strictly prohibited. 36 c. Place in loose lifts not to exceed 12 inches- 37 d. Compact to specified densities. 38 e. Compact only on top of initial backfill,undisturbed trench or previously 39 compacted backfill. 40 f. Remove any loose materials due to the movement of any trench box or shoring 41 or due to sloughing of the trench wall. 42 g. Install appropriate tracking balls for water and sanitary sewer trenches in 43 accordance with Section 33 05 26. 44 6. Backfill Means and Methods Demonstration 45 a. Notify the City in writing with sufficient time for the City to obtain samples 46 and perforin standard proctor test in accordance with ASTM D698. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 12,2016 3305 10-19 UTILPCY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 19 of 21 1 b. The results of the standard proctor test must be received prior to beginning 2 excavation. 3 c. Upon commencing of backfill placement for the project the Contractor shall 4 demonstrate means and methods to obtain the required densities. 5 d. Demonstrate Means and Methods for compaction including: 6 1) Depth of lifts for backfill which shall not exceed 12 inches 7 2) Method of moisture control for excessively dry or wet backfill 8 3) Placement and moving trench box,if used 9 4) Compaction techniques in an open trench 10 5) Compaction techniques around structure 1 l e. Provide a testing trench box to provide access to the recently backfilled 12 material. 13 f. The City will provide a qualified testing lab full time during this period to 14 randomly test density and moisture continent. 15 1) The testing lab will provide results as available on the job site. 16 7. Varying Ground Conditions 17 a. Notify the City of varying ground conditions and the need for additional 18 proctors. 19 b. Request additional proctors when soil conditions change_ 20 c. The City may acquire additional proctors at its discretion. 21 d. Significant changes in soil conditions will require an additional Means and 22 Methods demonstration. 23 3.5 REPAIR[NOT USED] 24 3.6 RE-INSTALLATION [NOT USED] 25 3.7 FIELD QUALITY CONTROL 26 A. Field Tests and Inspections 27 1. Proctors 28 a. The City will perform Proctors in accordance with ASTM D698- 29 b. Test results will generally be available to within 4 calendar days and distributed 30 to: 31 1) Contractor 32 2) City Project Manager 33 3) City Inspector 34 4) Engineer 35 c. Notify the City if the characteristic of the soil changes. 36 d. City will perforin new proctors for varying soils: 37 1) When indicated in the geotechnical investigation in the Appendix 38 2) If notified by the Contractor 39 3) At the convenience of the City 40 e. Trenches where different soil types are present at different depths,the proctors 41 shall be based on the mixture of those soils. 42 2. Density Testing of Backfill 43 a_ Density Tests shall be in conformance with ASTM D2922. 44 b. Provide a testing trench protection for trench depths in excess of 5 feet. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 12,2016 330510-20 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 20 of 21 I c. Place,move and remove testing trench protection as necessary to facilitate all 2 test conducted by the City. 3 d_ For final backfill depths less than 15 feet and trenches of any depth not under 4 existing or fixture pavement- 5 1) The City will perform density testing twice per working day when 6 backfilling operations are being conducted. 7 2) The testing lab shall take a minimum a£3 density tests of the current lift in 8 the available trench. 9 e. For final backfill depths 15 feet and greater deep and under existing or future 10 pavement: 11 1) The City will perform density testing twice per working day when 12 backfilling operations are being conducted. 13 2) The testing lab shall take a minimum of 3 density tests of the current lift in 14 the available trench. 15 3) The testing lab will remain onsite sufficient time to test 2 additional lifts. 16 £. Make the excavation available for testing. 17 g. The City will determine the location of the test. 18 h. The City testing lab will provide results to Contractor and the City's Inspector 19 upon completion of the testing. 20 i. A formal report will be posted to the City's Buzzsaw site within 48 hours. 21 j. Test reports shall include: 22 1) Location of test by station number 23 2) Time and date of test 24 3) Depth of testing 25 4) Field moisture 26 5) Dry density 27 6) Proctor identifier 28 7) Percent Proctor Density 29 3. Density of Embedment 30 a. Storm sewer boxes that are embedded with acceptable backfill material, 31 blended backfill material,cement modified backfill material or select material 32 will follow the same testing procedure as backfill. 33 b. The City may test fine crushed rock or crushed rock embedment in accordance 34 with ASTM D2922 or ASTM 1556, 35 B. Non-Conforming Work 36 1. All non-conforming work shall be removed and replaced. CITY OF FORT WORTH CONCRETF RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 12,2016 3305 10-21 UTILITY TRENCH EXCAVATION,EMBEDMENT,AND BACKFILL Page 2I of 21 1 3.8 SYSTEM STARTUP [NUT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NUT USED] 7 3.14 ATTACHMENTS [NUT USED] S END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2—Added Item for Concrete Encasement for Utility Lines Various Sections—Revised Depths to Include 15'and greater 12/20/2012 D.Johnson 3.3.A—Additional notes for pavement protection and positive drainage. 3.4.E.2—Added requirements for backfill of service lines. 3.4.E-5—Added language prohibiting flooding of trench 1.2.A.3--Clarified measurement and payment for concrete encasement as per plan 6/18/2013 D.Johnson quantity 2.2.A—Added language for concrete encasement 12/12/16 Z.Arcga 2.2.A.Ld Modify gradation for sand material 9 CITY OF FORT WORTH CONCRETE RESTOitATIN(2019-2) STANDARD CONSTRUCTION SPECIFICA'T'ION DOCUMENTS City Project no.:101603 Revised December 12,2016 330514-1 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page I of 7 1 SECTION 33 45 14 2 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO 3 GRADE 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes,drop inlets,valve boxes,cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. FOR THIS PROTECT ADJUSTING MANHOLE CONVERS,WATER METER 11 BOX AND VALVE BOX SHALL BE CONSIDERED SUBSIDIARY TO 12 CONCRETE PAVING SECTION 32 13 13. 13 2. ADJUSTMENT/REPAIR OF EXISTING IRRIGATION LINE AND 14 APPURTANCES BY A LICENSED TEXUS PLUMBER SHALL BE PAID PER 15 ACTUAL COST OF ADJUSTMENT PLUS TEN PERCENT OVERHEAD. 16 C. Related.Specification Sections include,but are not necessarily limited to: 17 1. Division 0—Bidding Requirements,Contract Forms,and Conditions of the 18 Contract 19 2. Division 1 —General Requirements 20 3. Section 32 01 17—Permanent Asphalt paving Repair 21 4. Section 32 0129—Concrete Paving Repair 22 5. Section 33 05 10—Utility Trench Excavation,Embedment and Backfill 23 6. Section 33 05 13—Frame,Cover and Grade Rings 24 7. Section 33 39 10—Cast-in-Place Concrete Manholes 25 8. Section 33 39 20—Precast Concrete Manholes 26 9. Section 33 12 20—Resilient Seated(Wedge)Gate Valve 27 10. Section 33 12 21 —AWWA Rubber-Seated Butterfly Valve 28 11. Section 33 04 11 —Corrosion Control Test Station 29 12. Section 33 04 12—Magnesium Anode Cathodic Protection System 30 1.2 PRICE AND PAYMENT PROCEDURES 31 A. Measurement and Payment 32 1. Manhole—Minor Adjustment 33 a. Meastifement 34 1) MeasuP-Am—e-a-t fiffir.&-his kam shall be per-eash adjushment using erAy grade 35 36 37 b. Raynwnt CITY OF FORT WORTH CONCRETE RESTORATIN(2419-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101663 Revised December 20,2012 3305 14-2 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 2 of 7 i 2 "Manhole 4 e. The pfiee bid shall ifielude-. 5 6 2) Excavation 7 3) Ha"lin 8 9 l06) Tease 8f the-e3kisting-Finahele frame and eave 11 , 12 8) Conerete base material 13 14 193 Clean-up 15 2. Manhole-Major Adjustment 16 a. Measurement 17 1) Measurement for this Item shall be per each adjustment requiring structural 18 modifications to raise or lower a manhole to a grade as specified on the 19 Drawings. 20 b. Payment 21 1) The work performed and the materials furnished in accordance with this 22 Item will be paid for at the unit price bid per each"Manhole Adjustment, 23 Major"completed. 24 c- The price bid shall include: 25 1) Pavement removal 26 2) Excavation 27 3) Hauling 28 4) Disposal of excess material 29 5) Structural modifications,grade rings or other adjustment device 30 6) Reuse of the existing manhole frame and cover 31 7) Furnishing,placing and compaction of embedment and backfill 32 8) Concrete base material 33 9) Permanent asphalt patch or concrete paving repair,as required 34 10) Clean-up 35 3. Manhole-Major Adjustment with Frame and Cover 36 a- Measurement 37 1) Measurement for this Item shall be per each adjustment requiring structural 38 modifications to raise or lower a manhole to a grade specified on the 39 Drawings or structural modifications for a manhole requiring a new frame 40 and cover,often for changes to cover diameter. 41 b. Payment 42 1) The work performed and the materials furnished in accordance with this 43 Item will be paid for at the unit price bid per each"Manhole Adjustment, 44 Major wl Cover"completed. 45 c. The price bid shall include: 46 1) Pavement removal 47 2) Excavation 48 3) Hauling 49 4) Disposal of excess material CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 330514-3 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 3 of 7 1 5) Structural modifications,grade rings or other adjustment device 2 6) Frame and cover 3 7) Furnishing,placing and compaction of embedment and backfill 4 8) Concrete base material 5 9) Permanent asphalt patch or concrete paving repair,as required 6 10) Clean-up 7 4- Inlet 8 a. Measurement 9 1) Measurement for this Item shall be per each adjustment requiring structural 10 modifications to inlet to a grade specified on the Drawings. 11 b. Payment 12 1) The work performed and the materials furnished in accordance with this 13 Item will be paid for at the unit price bid per each"Inlet Adjustment" 14 completed- 15 c. The price bid shall include: 16 1) Pavement removal 17 2) Excavation 18 3) Hauling 19 4) Disposal of excess material 20 5) Structural modifications 21 6) Furnishing,placing and compaction of embedment and backfill 22 7) Concrete base material,as required 23 8) Surface restoration,permanent asphalt patch or concrete paving repair,as 24 required 25 9) Clean-up 26 5. Valve Box 27 a. Meastwame 28 1) Measer-ement for-Ns Rom shall be per eaek adjustment to a gmda speeifie 29 on the Dfawings, 30 b. Pam 31 32 item will be paid f r at the unit 3 ee bid pep eaeh'Alalve Bar,rzu stffiv t" 33 eempleted- 34 e. The priee bid shall ineWe! 35 ■ Pavement removal 36 2) Exeavatief1 37 3)Hatiling 38 4) Disposal of e*eess ffatefial 39 5) Adjus4mefA deviee 40 , 41 ,as rmequired 42 8) c, _f o est ..tio t asphalt po eF oo tt ..�.. n ^g r.ra f,alf, 43 Feqtlife 44 9) GleanQY 45 6. Cathodic Protection Test Station 46 a. Measurement 47 1) Measurement for this Item shall be per each adjustment to a grade specified 48 on the Drawings. 49 b. Payment CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 33 05 14-4 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 4 of 7 1 1) The work performed and the materials furnished in accordance with this 2 Item will be paid for at the unit price bid per each"Cathodic Protection 3 Test Station Adjustment"completed. 4 c. The price bid shall include: 5 1) Pavement removal 6 2) Excavation 7 3) Hauling 8 4) Disposal of excess material 9 5) Adjustment device 10 6) Furnishing,placing and compaction of embedment and backfill 11 7) Concrete base material,as required 12 8) Surface restoration,permanent asphalt patch or concrete paving repair,as 13 required 14 9) Clean-up 15 7. Fire Hydrant 16 a. Measurement 17 1) Measurement for this Item shall be per each adjustment requiring stem 18 extensions to meet a grade specified by the Drawings. 19 b. Payment 20 1) The work performed and the materials furnished in accordance with this 21 Item will be paid for at the unit price bid per each"Fire Hydrant Stem 22 Extension"completed. 23 c. The price bid shall include: 24 1) Pavement removal 25 2) Excavation 26 3) Hauling 27 4) Disposal of excess material 28 5) Adjustment materials 29 6) Furnishing,placing and compaction of embedment and backfill 30 7) Concrete base material,as required 31 8) Surface restoration,permanent asphalt patch or concrete paving repair,as 32 required 33 9) Clean-up 34 8. Miscellaneous 8h%mAw&-UTII.ITY ADJUSTMENT 35 a. Measurement 36 1) Measurement for this Item shall be per each adjustment requiring structural 37 modifications to 38 b. Payment 39 1) The work performed and the materials furnished in accordance with this 40 Item will be paid " 41 . 42 c. The price bid shall include: 43 1) Pavement removal 44 2) Excavation 45 3) Hauling 46 4) Disposal of excess material 47 5) 8WdeVdr-eA UTLITY modifications 48 6) Furnishing,placing and compaction of embedment and backfill 49 7) Concrete base material CITY OF FORT WORTH CONCRETE RESTORATIN(3019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 3305 [4-5 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 5 of 7 1 8) Permanent asphalt patch or concrete paving repair,as required 2 9) Clean-up 3 1.3 REFERENCES 4 A. Definitions 5 1. Minor Adjustment 6 a. Refers to a small elevation change performed on an existing manhole where the 7 existing frame and cover are reused. 8 2. Major Adjustment 9 a. Refers to a significant elevation change performed on an existing manhole 10 which requires structural modification or when a 24-inch ring is changed to a 11 30-inch ring. 12 B. Reference Standards 13 1. Reference standards cited in this Specification refer to the current reference 14 standard published at the time of the latest revision date logged at the end of this 15 Specification,unless a date is specifically cited. 16 2. Texas Commission on Environmental Quality(TCEQ): 17 a. Title 30,Part 1,Chapter 217, Subchapter C,Rule 217.55—Manholes and 18 Related Structures. 19 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 20 1.5 SUBMITTALS]NOT USED] 21 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 22 1.7 CLOSEOUT SUBMITTALS [NOT USED] 23 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 24 1.9 QUALITY ASSURANCE [NOT USED] 25 1.10 DELIVERY,STORAGE,AND HANDLING[NUT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY [NOT USED] 28 PART 2- PRODUCTS 29 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIED PRODUCTS [NOT USED] 30 2.2 MATERIALS 31 A. Cast-in-Place Concrete 32 1. See Section 03 34 00. 33 B. Modifications to Existing Concrete Structures 34 1. See Section 03 80 40. 35 C. Grade Rings CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 3305 14-6 AAIUSTJNG MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES To GRADE Page 6 of 7 1 1. See Section 33 05 13. 2 D. Frame and Cover 3 1. See Section 33 05 13. 4 E. Backfill material 5 1. See Section 33 05 10. 6 F. Water valve box extension 7 1. See Section 33 12 20. 8 G. Corrosion Protection Test Station 9 1. See Section 33 04 11. 10 H. Cast-in-Place Concrete Manholes 1 1 1. See Section 33 39 10. 12 I. Precast Concrete Manholes 13 1. See Section 33 39 20. 14 2.3 ACCESSORIES INOT USED] 15 2A SOURCE QUALITY CONTROL [NOT USED] 16 PART 3- EXECUTION 17 3.1 INSTALLERS [NOT USED] 18 3.2 EXAMINATION 19 A- Verification of Conditions 20 1. Examine existing structure to be adjusted,for damage or defects that may affect 21 grade adjustment. 22 a. Report issue to City for consideration before beginning adjustment. 23 3.3 PREPARATION 24 A. Grade Verification 25 1. On major adjustments confirm any grade change noted on Drawings is consistent 26 with field measurements. 27 a. If not,coordinate with City to verify final grade before beginning adjustment. 28 3.4 ADJUSTMENT 29 A. Manholes,Inlets,and Miscellaneous Structures 34 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 31 30-inch frame and cover assembly per TCEQ requirement. 32 2. On manhole major adjustments,inlets and miscellaneous structures protect the 33 bottom using wood forms shaped to fit so that no debris blocks the invert or the 34 inlet or outlet piping in during adjustments. 35 a. Do not use any more than a 2-piece bottom. 36 3. Use the least number of grade rings necessary to meet required grade. CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.:101603 Revised December 2%2012 3305 14-7 ADJUSTING MANHOLES,INLETS,VALVE BOXES,AND OTHER STRUCTURES TO GRADE Page 7 of 7 1 a. For example,if a 1-foot adjustment is required,use 2 6-inch rings,not 6 2-inch 2 rings. 3 b. The maximum height of adjustment shall be no more than 12 inches for any 4 combination of grade rings.If 12 inches is required,use 3—4 inch rings. 5 B. Valve Boxes 6 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 7 the Drawings. 8 C. Backfill and Grading 9 1. Backfill area of excavation surrounding each adjustment in accordance to Section 10 3305 10. I i D. Pavement Repair 12 1. If required pavement repair is to be performed in accordance with Section 32 01 17 13 or Section 32 0129. 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 3.1.2 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USER] 23 3.1.4 ATTACHMENTS [NOT USED] 24 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A—Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and cover;Added 12/20/2012 D.Johnson items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustments 3.4—Pavement repair requirements were added 9/20/2017 W.Norwood 3.4.3 Eliminate 24 inch requirement for maximum chimney height adjustment. 3.4.4.b Add requirement for maximum height of grade rings to be 12 inches or 3-4 inch rings 25 CITY OF FORT WORTH CONCRETE RESTORATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.: 101603 Revised December 20,2012 3471 13-1 TRAFFIC CONTROL Page I of 6 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. FOR THIS PROJECT TRAFFIC CONTROL SECTION 34 7113 SHALL BE 9 CONSIDERED SUBSIDIARY WORK,NO SEPARATE PAY. 10 2. TRAFFIC CONTROL IMPLEMENTATION, INSTALLATION, I I MAINTENANCE,ADJUSTMENTS,REPLACEMENTS AND REMOVAL OF 12 TRAFFIC CONTROL DEVICES SHALL BE CONSIDERED SUBSIDIARY 13 WORK,NO SEPARATE PAY. 14 3. PREPARATION OF TRAFFIC CONTROL PLAN DETAILS,ADHERENCE TO 15 CITY AND TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES 16 (TMUTCD),OBTAINING SIGNATURE AND SEAL OF A LICENSED TEXAS 17 PREFESSIONAL ENGINEER SHALL BE CONSIDERED SUBSIDIARY 18 WORK,NO SEPARATE PAY. 19 C. Related Specification Sections include,but are not necessarily limited to: 20 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 21 2. Division I —General Requirements 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Installation of Traffic Control Devices 25 a. maasweffieii 26 1) Meawmmens for T-mffie CentFei P@,Aees shall be per-month for-the PFajee-& 27 dufation.. 28 a) A month is defined as 30 ealend"days, 29 b. payaefit 30 31 and measwed as pfevided undeF44easwemem"shall be paid fOF at the 32 ' 33 e. The p6ea bid shall inolude.: 34 35 2) Lgstallatie, 36 3_ miainwnane 37 4) Adjustments 38 5) R-oplaeoment 39 6)--Remeyal 40 41 2. Portable Message Signs CITY OF FORT WORTH CONCRETE RESTCRATIN(2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project no.;141603 Revised November 22,2013 3471 13-2 TRAFFIC CONTROI. Page 2 of 5 1 a. Measurement 2 1) Measurement for this Item shall be per week for the duration of use. 3 b. Payment 4 1) The work performed and materials furnished in accordance to this Item and 5 measured as provided under"Measurement"shall be paid for at the unit 6 price bid per week for"Portable Message Sign"rental- 7 c. The price bid shall include: 8 1) Delivery of Portable Message Sign to Site 9 2) Message updating 10 3) Sign movement throughout construction 11 4) Return of the Portable Message Sign post-construction 12 3. Preparation of Traffic Control Plan Details 13 a. Me a... 14 . 15 b. Payment 16 17 shall be paid fef at the unit pFiee bid per eaeh" 18 pFeparmed. 19 e. The pfiee bid shall inelude-i 20 21 lafigff 22 23 (TmN4i� i�a7 24 25 26 1.3 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification,unless a date is specifically cited. 31 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 32 3. Item 502,Barricades,Signs,and Traffic Handling of the Texas Department of 33 Transportation, Standard Specifications for Construction and Maintenance of 34 Highways, Streets,and Bridges. 35 1.4 ADMINISTRATIVE REQUIREMENTS 36 A. Coordination 37 1. Contact Traffic Services Division(817-392-7738)a minimum of 48 hours prior to 38 implementing Traffic Control within 500 feet of a traffic signal. 39 B. Sequencing 40 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 41 approved by the City and design Engineer before implementation. 42 1.5 SUBMITTALS 43 A. Provide the City with a current list of qualified flaggers before beginning flagging 44 activities.Use only flaggers on the qualified list. CITY OF FORT WORTH C-ONCRET6 RESTORATIN(1019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project nn.,101603 Revised November 22,2013 347113-3 TRAFFIC CONTROL Page 3 of 6 1 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 2 Engineering Division,311 W. Ie Street. The Traffic Control Plan(TCP)for the 3 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 4 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 5 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 6 Engineer. 7 D. Contractor shal[prepare Traffic Control Plans if required by the Drawings or 8 Specifications. The Contractor will be responsible for having a licensed Texas 9 Professional Engineer sign and seal the Traffic Control Plan sheets. 10 E. Lane closures 24 hours or longer shall require a site-specific traffic control pian. 1l F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 12 changes to the Traffic Control Plan(s)developed by the Design Engineer, 13 G. Design Engineer will furnish standard details for Traffic Control. 14 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] I8 1.14 DELIVERY,STORAGE,AND HANDLING[NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2- PRODUCTS 22 2.1 OWNER-FURNISHED [oR] OWNER-SUPPLIED PRODUCTS [NOT USED] 23 2.2 ASSEMBLIES AND MATERIALS 24 A. Description 25 1. Regulatory Requirements 26 a. Provide Traffic Control Devices that conform to details shown on the 27 Drawings,the TMUTCD,and TxDOT's Compliant Work Zone Traffic Control 28 Device List(CWZTCDL). 29 2. Materials 30 a. Traffic Control Devices must meet all reflectivity requirements included in the 31 TMUTCD and TxDOT Specifications—Item 502 at all times during 32 construction. 33 b. Electronic message boards shall be provided in accordance with the TMUTCD. CITY OF FORT WORTH CONCRETE RESTORATIN(1019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City hvjecd no.:101603 Revised November 22,2613 3471 13-4 TRAFFIC CONTROL Page 4 of 6 1 2.3 ACCESSORIES ]NOT USED] 2 2.4 SOURCE QUALITY CONTROL[NOT USED] 3 PART 3- EXECUTION 4 3.1 EXAMINATION [NOT USED] 5 3.2 PREPARATION 6 A. Protection of In-Place Conditions 7 1. Protect existing traffic signal equipment. S 3.3 INSTALLATION 4 A. Follow the Traffic Control Plan(TCP)and install Traffic Control Devices as shown on la the Drawings and as directed. 11 B. Install Traffic Control Devices straight and plumb. 12 C. Do not make changes to the location of any device or implement any other changes to 13 the Traffic Control Plan without the approval of the Engineer. 14 1. Minor adjustments to meet field constructability and visibility are allowed. 15 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 16 1. Corrective action includes but is not limited to cleaning,replacing,straightening, 17 covering,or removing Devices. 18 2. Maintain the Devices such that they are properly positioned, spaced,and legible, 19 and that retroreflective characteristics meet requirements during darkness and rain. 20 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal 21 and state laws(by failing to furnish the necessary flagmen,warning devices,barricades, 22 lights,signs,or other precautionary measures for the protection of persons or property),the 23 Inspector may order such additional precautionary measures be taken to protect persons 24 and property. 25 F. Subject to the approval of the Inspector,portions of this Project,which are not affected by 26 or in conflict with the proposed method of handling traffic or utility adjustments,can be 27 constructed during any phase. 28 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 29 distance of drivers entering the highway from driveways or side streets. 30 H. To facilitate shifting,barricades and signs used in lane closures or traffic staging may 31 be erected and mounted on portable supports. 32 1_ The support design is subject to the approval of the Engineer. 33 I. Lane closures shall be in accordance with the approved Traffic Control Plans- 34 J. If at any time the existing traffic signals become inoperable as a result of construction 35 operations,the Contractor shall provide portable stop signs with 2 orange flags,as 36 approved by the Engineer,to be used for Traffic Control. CITY OF FORT WORTH CON(-'R E TF,RE5 WRA TIN(2 019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Peojectno.:101603 Revised November 22,2013 347113-5 TRAFFIC CONTROL Page 5 of 6 1 K_ Contractor shall make arrangements for police assistance to direct traffic if traffic signal 2 turn-ons,street light pole installation,or other construction will be done during peak traffic 3 times(AM:7 am—9 on,PM:4 pm-6 pm). 4 L. Flaggers 5 1. Provide a Contractor representative who has been certified as a flagging instructor 6 through courses offered by the Texas Engineering Extension Service,the American 7 Traffic Safety Services Association,the National Safety Council,or other approved 8 organizations. 9 a. Provide the certificate indicating course completion when requested. 10 b. This representative is responsible for training and assuring that all flaggers are 11 qualified to perform flagging duties. 12 2. A qualified flagger must be independently certified by I of the organizations listed 13 above or trained by the Contractor's certified flagging instructor. 14 3. Flaggers must be courteous and able to effectively communicate with the public. 15 4. When directing traffic,flaggers must use standard attire, flags, signs,and signals 16 and follow the flagging procedures set forth in the TMUTCD. 17 5. Provide and maintain flaggers at such points and for such periods of time as may be 18 required to provide for the safety and convenience of public travel and Contractor's 19 personnel,and as shown on the Drawings or as directed by the Engineer. 20 a. These flaggers shall be located at each end of the lane closure. 21 M. Removal 22 1. Upon completion of Work,remove from the Site all barricades,signs,cones,lights 23 and other Traffic Control Devices used for work-zone traffic handling in a timely 24 manner,unless otherwise shown on the Drawings. 25 3.4 REPAIR/RESTORATION [NOT USED] 26 3.5 RE-INSTALLATION [NOT USED] 27 3.6 FIELD [OR] SITE QUALITY CONTROL[NOT USED] 28 3.7 SYSTEM STARTUP [NOT USED] 29 3.8 ADJUSTING [NOT USED] 30 3.9 CLEANING [NOT USED] 31 3.10 CLOSEOUT ACTIVITIES [NOT USED] 32 3.11 PROTECTION [NOT USED] 33 3.12 MAINTENANCE [NOT USED] 34 3.13 ATTACHMENTS [NUT USED] 35 END OF SECTION 36 Revision Log CITY OF FORT WORTH CO CRETF.R6:5TRRATIN(2019-2) STANDARD CONSTRICTION SPECIFICATION DOCUMENTS CityProject no.:101603 Revised November 22,2013 3471 13-6 TRAFFIC CONTROL Page S of 6 DATE NAME SUMMARY OF CHANGE 11/22/13 S.Arnold Added police assistance,requirement for when a site specific TCP is required 1 CITY OF FORT WORTH C'ONCRETF,RF-STON�f TIN(019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prajeef no.:10)603 Revised Novcmber 22,2013 SECTION"99 00 SPECIAL SPECIFICATION Geogrid,Tensar TriAK140-475 1. Description:Furnish and place geogrid in accordance with the lines and grades shown on the plans or as directed. 2. Materials:Geogrid,a synthetic planar structure formed by a regular network of integrally connected polymeric tensile elements with triangular apertures designed to interlock with the surrounding fill material.Geogrid is used for the reinforcement of roadway base or embankment materials.Furnish geogrid that meets the requirements of Table 1.Use roll widths and lengths shown on the plans or as approved.Deliver each roll of geogrid in suitable packaging to protect it from environmental degradation;each roll will be one continuous piece without discontinuities in the ribs.The Engineer will obtain at least one(1)sample of the geogrid per project for testing,as needed,to verify compliance with Table 1. Table 1 Geogrid Requirements Tx 140 Index Properties Longitudinal Diagonal Transverse General Rib pitch,mm(in) 40(l.60) 40(1.60) - Mid-rib depth,nun(in) - 1.2(0.05) 1.2(0.05) Mid-rib width,mm(in) - 1.1 (0.04) 1.1 (0.04) Nodal thickness,mm(in) 3.1 (0.12) Rib shape rectangular Aperture shape triangular Rib Aspect Ratio(depth:width) a 1.0 Structural Integrity ]unction efficiency, % 93 Aperture stabiiity,t2)kg-cm/deg @ 5.Okg-cm 3.0 Radial stiffness at low strain,(3) kN1m @ 0.5%strain 225 Radial stiffness at low strain,(3) (lb/ft @ 0.5%strain) 15,430 Durability Resistance to chemical degradation 100% Resistance to ultra-violet light and 100% weatherin15) Notes: I. Load transfer capability determined in accordance with GRI-GG2-87 and GRI-GG1-87 and expressed as a percentage of ultimate tensile strength- 1 2. In-plane torsional rigidity measured by applying a moment to the central junction of a 22.5mm x 225mm specimen restrained at its perimeter in accordance with U.S.Army Corps of Engineers Methodology for Measurement of Torsional Rigidity,(Kinney,T.C.Aperture stability Modulus ref 3,3-1-2000). 3. Radial stiffness is determined from tensile stiffness measured in any in-plane axis from testing in accordance with the scope of ISO 10319:1996. 4. Resistance to loss of load capacity when subjected to chemically aggressive environments in accordance with testing to ISO 12960 as part of a durability assessment in accordance with ISO]3434:1999 7.3 5. Resistance to loss of load capacity when subjected to ultra-violet light and weathering in accordance with testing to EN12224 as part of a durability assessment in accordance with ISO 13434:1999 7.2 6. All dimensions and values are typical unless otherwise stated. 3. Identification:Identify each roll with a tag or label securely affixed to the outside of the roll on one end.List the following information on the label: • unique roll number,serially designated; • lot number or control number; • name of producer; • style or catalog designation of product;and • roll width and length. 4. Construction:Prepare the subgrade as indicated on the plans or as directed.Set string lines for alignment,if directed.Install geogrid in accordance with lines and grades as shown on the plans or as directed.Place base material in lift thicknesses and compact as shown on the plans or as directed.Do not operate tracked construction equipment on the geogrid without a minimum fill cover of six(6)inches.Rubber tire construction equipment may operate directly on the geogrid at speeds less than five(5)mph if the underlying material supports the loads.Where excessive substructure deformation is apparent,correct the grid placement operations as recommended by the manufacturers or as directed. A. Placement:Orient the geogrid length as unrolled parallel to the direction of roadway. Overlap geogrid sections as shown on tate plans or as directed_Use plastic ties at overlap joints or as directed.Placement of geogrid around corners may require cutting and diagonal lapping. Pin geogrid at the beginning of the backfill section as directed.Keep geogrid taut at the beginning of the backfilling section but not restrained from stretching or flattening. 1. Longitudinal Joints:Overlap longitudinal joints by a minimum of 1 ft.Space longitudinal ties 10 ft.to 15 ft.or as directed. 2. Transverse Joints:Overlap transverse joints by a minimum of 1 ft.Space transverse ties 4 ft.to 5 ft.or as directed. B. Damage Repair:As directed,remove and replace contractor damaged or excessively deformed areal without additional compensation.Lap repair areas a minimum of 3 ft.in all directions.Tie each side of repair grid in at least three(3)locations but do not exceed normal construction spacing;tie spacing for odd shapes will be as directed.Repair excessively deformed materials underlying the grid as directed. 5. Measurement:Geogrid will be measured by the square yard of roadway placement as shown in the plans with no allowance for overlapping at transverse and longitudinal joints. 2 6. Payment:The work performed and materials furnished in accordance with this item,as measured, will be paid for at the unit price bid for"Geogrid,Tensar TriAX140-475".This price is full compensation for furnishing,preparing,hauling and placing materials including labor,materials, freight,tools,equipment and incidentals. 3 GC-6.06D MINORTITY AND WOMEN OWNED BUSINESS ENTERPRISE COMPLIANCE ATTACHMENT IA Page 1 of 4 FOR 1 MO)R 11-1 City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: 1 Check applicable block to describe U��(4 ����VL �n(� uL, Offeror BE NON-MNVIDBE PROJECT NAME: q � cc p �7 CQ�r'� � RAS A a ad19— l q`);DU1 4oC1ki�s D1�) BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: OJ CT NUMBER ti- 1 C) to 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. Li 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 1s`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 bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA)or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner-operated, and receive full MBE credit. The MBE may lease trucks from non-MBEs, including owner-operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev.2/10/15 ATTACHNIENT 1A Page?oT 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies Dollar Amount Telephone/Fax e B B M Work Purchased Email r E E B Contact Person E 1a,Conshauc 6vI U D iol Ze PnoVA, �10 -56X �64L e� [,kao�� �Oaf �'� *b!! 1"�ch hs � ❑ ��S�I1 `x �2�6J 1�'�. .pa ❑ ❑ ❑ ❑ Rev.2/10/15 FU K I WOKIH ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUBCONTRACTOR/SUPPLIER ° Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount � Telephone/Fax ' B l3 B Work Purchased Email E E Contact Person E E] El EJ El D E Rev.2/10/15 FORT WOR[H ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ 2-6j I 6 o Total Dollar Amount of Non-MBE Subcontractors/Suppliers TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ r� bj �Q• p� The Offeror will not make additions, deletions. or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval of I 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 to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional 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 far a period of time not less than one (1)year. Authorized Signature Printed$ignatu Title Contct NameTf le(f different) Company Name Telephone and/or Fax o?SQ �y aougg uw.wti;Gokqh�-cowl Address E-mail A dress 50 aoJB CiitylStatelZip Date Rev.2/10/15 FORT WORTH City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY If the total dollar value of the contract is $50,000 or more,then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. MBE PROJECT GOALS The City's MBE goal on this project is % of the base bid value of the contract. Note: If both MBE and SBE subcontracting goals are estabiished for this project,then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBF goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the MBE documentation in person to the appropriate employee of the purchasing division and obtain a dateltime receipt. Such receipt shall be evidence that the City received the documentation in the time allocated. A faxed and/or emailed copy will not be accepted. 1. Subcontractor Utilization Form, if goal is received no later than 2:00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m„ on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. statedgoal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m„ on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: :7tafter the bid opening date, exclusive of the bid openinELdate. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the MIWBE Office at(817) 212-2674. Rev.2114115 ATTACHMENT 1C Page 1 of 4 FORT WORTH City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Offeror PROJECT NAME: MWOBE I I NON-MWOK CONCRETE RESTORATION (2019-2) AT VARIOUS LOCATIONS. BID DATE City's MBE Project Goal: OfFeror's MBE Project Commitment: PROJECT NUMBER % J— % If the offeror did not meet or exceed the MSE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the MBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing 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.y 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. (Da 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) List of Subcontracting Opportunities List of Supplier Opportunities Rev.2116115 ATTACHMENT IC Page 2 of 4 2.) Obtain a current(not more than two (2)months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's M1WBE Office. Yes Date of Listing f F No 3.) Did you solicit bids from MBE firms,within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? Yes (If yes,attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MBE firms, within the subcontracting andlor 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 Ilst to include name of MBE firm,person contacted,phone number and date and time of contact.) ' No 5.) Did you solicit bids from MBE firms,within the subcontracting andlor supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile(fax), exclusive of the day the bids are opened? ' Yes (If yes,attach list to include name of MBE firm,fax number and date and time of contact. In addition, if the fax Is returned as undeliverable,then that"undeliverable confirmation"received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation andlor"undeliverable confirmation" documentation may render the GFE non-responsive.) No 6.) Did you solicit bids from MBE firms, within the subcontracting andlor supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (ff yes,attach email confirmation to Include name of MBE fine,date and time.In addition,if an email is returned as undeliverable,then that"undeliverable message"receipt must be printed directly from the email system for I proper documentation. FalIure to submit confirmation andlor"undeliverable message"documentation may render the GFE non•responsive.) Na NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror frust document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to be deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in compliance with questions 3 through 6. 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev.2110115 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation far the MBEs to bid on goodsiservices specific to their skill set? Yes of yes,attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? Yes of yes,attach the information that was not valid fn order for the MIWBE Office to address the corrections needed.) No 11.)5ubmit 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. (Pie se use additional sheets, if necessary, and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection ADDITIONAL INFORMATION; Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev.2110115 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the IVIBE(s) listed was/were contacted in good faith. It is understood that any VIBE(s) listed in Attachment 1C will be contacted and the reasons for not using them will be verified by the City's MIWBE Office. Authorized Signature Printed Signature Title Contact Name and Title(if different) Company Name Phone Number Fax Number Address Email Address City/State/Zip Date Rev.2110115 ATTACHMENT 1B FORT WORTH Page 1 of 1 City of Fort Worth Minority Business Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAMES Check applicable block to describe prime PROJECT NAME: I MIWIDSE NON-MNVIDBE CONCRETE RESTORATION (2019-2) AT VARIOUS LOCATIONS. BID DATE City's MBE Project Goal: Off eror's MBE Project Commitment: PROJECT NUMBER % If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is N0, then you must complete ATTACHMENT 1C. This form is only applicable if bcLth answers are yes. Failure to complete this form in its entirety and be received by the Purchasing Division no later than 2.DO p.m., on the second City business clay after bid opening, exclusive of the bid opening date, will result In the bid being considered non-responsive to bid specifications. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this NO project, this is your normal business practice and provide an operational profile of your business. Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. No The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s)on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year, Authorized Signature Printed Signature Title Contact Name(4 different) Company Name Phone Number Fax Number Address Email Address City/Statezip Date Rev.2110115 ATTACHMENT IA Page 1 of 4 FORT NORTH City of Fort Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME-. Check applicable block to describe Offeror PROJECT 14AME: MWDBE NON-MIWIDBE CONCRETE RESTORATION (2019-2) AT VARIOUS LOCATIONS. BID DATE City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 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 1St tier, a payment by a subcontractor to its supplier is considered 2`d 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 bondafide minority business enterprise by the North Central Texas Regional Certification Agency(NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the 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.2110115 FORT WORTH ATTACHMENT 1 A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an M8E goal. NCTRCA N SUBCONTRACTOR/SUPPLIER ° Company Name T n Detail detail Address i Subcontracting Supplies M W Dollar Amount TelephonelFax r B B S Work Purchased Email E E Contact Person E Rev.2110115 ' FORT WORTH ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only cer#ified MBEs will be counted to meet an MBE goal, 7 NCTRCA N SUBCONTRACTOR/SUPPLIER Company Name T n Detail Detail Address i es Subcontracting Supplies M W Dollar Amount TelephonelFax r B B B Work Purchased Email Contact Person E E E I I E Rev.2110115 FORTWORTH ATTACHMENT 1A Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non-MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $ The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o 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 to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional 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. Authorized Signature Printed Signature Title Contact Namefritle(if different) Company Name Telephone and/or Fax Address E-mail Address I Citylstatelzip Date i Rev.2110115 Joint Venture FORT WORTH Page 1 of 3 CITY OF FORT WORTH _MBE Joint Venture Eligibility Form_ ,411 guesdons must be answered;use"N/.4"if not applicable- Name of City project: . A joint venture form must he completed on gKh project RFP/Bid/Purchasing Number: 1.Joint venture information: Joint Venture Name: Joint Venture Address: of applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firmNon-MBE firm name 7name; Business Address: Business Address: City,State,Zip: City,State,Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: 2.Scope of work performed by the Joint Venture: Describe the scope of work of the MBE: Describe the scope of work of the non-MBE: Rev.2110/15 Joint Venture Page 2of3 3.What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4.Attach a copy of the joint venture agreement. 5.List components of ownership of joint venture: Po not complete ifthis information:is described in joint venture agreement) Profit and loss sharing: Capital contributions,including equipment: Other applicable ownership interests: b.Identify by name,race,sex and firm those individuals(with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating b. Marketing and Safes c. Hiring and Firing of management personnel d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's MIWBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev.2110115 Joint Venture Paqe3of3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore,the undersigned shall agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books,records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts. Name of MBE firm Name of non-MBE firm i Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed dame of Owner Signature of Owner Signature of Owner Title Title Date hate Notarization State of County of On this day of 520 ,before me appeared and to me personally known and who,being duly sworn,did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. Notary Public Print Name Notary Public Signature Commission Expires (eed►) Rev.2110115 GC-6.07 WAGE RATES ivlty_._' ilG V iG YY 1 ae'c l Ul 1 Of9dil sitE of tine OW of Fart worth,Texas CITY COUNCIL AGENDA FIr— H COUNCIL ACTION: Approved on 1012912013 REFERENCE 20PREVAILING WAGE DATE: 10/29/2013 NO.: C-26534 LOG NAME: RATES 2013 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Adopt 2013 Prevailing Wage Rates for City Awarded Public Works Projects (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council adopt the attached 2013 Prevailing Wage Rates for City- awarded Public Works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for Public Works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract. The public body is required to specify in the bid documents for any Public Works contract, and in the contract itself, the wages as determined and adopted by the public body. The attached 2013 Prevailing Wage Rates data for Heavy and Highway Construction projects identifies the current Davis-Bacon Act prevailing wages for heavy and highway construction projects applicable to the local wage rate zone. The attached 2013 Prevailing Wage Rates data for Commercial Construction projects identifies average wage rates based on a salary survey conducted and published by the North Texas Construction Industry (Fail 2012). The 2013 Prevailing Wage Rates will be included in future City-awarded infrastructure bid documents and contracts once adopted. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that this action will have no material effect on City funds. TO Fund/Account/Centers FROM Fund/Account/Centers Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Douglas W. Wiersig (7801) Additional Information Contact: Roy Teal (7958) ATTACHMENTS NewCOFW Hor.pdf NewCOFW Vert.odf 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher,Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator,Hydraulic 80 tons or less $ 18.12 Crane Operator,Lattice Boom 80 Tons or Less $ 17.27 Crane Operator,Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Fiagger $ 10.06 Form Builder/Setter,Structures $ 13.84 Form Setter,Paving&Curb $ 13.16 Foundation Drill Operator,Crawler Mounted $ 17.99 Foundation Drill Operator,Truck Mounted $ 21.07 Front End Loader Operator,3 CY or Less $ 13.69 Front End Loader Operator,Over 3 CY $ 14.72 Laborer,Common $ 10.72 Laborer,!Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator,Fine Grade $ 17.19 Motor Grader Operator,Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator,Asphalt $ 13.08 Roller Operator,Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy-Float $ 16.24 Truck Driver Transit-Mix $ 14.14 Truck Driver,Single Axle $ 12.31 Truck Driver,Single or Tandem Axle Dump Truck $ 12.62 Truck Driver,Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis-Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas'Standard Joh Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION 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/Sawer $ 17.00 Concrete Cutter/Sawer 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 APPENDIX A STREET LOCATIONS cc Q� CC LU Lu LU a a a LLJ a Q a LU LLJ LU H H F C F H F cc w ua eu to V U V CL Z Z Z CL ❑ ❑ ❑ a U U U v, o d M Ln lzr m a Z a 0 a f- a a a U v M Nlqr ❑ Ln r 1 r i Ln AAa N g 0 00 va 1-1 m � LnLn 4� U ry ❑ rl � LU CV Z U Q 0 o t, N LU ul Z o cc ❑ x LU LL � Q Z m N 7 ❑ � z � � N zn d F � oOLU o Z O Z � Q r v7 O U r Ln Ln Ict O U APPENDIX B STANDARDS 4- op i f 12 44 _1 - ORT WORTH 1. 4 82- 3" 3" -=Project Title 1" 41 8 , Funding 3° t 12 Contractor _ 1„ ,�1n Contractor's Name- i„ 12 12° Questions on this Project Cali: 1- �2- (817} 392 - XXXX 1-9 After Hours Call: €8173 392 - XXXX R1~TYP. 1^TYP. FONTS, NOTES: FORT WORTH LOGO IN CHELTINGHAM BOLD• IF APPLICABLE TO THE PROJECT, ALL OTHER LETTERING IN ARIAL BOLD CONTRACTOR SHALL OBTAIN VINYL STICKER"CITY CAS LEASE REVENUE COLORS: IN ACTION"i LOGO AT CDR SIGN AND FORT WORTH-PMS 288-BLUE ENGRAVING,6311 EAST LANCASTER LONGHORN LOGO-PMS 725-BROWN AVE(817.4594884),PEEL AND PLACE LETTERING-PMS 288-BLUE IN FUNDING SECTION. BACKGROUND-WHITE BORDER-BLUE PROJECT DESIGNATION SIGN CITY OF FORT WORTH - CONSTRUCTION STANDARD DRAWING NO. 1 - H DATE: Nater. Valve Riser Cross Section view �-- 12 gage G90 plvanixed steel :(OD ' asphalt overlay 3I1"D.O.M.Tube Item Item Materiel Description Tensile Tensile Humber Description Yield Ultimate 1 Steel Skirt 12 gale A.I.S.I, 1020 Steel (A-36) 33.044 P.5.1. 60,000 P,S.I. G-90 Galvanized 2 Weld Lincoln Autersheild II Big.045 73 000 P.S.I. 85,00D P.S.I. 3 3)8" 87 D.0 M Tube D.0,M.Tube A.I.S.I. 1026 (A513 t c 5 72,000 P.S.I. 37 004 P.5.1. Manhak Riser 318" Dia. Hole With 302 Stainless Steel Roll Pin Cross Section view 10 or 12 gage G90 galvanized steel 1 2 ( j 1�� Ncigiit nsw UpWt averfay 4 314"think riser bas Expanding Linkage " 17!54" Diameter hales 6 OOC*•rrw ._.-v-r *MiO 314" D.D. (D" 518" a t�4++ , _ �11 31$" Y. D. 318"- 15 Thread Item Item Material Description Tensile Tenaile Number Description Yield Ultimate 1 31$"Rdi Firs 302 St6rks;Sted Q4,000 LB Uoubk Shm Smw 2 Steel Skirt 12 or 10 gage AJS.L 1020 Stavl (A-36) 33.000 P.S.I. ]OMOP G-90 Uvaniaed 3 Weld 65"Ir700A cwr urtfere=welded 75,000 P.S.I. . 4 314"wide Bisalt Sar Not Rolled Steal ,U.S.1. 1020 A-36 33.000 P.S.I. 5 Rod Ends Foreng A-1.S.1. CAM SEW He*Treated "240 70,000 P.S.i.Zi%Plu ed.with Didmrvu Finish 5 Curnb xkk A.IIT 1020 BIN 449' MOM P S.1 Lux Nuad dipped in Unebacker inlvbiwe R�,Nilx K a n x>o r< SRR7tR zk ` � w N a01 poll F111, s $ a U- g�s W o pps� 4 � 2 C Yg� UN o R r6 0 _ � x Q'c 61 3 !x' a y".EE_ s:'"LF�•:r�Y:.:'F.'�. Z Z4tli N N• N FS 4.'TM'�7s�: Q M a Z x 4 @Yf. 3A _ LU z ° z ZEll r C 4. Ill Im 6 yl, 4 _ i g d; �y6$yy z 16 0 ZO ^a 1,a: Z z�C f�$f NY T. _ •.rs'- 4i „[RI; � " LVH J U P - €: r x �s co €_ w sal 15 R4 1 RL7 x W Ir p a Bill hex ` " r� pxbax .� xA : aaRxxgx aw BBi i $ i a ESfW�.7 F� At a � Fd 6A �9ti � ��' x V r Elm 1115, 1 w r li S -- ¢F to Ll ♦ b3 X Y 30 8 ca ct mo Ilk, lnlk q y{ 0 &+ 8 IU tu � R : _h,16 e a u a Q uk 15 11141 ❑ Ma