Loading...
HomeMy WebLinkAboutContract 52034 MY SECRETARY CONTRACT ND. a` city secretary onsbrucflon Project Manager� PROJECT MANUAL FOR THE CONSTRUCTIONOF (MISS STREET AND BRIDGE V4PROVEMENTS UN IT PRICE CONSTRUCTION CONTRA CT Oily Project Ni). 101.846 Betsy mice favid Cooke Mayor City marlagei. Steve C coke. Interum Dh=tur. Tani-portuion and Pubbc Works Dc:parLmant Prepared for The City of Fort Worth TRANSPO TATION AND PUBLIC O" 2019 MF * •SamlFoa ,SSSS .:. .a-4 A+j� iso ■oiFr III ti Bew EFF .EM. E rA Y 0 1 MIS T I FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF 2019 STREET AND BRIDGE IMPROVEMENTS UNIT PRICE CONSTRUCTION CONTRACT City Project No. 101846 Betsy Price David Cooke Mayor City Manager Steve Cooke Interim Director, Transportation and Public Works Department Prepared for The City of Fort Worth TRANSPORTATION AND PUBLIC WORKS 2019 �ro��aa°bbaboobbQa �p�y o o lilt , ! '/ cr e° g � bb .h b obraes ebb ebpb �bbb pbb••1646o ebbo•b�b PI $ .4 P Q 000000-1 TABLE OF CONTENTS Page I of 3 1 SECTION 00 00 00 2 TABLE OF CONTENTS 3 Division 00- General Conditions 4 0005 10 Mayor and Council Communication 5 9$-94,44 ^ 6 0011 13 Invitation to Bidders 7 0021 13 Instructions to Bidders 8 0032 15 Construction Project Schedule 9 0032 15.1 Construction Project Schedule-Baseline Example 10 0032 15.2 Construction Project Schedule-Progress Example 11 0032 15.3 Construction Project Schedule-Progress Narrative 12 0032 15.4 Construction Project Schedule-Submittal Process 13 0035 13 Conflict of Interest Affidavit 14 0041 00 Bid Form 15 00 42 43 Proposal Form Unit Price 16 0043 13 Bid Bond 17 00 43 37 Vendor Compliance to State Law Nonresident Bidder 18 0045 12 Pre-Qualification Statement 19 00 45 26 Contractor Compliance with Workers' Compensation Law 20 00 45 40 Minority Business Enterprise Goal 21 00 52 43 Agreement 22 0061 13 Performance Bond 23 0061 14 Payment Bond 24 0061 19 Maintenance Bond 25 00 61 25 Certificate of Insurance 26 00 72 00 General Conditions 27 007300 Supplementary Conditions 28 29 Division 01 - General Requirements 30 01 11 00 Summary of Work 31 01 2500 Substitution Procedures 32 01 31 19 Preconstruction Meeting 33 01 3120 Project Meetings 34 01 3233 Preconstruction Video 35 01 3300 Submittals 36 01 35 13 Special Project Procedures 37 01 4523 Testing and Inspection Services 38 01 5000 Temporary Facilities and Controls 39 01 5526 Street Use Permit and Modifications to Traffic Control 40 0157 13 Storm Water Pollution Prevention Plan 41 01 58 13 Temporary Project Signage 42 01 6000 Product Requirement 43 01 6600 Product Storage and Handling Requirements 44 01 7000 Mobilization and Remobilization 45 01 7123 Construction Staking and Survey 46 01 71 23.16.01 Attachment A-Survey Staking Standards 47 01 7423 Cleaning 48 01 77 19 Closeout Requirements 49 01 78 23 Operation and Maintenance Data CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101846 Revised November 22,2013 000000-2 TABLE OF CONTENTS Page 2 of 3 1 01 7839 Project Record Documents 2 3 Technical Specifications which have been modified by the Engineer specifically for this 4 Project; hard copies are included in the Project's Contract Documents 5 6 Division 32- Transportation 7 3201 17 Permanent Asphalt Paving Repair 8 32.13 13 Concrete Paving 9 32 13 73 Concrete Paving Joint Sealants 10 11 Technical Specifications listed below are included for this Project by reference and can be 12 viewed/downloaded from the City's Buzzsaw site at: 13 14 https://projeetpoint.buzzsaw.com/fortworthgov/Resources/02%20- 15 %20 Con struction%20Doeuments/Specifications?public 16 17 Division 02—Existing Conditions 18 0241 13 Selective Site Demolitions 19 0241 15 Paving Removal 20 21 Division 31 -Earthwork 22 31 1000 Site Clearing 23 31 23 16 Unclassified Excavations 24 31 3700 Riprap 25 26 Division 32--Exterior Improvements 27 32 1123 Flexible Base Courses 28 3212 16 Asphalt Paving 29 32 1273 Asphalt Paving Crack Sealants 30 32 1320 Concrete Sidewalks Driveways and Barrier Free Ramps 31 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 32 1723 Pavement Markings 33 3221 13 Chain Link Fence and Gates 34 3231 29 Wood Fence and Gates 35 3232 13 Cast-in-Place Concrete Retaining Walls 36 3291 19 Topsoil Placement and Finishing of Parkways 37 3292 13 Hydro mulching, Seeding and Sodding 38 39 Division 33—Utilities 40 33 05 14 Adjusting Manholes, Inlets, Valve Boxes,and Other Structures to Grade 41 33 05 17 Concrete Collars 42 43 Division 34—Transportation 44 3471 13 Traffic Control 45 46 TxDOT Specifications 47 48 Applicable specifications listed below can be found on TxDOT's website address below: 49 50 hftp://www.dot.state.tx.us/business/specifications.litm CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT S'T'ANDARD CONSTRUCTION,SPECIFICATION DOCUMENTS City Project No.101846 Revised November 22,2013 000000-3 TABLE OF CONTENTS Page 3 of 3 1 2 Item 429 Concrete Structure Repair 3 Item 438 Cleaning and Sealing Joints 4 Item 446 Field Cleaning and fainting Steel 5 Item 450 Railing 6 Item 528 Colored Textured Concrete and Landscape Pavers 7 Item 540 Metal Beam Guard Fence 8 Item 544 Guardrail End Treatments 9 Item 545 Crush Cushion Attenuators 10 Item 776 Metal Rail Repair 11 Item 778 Concrete Rail Repair 12 Item 5015 Dead End Roadway Barricade 13 14 Appendix 15 GC-6.06.D Minority and Women Owned Business Enterprise Compliance 16 GC-6.07 Wage Rates 17 SD-1.00 Standard Construction Details 18 19 20 21 END OF SECTION CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101846 Revised November 22,2013 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 215)2019 DATE: Tuesday, February 5, 2U19 REFERENCE NO-- "C-79021 LOO NAME: 202019 STREET AND BRIDGE IMPROVEMENTS UNIT PRICE CONTRACT SUBJECT: Authorize Executlorj of a Unit Price Contract with Urban Infraconstruclion LLC, In ars Amounil. Not to E_xceed 1,000.000.00 for Task Order Construction Services for the Installation of Projects Relating to Paving, Sidiwalk, and Bridge Improvements (ALL COUNCIL DISTRICTS) RECOMMENDATION: It Is reccmrnended that the City Council authorize the a ecutlorr of a Unit Price Contract with Urban infraconatruction LI-C. in an amount not to exceed $1,000,000.00 within 365 calendar Mays with ars option for vire renewal under the same terms, conditions, and unit prices for task order c:onstructlon services for the installation of paving, sidewalk, and bridge improvements ort air as-needed basis. DISCUSSION: In the Fiscal Year 2018, Pay-Go Contract Street ani! Bridge Maintenance Program, various types of street and bridge maintenance projects are grouped into specific contract packages, This Unit Price Contract will provide for construction services on an as-needed (task order) basis #or the construction of maintenance protects relating to paving, sidewalk. and bridge improvements The contract amount is capped at $1 ,000,000.00 blit may be increased of decreased due to the amount of work ordered acrd transacted through change orders. The cofatract has an initial contract time of 365 calendar clays with an optional renewal for one additional term. The protect was laid in s Icer bid format to determine unit prices to be paid When task orders are isSLierf, (City Project No.101846) Notice of bids was published in the Fort Worth tar-Toleurarn on Nove0ber 8, 2018, and )November 'I5, 2018, On December 13, 2015, one company submitted the folIowing bid CONTRACTOR TOTAL BID Urban Ir*aconstruction LLC $6,501,749,50 Urban Inkaconstruciforr'LLO, w2s the only responsive bidder based on the overall unit prices. The unit prices were compared to other-similar projects and were deter mined to be fait and competitive. IUtf1+VBE OFFICE — Urban Infraconstruction LLC, is in compliance with the City's BUE Ordinance by committing to 16% MBE participation an this project, The City's MBE goal on this protea 16 16%. Additionally, Urban Infraconstruciton LLC, is a certified M/V'VBE firm. This Unit Price Contract Is located in ALL COUNCIL DISTRICTS. FISCAL INFORMATION I CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendation, funds are available In Log. ame; 202019 STREET-AND BIUDGE I MPTtOV E N1 E N TSUNIT ?RIC E CONTRACT Page 1 01'2 the current capital budget, as appropriated of the General Capital Projects Fund. FUND IDENTIFIER$ IFIEW: TO _ _ Fuad Department ccoun Project Program ctl i Budget I eference moue ID ID Year (Dhartfield FROM _ Fuad Departrne�nt Account Project Programs ctivityr Bulget Reference # Moun J _ ID ID _ fear Ohartfield CERTIFICATIONS: Su 4mitted for CFty..Manage r"s Off Ica bar: Susan Alan is (8180) Originating Department Head: Steve Cooke (5134) Atldifignal 1nformatlgr1 Contact: Tarlqul Islam (248 6) ATTACHMENTS 1. F10 Bridge Imaroverrments Unit Price_pdt (0 FW Internal) . Form.1295.U.rban ertiflcate 201"36214 edacted-pd l (PUbI1c) 3. MBE Urban I nfraco nstr u cl i o n COWLI k rca. MaFnp.pdt (C FW Internal) 4. SAM Urban~ Infraconstruction 2g_19_odf (CFVR! intamai) Lognme: 202.019 S`C "f AIT 13RJDGE I MPROVEMFNTS UNI 1T PR10E CONTRAICT Page 2 of 2 001113-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 001113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of 2019 STREET AND BRIDGE IMPROVEMENTS—UNIT 5 PRICE CONSTRUCTION CONTRACT,City Project No. 101846 will be received by the City of 6 Port Worth Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 200 Texas Street 11 Fort Worth,Texas 76102 12 until 1:30 P.M. CST,Thursday,December 13,2018,and bids will be opened publicly and read 13 aloud at 2:00 PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the(approximate)following: asphalt and concrete roadway 17 improvements,curb and gutter,medians,pavement marking, concrete sidewalk, curb ramps, 18 metal beam guard fence and bridge improvements. 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 hLW://www.foirtworthgov.orurchasine and 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 https://www.ethic_s.state.tx.us/tee/1.295-Info.htm 29 30 Copies of the Bidding and Contract Documents may be purchased from Nikki McLeroy, 817- 31 392-8363. City of Fort Worth, TPW,200 Texas St.,Fort Worth,TX 76102. 32 33 The cost of Bidding and Contract Documents is: $30.00 34 35 PREBID CONFERENCE 36 A prebid conference may be held as described in Section 00 21 13-INSTRUCTIONS TO 37 BIDDERS at the following location,date,and time: 38 DATE: Tuesday,November 20,2018 39 TIME: 10.00 A.M. 40 PLACE: Transportation and Public Works,Street Services,5001 James Avenue, Suite#: 41 201,Fort Worth,Texas 76115 42 43 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 44 City reserves the right to waive informalities not involving price, contract time or changes in the 45 work and has the right to reject any or all bids. 46 RENEWALS 47 This contract may be renewed up to one(1)additional term at the earlier of the expiration of 48 contract funds or contract time under the same terms, conditions, and unit prices. 49 CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101846 Revised December 22,2016 001113-2 INVITATION TO BIDDERS Page 2 of 2 1 INQUIRIES 2 All inquiries relative to this procurement should be addressed to the following: 3 Attn: Tariqul Islam, City of Fort Worth 4 Email: tariqul.islam@fortworthTexas.gov 5 Phone: 817-392-2486 6 7 ADVERTISEMENT DATES 8 November 8, 2018 9 November 15, 2018 10 11 END OF SECTION CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101846 Revised December 22,2016 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 8 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 4 1. 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 BIDDERS 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 3. Prequalification of Bidders (Prime Contractors and Subcontractors) OMITTED 34 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 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised August 21,2015 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 8 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. OMITTED 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, 11 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. 30 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. Reference is made to Section 00 73 00--Supplementary Conditions for identification of: 49 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised August 21,2015 002113-3 INSTRUCTIONS TO BIDDERS Page 3 of 8 1 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. 10 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 4.02. 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 30 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. Availability 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 be 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 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised August 21,2015 0021 13--4 INSTRUCTIONS TO BIDDERS Page 4 of 8 l 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 25 200 Texas Street 26 Fort Worth,TX 76102 27 Attn: Tariqul Islam, Transportation and Public Works 28 Fax: 517-392-7969 29 Email: tariqul.islam@fortworthtexas.gov,,Phone: 817-392-2486 30 31 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 32 City. 33 34 6.3.Addenda or clarifications may be posted via Buzzsaw at 35 https_//projectpoint.buzzsaw.com/fortworthgov/Infrastructure%20PToiects/10.1846°/o20- 36 %202019%20S treet%20and%20Bridge%20lmprovements%20- 37 %20Unit%2OPrice%2OContract/Bid%2ODocuments%2OPackage?public 38 39 6.4.A prebid conference may be held at the time and place indicated in the Advertisement or 40 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 41 Project. Bidders are encouraged to attend and participate in the conference. City will 42 transmit to all prospective Bidders of record such Addenda as City considers necessary 43 in response to questions arising at the conference. Oral statements may not be relied 44 upon and will not be binding or legally effective. 45 46 7. Bid Security 47 48 7.1.Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 49 (5)percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 50 the requirements of Paragraphs 5.01 of the General Conditions. 51 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised August 21,2015 0021 13-5 INSTRUCTIONS TO BIDDERS Page 5 of 8 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 11 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 20 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 0125 00 of the General Requirements. 27 28 11. Subcontractors,Suppliers and Others 29 30 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 Foran,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 2:00 P.M.CST, on the second 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- 40 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 maybe 48 obtained from the City. 49 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised August 21,2015 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 8 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 shall 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 Farm,provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 46 envelope, marked with the City Project Number,Project title,the name and address of 47 Bidder,and accompanied by the Bid security and other required documents. If the Bid is sent 48 through the mail or other delivery system,the sealed envelope shall be enclosed in a separate 49 envelope with the notation "BID ENCLOSED" on the face of it. 50 CITY OF FORT WORTH 2019 Unit Price Construction Contract S'T'ANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised August 21,2015 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 or 8 1 14. Modification and Withdrawal of Bids 2 3 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 4 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 5 must be made in writing by an appropriate document duly executed in the manner 6 that a Bid must be executed and delivered to the place where Bids are to be submitted 7 at any time prior to the opening of Bids.After all Bids not requested for withdrawal 8 are 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 CM OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPF,CIPICATION DOCUMENTS City Project No.101846 Revised August 21,2015 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 8 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 I 1 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. 1f the Contract is to be awarded,it will be awarded to Iowest 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 bid 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 30 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 FORT WORTH 2019 unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised August 21,2015 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 10 1. SECTION 00 32 15 2 CONSTRUCTION PROJECT 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 Project Schedule 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 General Requirements 13 D. Purpose 14 The City of Fort Worth(City) is committed to delivering quality,cost-effective 15 infrastructure to its citizens in a timely manner.A key tool to achieve this purpose is a 16 properly structured schedule with accurate updates. This supports effective monitoring 17 of progress and is input to critical decision making by the project manager throughout 18 the life of the project. Data from the updated project schedule is utilized in status 19 reporting to various levels of the City organization and the citizenry. 20 21 This Document complements the City's Standard Agreement to guide the construction 22 contractor(Contractor)in preparing and submitting acceptable schedules for use by the 23 City in project delivery. The expectation is the performance of the work follows the 24 accepted schedule and adhere to the contractual timeline. 25 26 The Contractor will designate a qualified representative (Project Scheduler)responsible 27 for developing and updating the schedule and preparing status reporting as required by 28 the City. 29 30 1.2 PRICE AND PAYMENT PROCEDURES 31 A. Measurement and Payment 32 I. Work associated with this Item is considered subsidiary to the various items bid. 33 No separate payment will be allowed for this Item. 34 2. Non-compliance with this specification is grounds for City to withhold payment of 35 the Contractor's invoices until Contractor achieves said compliance. 36 1.3 REFERENCES 37 A. Project Schedules 38 Each project is represented by City's master project schedule that encompasses the 39 entire scope of activities envisioned by the City to properly deliver the work. When the 40 City contracts with a Contractor to perform construction of the Work,the Contractor CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD SPECIFICATION City Project No.101846 Revised JULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 will develop and maintain a schedule for their scope of work in alignment with the 2 City's standard schedule requirements as defined herein. The data and information of 3 each such schedule will be leveraged and become integral in the master project 4 schedule as deemed appropriate by the City's Project Control Specialist and approved 5 by the City's Project Manager. 6 7 1. Master Project Schedule 8 The master project schedule is a holistic representation of the scheduled activities 9 and milestones for the total project and be Critical Path Method(CPM)based. The 10 City's Project Manager is accountable for oversight of the development and 11 maintaining a master project schedule for each project. When the City contracts for 12 the design and/or construction of the project, the master project schedule will 13 incorporate elements of the Design and Construction schedules as deemed 14 appropriate by the City's Project Control Specialist. The assigned City Project 15 Control Specialist creates and maintains the master project schedule in P6(City's 16 scheduling software). 17 18 2. Construction Schedule 19 The Contractor is responsible for developing and maintaining a schedule for the 20 scope of the Contractor's contractual requirements.The Contractor will issue an 21 initial schedule for review and acceptance by the City's Project Control Specialist 22 and the City's Project Manager as a baseline schedule for Contractor's scope of 23 work. Contractor will issue current, accurate updates of their schedule(Progress 24 Schedule)to the City at the end of each month throughout the life of their work. 25 26 B. Schedule Tiers 27 The City has a portfolio of projects that vary widely in size, complexity and content 28 requiring different scheduling to effectively deliver each project. The City uses a 29 "tiered" approach to align the proper schedule with the criteria for each project. The 30 City's Project Manager determines the appropriate schedule tier for each project, and 31 includes that designation and the associated requirements in the Contractor's scope of 32 work. The following is a summary of the"tiers". 33 34 1. Tier 1: Small Size and Short Duration Project(design not required) 35 The City develops and maintains a Master Project Schedule for the project. No 36 schedule submittal is required from Contractor. City's Project Control Specialist 37 acquires any necessary schedule status data or information through discussions with 38 the respective party on an as-needed basis. 39 40 2, Tier 2: Small Size and Short to Medium Duration Project 41 The City develops and maintains a Master Project Schedule for the project. The 42 Contractor identifies"start"and"finish"milestone dates on key elements of their 43 work as agreed with the City's Project Manager at the kickoff of their work effort. 44 The Contractor issues to the City,updates to the"start" and"finish" dates for such 45 milestones at the end of each month throughout the life of their work on the project. 46 47 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration 48 The City develops and maintains a Master Project Schedule for the project. The 49 Contractor develops a Baseline Schedule and maintains the schedule of their 50 respective scope of work on the project at a level of detail(generally Level 3) and in CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD SPECIFICATION City Project No.101846 Revised JULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 alignment with the WBS structure in Section 1.4.H as agreed by the Project Manager. 2 The Contractor issues to the City,updates of their respective schedule(Progress 3 Schedule) at the end of each month throughout the life of their work on the project. 4 C. Schedule Types 5 Project delivery for the City utilizes two types of schedules as noted below. The City 6 develops and maintains a Master Project Schedule as a"baseline" schedule and issue 7 monthly updates to the City Project Manager(end of each month) as a"progress" 8 schedule. The Contractor prepares and submits each schedule type to fulfill their 9 contractual requirements. to 11 1. Baseline Schedule 12 The Contractor develops and submits to the City, an initial schedule for their scope 13 of work in alignment with this specification. Once reviewed and accepted by the 14 City,it becomes the`Baseline"schedule and is the basis against which all progress 15 is measured. The baseline schedule will be updated when there is a change or 16 addition to the scope of work impacting the duration of the work,and only after 17 receipt of a duly authorized change order issued by the City. In the event progress is 18 significantly behind schedule,the City's Project Manager may authorize an update 19 to the baseline schedule to facilitate a more practical evaluation of progress. An 20 example of a Baseline Schedule is provided in Specification 00 32 15.1 21 Construction Project Schedule Baseline Example. 22 23 2. Progress Schedule 24 The Contractor updates their schedule at the end of each month to represent the 25 progress achieved in the work which includes any impact from authorized changes 26 in the work. The updated schedule must accurately reflect the current status of the 27 work at that point in time and is referred to as the"Progress Schedule". The City's 28 Project Manager and Project Control Specialist reviews and accepts each progress 29 schedule. In the event a progress schedule is deemed not acceptable, the 30 unacceptable issues are identified by the City within 5 working days and the 31 Contractor must provide an acceptable progress schedule within 5 working days 32 after receipt of non-acceptance notification. An example of a Progress Schedule is 33 provided in Specification 00 32 15.2 Construction Project Schedule Progress 34 Example. 35 36 1.4 CITY STANDARD SCHEDULE REQUIREMENTS 37 The following is an overview of the methodology for developing and maintaining a 38 schedule for delivery of a project. 39 40 A. Schedule Framework 41 The schedule will be based on the defined scope of work and follow the(Critical Path 42 Methodology) CPM method. The Contractor's schedule will align with the requirements 43 of this specification and will be cost loaded to reflect their plan for execution. Overall 44 schedule duration will align with the contractual requirements for the respective scope of 45 work and be reflected in City's Master Project Schedule. The Project Number and Name 46 of the Project is required on each schedule and must match the City's project data. 47 48 B. Schedule File Name CYrY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD SPECIFICATION City Project No.101846 Revised JULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1 All schedules submitted to the City for a project will have a file name that begins with the 2 City's project number followed by the name of the project followed by baseline(if a 3 baseline schedule) or the year and month (if a progress schedule), as shown below. 4 5 ■ Baseline Schedule File Name 6 Format. City Project Number Project Name Baseline 7 Example: 101376_North Montgomery Street HMAC Baseline 8 9 • Progress Schedule File Name 10 Format: City Project Number_Prajeet Name_YYYY-MM 11 Example: 101376—North Montgomery Street HMAC_2018_01 12 13 • Project Schedule Progress Narrative File Name 14 Format: City Project Number—Project Name_PN_YYYY-MM 15 Example: 101376_North Montgomery Street HMAC_PN_2018_01 16 17 C. Schedule Templates 18 The Contractor will utilize the relevant sections from the City's templates provided in the 19 City's document management system as the basis for creating their respective project 20 schedule. Specifically,the Contractor's schedule will align with the layout of the 21 Construction section. The templates are identified by type of project as noted below. 22 ■ Arterials 23 ■ Aviation 24 ■ Neighborhood Streets 25 ■ Sidewalks (later) 26 • Quiet Zones(later) 27 • Street Lights (later) 28 ■ Intersection Improvements (later) 29 ■ Parks 30 ■ Storm water 31 ■ Street Maintenance 32 ■ Traffic 33 • Water 34 35 D. Schedule Calendar 36 The City's standard calendar for schedule development purposes is based an a 5-day 37 workweek and accounts for the City's eight standard holidays (New Years,Martin Luther 38 King,Memorial, Independence,Labor,Thanksgiving, day after Thanksgiving, 39 Christmas). The Contractor will establish a schedule calendar as part of the schedule 40 development process and provide to the Project Control Specialist as part of the basis for 41 their schedule. Variations between the City's calendar and the Contractor's calendar 42 must be resolved prior to the City's acceptance of their Baseline project schedule. 43 44 E. WBS &Milestone Standards for Schedule Development 45 The scope of work to be accomplished by the Contractor is represented in the schedule in 46 the form of a Work Breakdown Structure(WBS).The WBS is the basis for the 47 development of the schedule activities and shall be imbedded and depicted in the 48 schedule. 49 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD SPECIFICATION City Project No.101846 Revised JULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 The following is a summary of the standards to be followed in preparing and maintaining 2 a schedule for project delivery. 3 4 1. Contractor is required to utilize the City's WBS structure and respective project type 5 template for"Construction" as shown in Section 1.4.H below. Additional activities 6 may be added to Levels I -4 to accommodate the needs of the organization executing 7 the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 8 "Construction Execution"that delineates the activities associated with the various 9 components of the work. 10 11 2. Contractor is required to adhere to the City's Standard Milestones as shown in 12 Section 1.4.1 below. Contractor will include additional milestones representing 13 intermediate deliverables as required to accurately reflect their scope of work. 14 15 F. Schedule Activities 16 Activities are the discrete elements of work that make up the schedule.They will be 17 organized under the umbrella of the WBS. Activity descriptions should adequately 18 describe the activity,and in some cases the extent of the activity. All activities are 19 logically tied with a predecessor and a successor.The only exception to this rule is for 20 "project start"and"project finish"milestones. 21 22 The activity duration is based on the physical amount of work to be performed for the 23 stated activity,with a maximum duration of 20 working days. If the work for any one 24 activity exceeds 20 days,break that activity down incrementally to achieve this duration 25 constraint. Any exception to this requires review and acceptance by the City's Project 26 Control Specialist. 27 28 G. Change Orders 29 When a Change Order is issued by the City,the impact is incorporated into the previously 30 accepted baseline schedule as an update, to clearly show impact to the project timeline. 31 The Contractor submits this updated baseline schedule to the City for review and 32 acceptance as described in Section 1.5 below.Updated baseline schedules adhere to the 33 following: 34 35 1. Time extensions associated with approved contract modifications are limited to the 36 actual amount of time the project activities are anticipated to be delayed, unless 37 otherwise approved by the Program Manager. 38 39 2. The re-baselined schedule is submitted by the Contractor within ten workdays after 40 the date of receipt of the approved Change Order. 41 42 3. The changes in logic or durations approved by the City are used to analyze the impact 43 of the change and is included in the Change Order. The coding for a new activity(s) 44 added to the schedule for the Change Order includes the Change Order number in the 45 Activity ID. Use as many activities as needed to accurately show the work of the 46 Change Order. Revisions to the baseline schedule are not effective until accepted by 47 the City. 48 49 50 H. City's Work Breakdown Structure CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD SPECIFICATION City Project No.101846 Revised JULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 1 2 WBS Code WBS Name 3 XXXXXX Project Name 4 XXXXXX.30 Design 5 XXXXXX.30.10 Design Contractor Agreement 6 XXXXXX.30.20 Conceptual Design (30%) 7 XXXXXX30.30 Preliminary Design(60%) 8 XXXXXX.30.40 Final Design 9 XXXXXX.30.50 Environmental 10 XXXXXX.30.60 Permits 1 I XXXXXX.30.60.10 Permits-Identification 12 XXXXXX.30.60.20 Permits-Review/Approve 13 XXXXXX.40 ROW&Easements 14 XXXXXX.40.10 ROW Negotiations 15 XXXXXX.40.20 Condemnation 16 XXXXXX.70 Utility Relocation 17 XXXXXX.70.10 Utility Relocation Co-ordination 18 XXXXXX.80 Construction 19 XXXXXX.80.81 Bid and Award 20 XXXXXX.80.83 Construction Execution 21 XXXXXX.80.85 Inspection 22 XXXXXX.80.86 Landscaping 23 XXXXXX.90 Closeout 24 XXXXXX.90.10 Construction Contract Close-out 25 XXXXXX.90.40 Design Contract Closure 26 27 28 I. City's Standard Milestones 29 The following milestone activities (i.e.,important events on a project that mark critical 30 points in time) are of particular interest to the City and must be reflected in the project 31 schedule for all phases of work. 32 33 Activity ID Activity Name 34 Design 35 3020 Award Design Agreement 36 3040 Issue Notice To Proceed-Design Engineer 37 3100 Design Kick-off Meeting 38 3120 Submit Conceptual Plans to Utilities,ROW,Traffic, Parks, Storm Water, 39 Water&Sewer 40 3150 Peer Review Meeting/Design Review meeting(technical) 41 3160 Conduct Design Public Meeting#1 (required) 42 3170 Conceptual Design Complete 43 3220 Submit Preliminary Plans and Specifications to Utilities,ROW,Traffic, 44 Parks,Storm Water,Water&Sewer 45 3250 Conduct Design Public Meeting#2(required) 46 3260 Preliminary Design Complete CITY OF PORT WORTH 2019 Unit Price Construction Contract STANDARD SPECIFICATION City Project No.101846 Revised JULY 20,2018 0032 I5-0 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 1 3310 Submit Final Design to Utilities,ROW, Traffic,Parks, Storm Water, 2 Water&Sewer 3 3330 Conduct Design Public Meeting#3 (if required) 4 3360 Final Design Complete 5 ROW&Easements 6 4000 Right of Way Start 7 4230 Right of Way Complete 8 Utility Relocation 9 7000 Utilities Start 10 7120 Utilities Cleared/Complete 11 Construction 12 Bid and Award 13 8110 Start Advertisement 14 8150 Conduct Bid Opening 15 8240 Award Construction Contract 16 Construction Execution 17 8330 Conduct Construction Public Meeting#4 Pre-Construction 18 8350 Construction Start 19 8370 Substantial Completion 20 8540 Construction Completion 21 9130 Notice of Completion/Green Sheet 22 9150 Construction Contract Closed 23 9420 Design Contract Closed 24 1.5 SUBMITTALS 25 A. Schedule Submittal &Review 26 The City's Project Manager is responsible for reviews and acceptance of the Contractor's 27 schedule. The City's Project Control Specialist is responsible for ensuring alignment of 28 the Contractor's baseline and progress schedules with the Master Project Schedule as 29 support to the City's Project Manager, The City reviews and accepts or rejects the 30 schedule within ten workdays of Contractor's submittal. 31 32 1. Schedule Format 33 The Contractor will submit each schedule in two electronic forms, one in native file 34 format(.xer, .xml, .mpx)and the second in a pdf format,in the City's document 35 management system in the location dedicated for this purpose and identified by the 36 Project Manager. 1n the event the Contractor does not use Primavera P6 or MS 37 Project for scheduling purposes,the schedule information must be submitted iu.xls or 38 .xlsx format in compliance with the sample layout(See Specification 00 32 115.1 39 Construction Project Schedule Baseline Example),including activity predecessors, 40 successors and total float. 41 42 2. Initial&Baseline Schedule 43 The Contractor will develop their schedule for their scope of work and submit their 44 initial schedule in electronic form(in the file formats noted above), in the City's 45 document management system in the location dedicated for this purpose within ten 46 workdays of the Notice of Award. 47 CITY OF FORT WORTH 2019 Unit Paine Construction Contract STANDARD SPECIFICATION City Project No.101846 Revised JULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 1 The City's Project Manager and Project Control Specialist review this initial schedule 2 to determine alignment with the City's Master Project Schedule,including format& 3 WBS structure. Following the City's review, feedback is provided to the Contractor 4 for their use in finalizing their initial schedule and issuing(within,five workdays)their 5 Baseline Schedule for final review and acceptance by the City. 6 7 3. Progress Schedule 8 The Contractor will update and issue their project schedule(Progress Schedule)by the 9 last day of each month throughout the life of their work on the project. The Progress 10 Schedule is submitted in electronic form as noted above, in the City's document 11 management system in the location dedicated for this purpose. 12 13 The City's Project Control team reviews each Progress Schedule for data and 14 information that support the assessment of the update to the schedule. In the event 15 data or information is missing or incomplete, the Project Controls Specialist 16 communicates directly with the Contractor's scheduler for providing same. The 17 Contractor re-submits the corrected Progress Schedule within 5 workdays,following 18 the submittal process noted above. The City's Project Manager and Project Control 19 Specialist review the Contractor's progress schedule for acceptance and to monitor 20 performance and progress. 21 22 The following list of items are required to ensure proper status information is 23 contained in the Progress Schedule. 24 • Baseline Start date 25 + Baseline Finish Date 26 + % Complete 27 + Float 28 a Activity Logic (dependencies) 29 • Critical Path 30 * Activities added or deleted 31 • Expected Baseline Finish date 32 a Variance to the Baseline Finish Date 33 34 B. Monthly Construction Status Report 35 The Contractor submits a written status report(referred to as a progress narrative) at the 36 end of each month to accompany the Progress Schedule submittal,using the standard 37 format provided in Specification 00 32 15.3 Construction Project Schedule Progress 38 Narrative. The content of the Construction Project Schedule Progress Narrative should 39 be concise and complete to: 40 0 Reflect the current status of the work for the reporting period(including actual 41 activities started and/or completed during the reporting period) 42 • Explain variances from the baseline on critical path activities 43 0 Explain any potential schedule conflicts or delays 44 • Describe recovery plans where appropriate 45 • Provide a summary forecast of the work to be achieved in the next reporting period. 46 47 C. Submittal Process CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD SPECIFICATION City Project No.101846 Revised JULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 • Schedules and Monthly Construction Status Reports are submitted in Buzzsaw 2 following the steps outlined in Specification 00 32 15.4 Construction Project 3 Schedule Submittal Process. 4 • Once the project has been completed and Final Acceptance has been issued by the 5 City,no further progress schedules or construction status reports are required from 6 the Contractor. 7 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 19 QUALITY ASSURANCE 11 A. The person preparing and revising the Contractor's Project Schedule shall be 12 experienced in the preparation of schedules of similar complexity. 13 B. Schedule and supporting documents addressed in this Specification shall be prepared, 14 updated and revised to accurately reflect the performance of the Contractor's scope of 15 work. 16 C. The Contractor is responsible for the quality of all submittals in this section meeting the 17 standard of care for the construction industry for similar projects. 18 1.14 DELIVERY,STORAGE,AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 1.13 ATTACHMENTS 22 Spec 00 32 15.1 Construction Project Schedule Baseline Example 23 Spec 00 32 15.2 Construction Project Schedule Progress Example 24 Spec 00 32 15.3 Construction Project Schedule Progress Narrative 25 Spec 00 32 15.4 Construction Project Schedule Submittal Process 26 27 28 PART 2- PRODUCTS [NOT USED] 29 PART 3 - EXECUTION[NOT USED] 30 END OF SECTION 31 32 33 34 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD SPECIFICATION City Project No.101846 Revised JULY 20,2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 1 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue 2 C1TY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD SPECIFICATION City Project No.101846 Revised JULY 20,2018 00 32 15.1-0 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 1 of 5 1 SECTION 00 32 15.1 2 CONSTRUCTION PROJECT SCHEDULE—BASELINE EXAMPLE 3 PART1 - GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the baseline for the project. This version of the 6 schedule is referred to as a"baseline" schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a baseline schedule_ See CFW 8 Specification 00 32 15 Construction Project Schedule for details and requirements regarding 9 the Contractor's project schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised JULY 20,2018 00 32 15.I-0 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 2 of 5 ------------ }--------- ---------{------------F----------+----------{----------{-----------F----------1----------{---------- ---------{•_____.�-..{.._.. p 16" 1 , S ! KD t�n i I I I I I r*] 6i ~ -------t------- -..L`-----` 1----------1� - - L- -1 7 - 7 1 ---------- - --- ------ ---------------- r ----------------------11------- T-- i I __________ _______ ________ g----------,-------------- - _ 10 n•a'a'ga — - e.R�'dica!s.i;sa u eJ•�.� � Irl LLal'-•'�a 1+ 141+ �.i� per.F�'fl 4 i iQ ,Lk I .1- Fr ;u u'ui u i 'a? %l�l't rt •9 1 '. •.n a d U .G.L _ J'u a a �:� {■ '8 2: GO dU —' o._y W u'¢ 11'4.t w u m ai •4 •1 w V L 4 n 2 �i w m uti •i ai _ 1 � a '.' u .s o o nit u cs:s.9 i Ci qe J m� v : ry w I}i f l i ns'rJ} y �� r t :i ii et c i,� .rl 4�. ry : �� ;w c ry 7� `�I�} ' �.'R. ] •' '■I �d `l •d! gu . � T l' l p, -F i x4 � Y�•' ti 41 Il {I 6 2 L rt {1 �y Y} �3 LI d "I —;9 � I . _ I � 8 I 'z g Lha~ 9x ;�± V @9 I I RI Q Pit iF. i� N y 12,{Y 'Ki xF M F- MiQ•!yg� rq -�-' •� .¢ 6ry1•��,I T .73 1 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised JULY 20,2018 003215.1-0 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 3 of 5 -•----a----------t---------a----------+----------¢---------+---------- ------------------------------+---------F-------------7------- ------ I E I - — ------- w-.--- Old - — - — .I t ' U 04 v 3 I I � a isiY.+ u.* I•.y r� Iwo {��;,_ a1 If.Y ul'n'a eF�.. ., .��u a i.l'.r it o � � � � � n � �.� +a I I I pl #1 W r Ircl i hVii, 0, VI« . nXm ¢ {Cedit Ir :ii ft A Y rl ati ri1-I r1=i rI 4 P .n ,i. M +i5�,I IY 1'i ♦..� N sl.Nr �i �F ,Jh rl7yi o<'.., m u. Rl LII -11 ^ ui ali iS x If piq rC7qT uj vrn +�iyfll � �i.d� IP,1 W� w: O w U,iu:� a-a -J% Xir, YF!w YY 12u r7 i� 'I, „ iR Irl 'I y� +I.,y ry r 11� r ri ii � rI t ... — u s Im' Y+4 c .9 i p E t� L u U f F1 _ QI YL b IML fi tulLI g. 3 K I{ CI7 u°}4 p F. Rr Qq I: E3 '1 1 II 11 i.5 , I- �I .J �, 41 ISI C C'C m ;;1; A r i A 1 IL EL 2 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101845 Revised JULY 20,2018 003215.1-0 CONSTRUCTION PROGRESS SCHEDULE–BASELINE EXAMPLE Page 4 of 5 ---------- -- ------------ ap i rq ------------ --4----------— —----------- 0;-10 w E zi Cd 0 (A aryl iF (D 0 ri IF > Vh E 0 -Fa r= IIIin. CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised JULY 20,2018 003215.1-0 CONSTRUCTION PROGRESS SCHEDULE—BASELINE EXAMPLE Page 5 of 5 1 END OF SECTION 2 3 4 5 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue 6 CITY OF FORT'WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised JULY 20,2018 003215.2-0 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 1 of 4 1 SECTION 00 3215.2 2 CONSTRUCTION PROJECT SCHEDULE—PROGRESS EXAMPLE 3 PART1 - GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the progress for the project. This version of the 6 schedule is referred to as a"progress" schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a progress schedule. See 8 CFW Specification 00 32 15 Construction Project Schedule for details and requirements 9 regarding the Contractor's project schedule. 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised JULY 20,2018 003215.2-0 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 2 of 4 4V ski ----•-,..rJ.----.. --------- - -------- ......... .... .. .� .w --------. _.-_ ---------�--- t - - - - LJL CL ' {. 010:0 0 P. 14 fl rl'i ' • . ,f1.11!M'rl ":trNrl, 1. 11 .I M'rJ1 W e u qq .V -wU,gI- b ILR.[DrI- I- I=.1. ua4 a121 � 5i S Lrtx. r�'w9 V -' .t: . wwo ., x W r. :J � 'R7 � [' 1 :'l.4- � 'r�7 � + 1] 11 S`" . gn 5= #i� pR114 : gid h! A — _ ,,, T Tf v,� kF (LCIO R : i t {I . W 9 Tl �l 17 , w Pf RI P, 1 W Al J; ra 4 604 V 4 ra 'S+ o . . . . . . 004094 r L IL u mr,or —� � ho4• � ' n.., 5..}:'a � � [� C u u y z' I „ 44 PA a " G {' �F 'v EL 1 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUC'1'lON SPECIFICATION DOCUMENTS City Project No.101946 Revised JULY 20,2018 003215.2-0 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 3 of 4 [ d "..—.. i".._... —r— ----- -�; — I fi---------- ----- .7 N •my ..............—------------'----------- --- --------- --------------------1_..._.... �. "•-- ----•--•-J.. tY ftl ----1---------1----------L----------1---------i----------1---------1-- ---- -�---------�------ -J-- --'1-------J--- � I F J , -------- ----Ul--------------------------------I--------------------- ---------------- CL V �[ rl r4,PF r[ FI r4 fY N rd r{ F4'T1 fi M,Fl-fl r{•IV rl W-4;- 1 1• a 0 .4 ".-1- tt.'FI +'# N11 ra rt[_ rl H•H I I � pm mt ri m m 1 ,n i: u it [ii m ng U '6' u r} qgI {T:R;91 9,2i- A [% ' - R T 1. m .. .II I� w ""..' m m i� m .'� .[ m m Sh r: rn � .,. ,. r} m ;► .� °,'" W .+ I 0 40 �[ .I � l"V V F + Wwq .i - O � fJ r' n W �r n_ !�Y n� p4 icy ,� ,fir 01 0(, w a.Pi , y,F xl upi ..1. fym' I{IP'C Al ih.Yl� � m '�� •any' ��q�.1 {WiL nM 'F f T TJq,7 i,l'T 1 fF a S r r'F kr4 #1'*+I T4 p0 Irk eb Y{1 ly �' �• r 4 jLj �dJ.1. Ll r. Yt p� f n ii tt rr ' 4 ItWP .�-.�F1. �tom-, N II. N_ 1� v�M5 Ifs iK,•t 'a� yl P ra '1'.r[ 1 I'I�y.'w1 W � rY+1 s� {i 4 Y ^'•� IR ,�"�� V" C C3 ' AJ 0u I T. r' Ll •���,�--ff F"" paP ly Ind 3 m i k �{+II TT.. k' [ ���pp]T7 �.r -I g y�� ..L1` - g S7 ' N �p I 1 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised JULY 20,2018 003215.2-0 CONSTRUCTION PROGRESS SCHEDULE—PROGRESS EXAMPLE Page 4 of 4 1 END OF SECTION 2 3 4 5 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue 6 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised JULY 20,2018 003215.3-0 —PROGRESS NARRATIVE Page 1of1 SECTION 00 3215.3 CONSTRUCTION PROTECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: Company Name: City Project No: Engineer's Project No: City Project Manager: Engineer's Project Manager: A. List of activities accomplished in the reporting period. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. List of activities to be accomplished in the next reporting period 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) C. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) D. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth,Texas Construction Project Schedule Narrative Report for CFW Projects TPW Official Release Date:7.20.2018 Page 1 of 1 00 32 15-4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 1 of 7 1 SECTION 00 3215.4 2 CONSTRUCTION PROJECT SCHEDULE—SUBMITTAL PROCESS 3 PART1 - GENERAL 4 The following information provides the process steps for the Contractor to follow for 5 submitting a project baseline or progress schedule for a capital project to the City of Fort 6 Worth, See CFW Specification 00 32 15 Construction Project Schedule for details and 7 requirements regarding the Contractor's project schedule. 8 9 If you are not a registered CFW Buzzsaw user,please email or contact: 10 11 Fred Griffin,Buzzsaw Administrator 12 City of Fort Worth 13 Fred.Griffin@fortworthgov.org 14 817-392-8868 15 16 Using your registered username and password log into the City's Buzzsaw Site 17h1t sill ro'ect oint.buzzsaw.com/client/fortworth ov 18 .. 19 20 Navigate to your Project Folder. Verify that your Project ID and Project Name are 21 consistent with Project Polder Name. 22 23 Navigate to the Schedule Directory under your Project Folder.The 00701-Flaxseed 24 Drainage Improvements project is used for illustration. 25 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised JULY 20,2018 0032]5.4-0 CONSTRUCTION PROGRESS SCHEDULE-SUBMITTAL PROCESS Page 2 of 7 LJfi;r-.Yinhi-iY YI, W WM Dob :t* 10 -t �04`- KI r, I U10 10" LW1 La F! I ffl G eg I M 0 Bd Cl walmwm� Id,C)CaLi1noomi CJ co!iwtanks C)CV111"F 0 Qwyoxe*.e rtldml Ll-o-INS 4 CJ PLL&VshwA +',317,121 t) Ong it C-31%-Ub %A.Js BECL14U Swrt WIN-oban.dmes 5E claki rwI Garn 9d MCI Cr Tm I Q-. "?Aq..iwb F&Md tn1w DYM-L�.h..&O%Vekd Dom,-!l cre&&&Fae Sd4 4- 40PHY-L;rwhwF R..d-FWhmea Ino 94 P6-1.w--v' 4; 1 teal IN''I PR 9 tp �W*"k*Y" L W*--hl Ckw,3 ki.. 2 3 Two files will be uploaded for each submittal. A native schedule file format either 4 Primavera xer or MS Project.mpp and a PDF version of the schedule will be uploaded 5 6 Verify that the file name contains the 5-digit Project ID,Project Name, and Submittal Date 7 and follows the standard naming convention. Initial schedule submittal will be labeled as 8 'Baseline' for example: 9 00701-FlaxseedDrainagelmprovements-Baseline 10 11 Schedule submittal updates will be labeled with Schedule Submittal Date 'YYYY—AM' for 12 example: 13 00701-FlaxseedDfainagelinprovements-2009-01 14 15 Expand or select the Schedules folder and add both the native file and PDF file to the 16 directory. 17 From the Toolbar Select (Add Document CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised JULY 20,2018 003215.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 3 of 7 rk Edo Yew nvs 1Wv '6J Add X v MV0 WIN Li W7115 Ptsi dormUelmAro-rr�rrer# ._. Hvir. d+le Fydu .�. madr,YIi�SllMli.rkltfAreC.XES R0JgJR1Fn 1431 rwoao 0 Bid Responses }'[ ramt1Iotar rJ '�:�C4tlsufta{,t4 Contractor cw espandence r�dbrerxl COp'Iv�L1res�5a and Spr-:. 4:d""MOM M rjllAtr.h*om .h al REA Nvmh 5diehdes Indez.xfs d 4ql r:04 NMI-LAMb YAPM;dentral az Ler SOL, r 97M•I,Ylfn WpgeE FCrWNem E7; i , 114799-bk"dleoil P HqPYealtoeg r.41 Or}An-DAY liwd-NiNTRMrib643,6 r IHI IM-I Ye xrl-i7Ld t: i11t735 Baru&..Pieei A5"llue lidwo V Itt:Wy lilFl 2 3 Select Browse and go to the location of the files on your desktop. 4 Select Open <e 13 go Li dN#v m ta NM Y IPK Wupgrw.6 win.YAw r.tn dao-ww Li a L%uaa.n}il twh*wq. FSelecE guar..- r Atmdivxfflvd 1 Iml-; s; SP'd Cv# hYrYRo6orr 7*�Pakwlt `htw � r19_�NatvorkP9aees ; ArikMh„J,ct - -Adobe A=batS Profassianai �'.8erdtJrass.pdf �, �y}h„m C.Ps ffi I]VOs , i]erl ape tuning F- U brrew vvs [yi F',aand Edit Pro r- 10-i8d HiL.I.VPH a!I Cfan ml FFP Exam Sim 7.L f, hEe2iHa Cfieni 11)Crp t t.Reports 21108 Google Ie '�11 nell QUA Reference Wdapdf M1fF ww w M IP Fhv�s�eh Express i�ri; -fi-�7rre^Ler t4'PbPIA{7ni L IH�H,ier frcR'��+HI I:cbnrder ��Fir riiYX�r Cts a'Bo..G ri nrder.exe .�Pa�7e�d �y�me`'ev�Ly Frq Ly. ht" 7F'ttWrtl ,1"'v"..CL p waft lUM 4ttWm MU beak Oriel 051 Jk2trtlng w0klandr Pk wna' Prn 'u^J I 6 7 The file will appear in the Buzzsaw Add to Project—Select Documents window 8 9 Select Next. 10 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised 3ULY 20,2018 003215.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 4 of 7 i Do not select Finish at this time. 2 <rSd9adDn.lWWWd"10dleYr+ +rtI b&QP—Vui3cal410add4oanuaftWit Reot&(oACa4). Ylocuanents a57[adi{aannn: ria#tune Fibs Wotan r oti���s.aszalor��gatn�r o*�14�_ F Jmnr r uaxrrrib www_ IPIZ-, -M.R n ser, ?mei fatir,�a�l 4i ilk-. '.II.i•e-I.u..Iri-o:kA rinim dloji*d i Emrd 3 4 5 You will be placed into the Attach Comment window to enter a record into the Project 6 Schedule Submittal Log. 8 Enter the Project ID-Project Name-Submittal in the Subject Line. 9 10 Type Submittal and Company Name into the Comment window along with Contact Name 1 I and Contact Phone Number. 12 13 Select Next. 14 IP Y r{ c mkaa teavoaLt Mat h-fi"dn kht 4CI NLu`Jtlftar1r and Nsttklawhm item fa rico W1,11 ekwall. rttx alep a glav4i 9rkd Ooo.lxnts a add cam.mk io rlex diaMdalF aEd:t�dr iananent �� I A A 7 Q I IP I rAl�i22121 _I serd Cmnl iilbL'!ek OOT71+l�cseedCrabs9elmpro5'e<�r-nts�aselne ffarefne Schedlfe Swnttal from'cumpany Name" Corakad flame Guda[t phone rr ,ipdate Schedule Submittal from'company Name`for vorkperformed up to 7anuary 31,MOO .ontad Name ontact tPhunel @etic . 15 W-.21> I FWth I {3.1d!� 11eU i 16 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised JULY 20,2018 003215.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 5 of 7 1 2 You will be placed into the Send Email Notification window. 3 4 Select To and the Select Recipients window will appear with a list of Project Contacts. 5 6 Select the Project Manager as the To Recipient and the Project Controls Group as the Copy 7 Recipient. 8 � fTr wnr ft F.Fwl.cti�TFYA41wwT�i�i`ox��*,r.. ,l-..:�i_:�r. 1 i,Y•I FMX�IIIr fir!•r.�lt rronrr..cr. - Y.iTpl... p� l.'.6 M... 11 N tlrR Ik��. ri— V-9.. ir:.. tiP.. VI.. a. x:w..��� w.. t; +r•.. �e-. ro... - , ia, rs�..rr F.ir� a{r lam_ - •ntrt+ •Wrr.+cx k�. I... cn... S.R.. }�_, � � 1�r5.rF �t.+x rJ. • i- CF... r. �. 51t,.. ' �kt+c�. �.�yry•rorr,. 10 11 12 Select the Paste Comment button to copy the Comment into the body of the email 13 14 Select Finish. 15 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,101846 Revised JULY 20,2018 0032 15.4-0 CONSTRUCTION PROGRESS SCHEDULE-SUBMITTAL PROCESS Page 6 of 7 's c� '�� ��1moL5erRglnrtPFR�v71r¢nFy,n9lt+saflhr.r�weri�dal4diha•7F;sn�et��smdan� '�Ie�SDtlnFrrnb _ ��a4beOpNfiCM � AllCadnm� I..'. 1 4 OStndGmall iy_I Frrd4nffh "M IllydtMih F4n;p�#�gntrnlr Y4an - - sbld�r' Oek7QI•fkYtf�edllra15a9�iri►ovtmrnisfLi+dnC �.�— � - seGr�! ✓fieSleRkffUalfrom[a,yanxhena' Contact]4eme CnntuUb&-�e JpdEfe S h to leve inry:31.5049 tact Nano ' tet[PkFmFe 4 F uh C,vrp. Frrt'� 1 2 3 The schedule file is uploaded to the directory.An email is sent to the City's Project 4 Manager and Project Control Specialist. 5 :a �3e �� :r:• i•,:l icy .,._- 14 1 ims+ 3-9 t7 .[ to x L:I i F1,5,i I i.� �Jt' Fes,' -euma� 555. - ,I 10 mms. ,wbIF ::— �.•J YUr'dn■ 1d1td_d L 21e !!, 11Xd Gtw. �h t iiuuaR�4w_ �WJI(bSE i edrr_r+ornea r.b:iF� 74in ¢RMs lAhrm tis F.C• dr F brt C3 cffl�dm.bl C3[mYctr y , 0S.�rrnrF 4m 4 CA *— x[l rnwl? —im H M wL6kAwknw Mw K�qf m7P].tiet..ue."el sp b1.z..4 �j,.wrca lim . X_twk wrgnc5*do.!6-MF IR .oft-ta +y +F .rr c.wA cw.-sw1 X .dE�14 YYS,Yi4�Mr'fd3W 9rr}i 1! 06046•Llpel yle�ciE4ekr11�Fi, .F 47v7�-s.+d•crr.ndrh S�FF�I 4S M MM-P`.4dJO&I WCC3P W 1 Cw II. Ong-LdieMtlheFrd 6 'Rk° 7 8 Upload the PDF file using the same guideline. 9 10 11 12 END OF SECTION 13 14 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised JULY 20,2018 003215.4-0 CONSTRUCTION PROGRESS SCHEDULE—SUBMITTAL PROCESS Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE July 20,2018 M.Jarrell Initial Issue 2 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised JULY 20,2018 0035 13- l CONFLICT OF INTEREST AFFIDAVIT Page 1 of 1 1 SECTION 00 35 13 2 CONFLICT OF INTEREST AFFIDAVIT 3 4 Each bidder, offeror or respondent(hereinafter referred to as"You")to a City of Fort Worth 5 procurement may be required to complete a Conflict of Interest Questionnaire(the attached CIQ 6 Fonn)and/or a Local Government Officer Conflicts Disclosure Statement(the attached CIS 7 Form)pursuant to state law. You are urged to consult with counsel regarding the applicability of 8 these forms to your company. 9 10 The referenced forms may be downloaded from the links provided below. 11 12 http://www.ethics.state.tx.us/forms/CIQ.Rdf 13 14 http://www.ethics.state.tx.us/forms/CIS.pdf 15 16 17 F—] CIQ Form does not apply 18 19 0 CIQ Form is on file with City Secretary 20 11 21 CIQ Form is being provided to the City Secretary 22 23 0 CIQ Form does not apply 24 25 0 CIS Form is on File with City Secretary 26 27 0 CIS Form is being provided to the City Secretary 28 29 30 31 BIDDER:32 f 33 vt yttrowfwchoi1 LLL By: 34 Company (Ple se nt) 35 11 36 1.?, yet Signature: 37 Address 39 " ' � ' 461161 Title: 40 City/State/Zip (Please Print) 41 42 43 END OF SECTION CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Porject No. 101846 Revised August 21,2018 0041 00 BED FORM Page I of3 SECTION 00 41 00 BID FORM TO: The City Manager clo:The Purchasing Department 200 Texas Street City of Fort Worth,Texas 76102 FOR: 2019 Street and Bridge Improvements-Unit Price Construction Contract City Project No.: 101846 Units/Sections: Unit I -General Requirements Unit 2-Existing Conditions Unit 3-Earthwork Unit 4-Exterior Improvements Unit 5-Utilities Unit 6-Transportation Unit 7-Non-Standard Items 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the fond included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid,Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS,including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance,will do so pending contract award,and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group,association,organization,or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt,fraudulent,collusive,or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice"means the offering,giving,receiving,or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice"means an intentional misrepresentation of facts made(a)to influence the bidding process to the detriment of City(b)to establish Bid prices at artificial non-competitive levels,or(c)to deprive City of the benefits of free and open competition. c. "collusive practice"means a scheme or arrangement between two or more Bidders,with or without the knowledge of City,a purpose of which is to establish Bid prices at artificial,non-competitive levels. d. "coercive practice"means harming or threatening to harm,directly or indirectly,persons or their property to influence their participation in the bidding process or affect the execution of the Contract. CITY OF FORT WORTI 1 STANDARD CONSTRUCr1ON SPECIFICATION DOCOMEN"rS Form Revised 20110627 2019 Unit Price Construction Contract,CAN 101846 00 41 OO BID FORM Page 2 of 3 3. Prequalification:OMITTED 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within the days specified in each task worder. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work{and/or achievement of Milestones; within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form 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 Fonn Section d. Vendor Compliance to State Law Non Resident Bidder,Section 00 43 37 e, MWBE Forms(optional at time of bid) f. OMITTED g. Conflict of Interest Affidavit,Section 00 35 13 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 estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid $6,501,749.50 7. Bid Submittal This Bid is submitted on 12/13/2018 by the entity named below. Respectfully submitted, Receipt is acknowledged of the Initial following Addenda: By: I 111A Addendum No. 1: rTlamrakar Addendum No.2:Addendum No.3: A I Addendum No.4: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 201]0627 2019 Unit Price Construction Contract,CPN 101846 0041 00 BID FORM Page 3 ora Title: CEO Company: Urban Intiaconstruction LLC Corporate Seal: Address: 2512 Gravel Dr Fort Worth,TX 76118 State of Incorporation: Texas Email: anupRumaniconstruct.com Phone: 817-616-5544 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 2019 Unit Price Construction Contract,CPN 101846 o Q o 0 o P P P P P P P P P P P P o o O P o a a a a o 0 o a o 0 0 0 0 0 0 0 0 0 0 0 0 p C O O O P O O O O O P 4 0 0 0 0 0 0 0 0 a 0 0 0 0 0 0 0 0 o o g o U 0 0 0 0 o 0 0 '- i� O O O C] o 0 tV O O '"I 0 0 0 00 O O 0 0 0 0 0 0 C. 0 C7 O O O O o 0 0 o N O o 0 0 0 0 N o 0 - V u 0 0 0 Om O O N O O Q N P P Q N P O P U p O O O vl O c c IR 111 IIl c c c c c Lr r r O O r w r 0 0 0 Lf] o P P N ifl Pct LQ P P Lin O O N N RI N' tV' - - - - N N M M N N N - M N N �O M V M Ifl O Cf V t0�O IV tt]O � I�RY y - RI Q > a •Q O in Q. O Q � a LA o C o 0 0 o o o o o o o 0 0 Cl o o o o 0 0 0 o o o C. 0 0 0 Q o 4 P P Q O P 0 P 0 0 O O p 0 0 0 l[i O O O O O O O O O O o 0 0 0 0 0 0 0 0 0 0 0 Q Q 4 0 P Q P P P P P O P N u] ry 0 0 0 0 �+l 0 0 0 0 f� 6 0 0 0 6 �] Q VI �D lA O I[] �1J Vl O CJ Ol l0 In 1I1 m Ifl m V O m ry - R ry N N G' N N N d' N N N N N N 1 N p N V � C a M M M �P�kk .a F N J O O o o o o N O - o 0 0 N o 0 0 N VI t0 0 0 0 N N O O n ono o o o g o o o O N F o 0 0 0 0 0 o c"t ri l!1 O Il'1 ll'1 N N M m ill O ul Vl ul O O o 0 0 o o P P P P O P P � Z rf l[] O O N N N N N r"I N r.i N .� C O Q .1 � P O � vl P O vl O P OC m 0 w U e Z in o 6 0 0 6 0 0 + n + 6 0 0 + 6 0 0 + Cl o o + o o o + o o o 0 0 0 0 0 o o o o o o o H o o o N o o o in o oin o o N Too Too 0 H O N l0 ci O o O o O o N o N N o N c o ti o �n o ui o o N a o o N ti N � T N Z - 0 u a ui I u CL 1D E W Q V] It w J .J W V1 W {� O V1 p c 2 LL, M N qi ,v c ow w Lu a e U N > Z o + m c m a a a a a a Q v a O O O O O O O O O O O LLF Q u •n IL w ry y Z V O N W m F Z U a o F w cr F rn rF N a an F� N m o n > Eo�c v o m a} Y a m n ® LL in m 4 u U Q m m al al N al w N m m w w a U O O O O O O O O o }a O - E E E C`" U W K O'_ 0.' (C n' K N O O O O O O O O o o N z Uo 0 0 0 0 n n o Q P o P Lle ti N N N N N N N N N N N N O o O O O O O O O O O Oci Z O N _ oA Z r 0 H 4 m U�W Q¢b In 00000000 0 000000000000 0 O o O d O 0 0 d d 0 0 0 d O 0 0 0 0 0 0 0 0 0 0 0 0 0 o O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 VI O O O d 0 0 0 0 0 0 0 6 d O 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o [G a N O O O N O 0 0 r-i 0 0 0 I o o 0 N O o 0pZ, 0.. c R 0 0 0 R O o 0 R V) Ill O rl Q o 0 0 c 0 0 0 0 O 7 O O n oq O h N O m Vl O di N P pi Vl p lO n v Ca O ul O O o u) 0 0 0 0 0 0 0 uY Ill O O M ul N a N 0 0 0 0 �'] O o 0 O O IA N h 00 IA N 00 Ifi 6l In m h Ifl m n oo In m vl N m �/] d V N m d N Ill n �O O M vl M Q N M N 1� I+1 Ol �O�--� N a0 �+l I+1 Q �] QF h n n Q h �➢ ID O Ql ID O Ol Q n l0 I!1 (u N ti N ' 0.. m OO O O O O O O O o 0 0 0 0 0 0 0 0 0 0 N C O O O o 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 4 0 P P O P 0 O O O O O O O O O o 0 0 0 0 ul ul O O VI o o O O O o 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 4 4 P O P O P P 0 0 y N N N N N N N M N ti N N N N ti N N N '8 O O O O O O O O Q Ol n 61 n n m h l0 M O O] m 0 6l O h l0 ; � O Ol N 'i m N ID I/1 a s ri �i ri ri�e ri Ti m c c m 7 - � x z u c, 0oOao0ocio00000c romoocl �„ro �no �no �noo � oa .� oO .woo .� p0 .-iPo .-+ app � 0 0 0 0 0 0 O O 0 0 0 0 0 0 0 0 0 11l 0 0 0 N rl N N O O Vl O O Ifl O O Ill O O Vl O p p p Ifl p p W d O vl 0 0 0 vl O O O It] 0 0 0 Ill 0 0 0 N N N Z N N N r-I Ti .1 �i rl .-1 .-i .-I .-I .-I .-I W C N N N N r-I N N r-f N N r-1 N N � � CC X d O m OA co O U c L m z O O o + 0 o O 0 0 0 + 0 0 0 + o 0 O Ill o Ill O Ill O l!1 o 0 + o 0 + 0 0 + 0 0 + o 0 } 0 0 + 0 0 } O o 0 0 0 0 0 o 0 o 0 0 Ifl O O N N N N O N In O N Itl O N ul O N vl O r-I Ill O N ul O r-I o Ill 0 0 o IA O O o l!1 o 0 0 Ill O o h r1 N O `""� '""� `'"� ''"� N O c, O o O o O o O o O o O N �D l0 tO l0 A r-1 N N N N C N N e-t N N N N ti N N N N r-1 N O ti � N � N ti N � r1 � a-f ti r-I � ci r-1 N VL O - o - o l!1 O z L LLI a Zm r } ti ¢ a a a r r r n > > R3 w w W w V In In In In O O W ?' O Z Z 7 tD LLI N G NF dam.. G 2- z F LLIac j O N ti o o d 0 m o 0 0 o p o p� v o 0 o 0 o o o 0 0 0 O o o p m nn n n n n m m m m m m N N N N N H N N N r-I a-f H ri c-I N c-I _, •� 0 0 o P o m m m m m m m m m m m W W C n m LMZ a a Im LX CA0 N a c - m -a N ` y i v c p _ } O o m Q nn U aq as - m o E E > m iT, i o c m aj c v o N o � r v u N ei N f0 IU N a Nm '6 Y Il" m N O m co ID ei H N U J J m M tD Im h O N m Q P P Ol O O O o p o P P O O O O O O ul Vl cl rl r-I Oi H r-1 O O O O n r, f- u 4 -4 M N N N N N H e-I ri e-I ri N e-I N rl ei a ry O O a, O O M M m M M m M M M M M Q p 3z- z foo m v In In n w (n N m q 007 r-1 N N rl H N rl N N N N N N N m V F V J � V M O O O OO O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O O p 00000000 O O O O O O O O0 O O O O O O O O O O O O O O O O O O O O O O O 0 0 o O O O p p p p p p p p 0 CL a 0 0 0 0 0 0 0 0 0 0 O o0 O O 0 0 0 0 0 h 0 6 0 N O O O �O O d O 0 0 0 0 o O O O h 0 o 0 o d o o N o.. O O O m O O O O N O O O N O O O N O O O N 0 0 0 0 6 d al o d O 0 0 0 0 rl o O O O 0 0 0! 0 0 0 N U o c O O ul 0 0 Ci en ul 0 0 m u l 0 m o o FD m O ft h O N l h r-1 m O h O O a 0 lU O N N N O m N Qf n O i[] c l N O N +ll W o N M M O O M m a O M 1p VI O M il'1 a O M 1p ill N 7 Q� 00 N �A O V� N V�O O N 1p �i rl .-I N .--I e-i p � N rl rl N N N ri rW .-I TI 4 n S m VT VF lM1 V}V?VT N V}+?VT VF✓F V}V?VF VF Vl i/?UT uF VT V}V 4?lM1 ih N il}VY VF V}1^V?N}ih V}VF V? to -, VF 11.[.,iA V!VF VT iRIj OO O O O O O O O O O O O O O d O 0 0 0 0 0 0 d O d 0 6 0 0 0 o d O o 0 o O O O O 0 0 0 0 0 0 0 0 O O d O o 0 0 0 0 0 0 0 0 0 d 0 0 0 0 0 0 0 6 d O o o b b o 0 0 0 0 0 0 o O O O O 0 0 0 0 0 0 0 0 O O oP W O O - M .--1 y �tY � M M O N m N N N M M N c-1 M N N N M m N 0 Q� Q�00 .-I O O Q� N rl q 0 � N rl rl N r-1 N •-� �N ul � � � a` 7 VT V OF VF N i?N N N N+A V3 v VF V1 /I'Al N VT N'A 1A Vt V}y}tR V ✓T V aAV Ma i/T V} iA VY Vl C, D o o C, O O O o 0 6 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o d 6 0 0 0 0 0 o O O O 0 0 o H O o o vl O O +--I ui o O O N to O O ti N e-i N N A N N N N N e-i N N eY ei ri N N CO O ° u z oz o CF P O O + o Q p p + Q Q O + Q O o + P O O + p o p + O p o + o o 0 + o o o + O O O + o o o + o 0 o + O O O .--� O O o .-� u o 0 y rl sn p p p W p p 0 in 0 0 o vi p p 0 V�p p e-I O p .--1 v� p p '-I ti C .-I O N .-I N O .-I N O .-I N O .-1 N O o l O o l O ed r-I O o l a �1 N N N N N ri v-{ e-i O .-i .-i rl o o o p .� O .� O .-i O .� � .�-� O O 4 O O O O ` •Y 1LLJ H � a a Zcor ¢ � °O r r r r r r r r w o o ~ O Za LY a0. 'o z Fr LLIa c W �Wq =' y V D a N m ' a W 114 r L 3 cn � a D O a v U K C ca z ` m m m d a m m E E E E a v a p •X t L y � V V V C U U N [,� O O V O O W L Q 4 Q Q V V V _ V U V a0 a N m N h W T O a v0.i M O N m N N M Q m e-I O Q O o o O O O O O +-i O M m m m N N N N M M c} O O O O O O O O O O O O O [--• e-I N N N N N m m Kl m em-i m m V e-I ei cq N N N 0 Sao o v O A m F F .J U w J � 2.o m V vo o y O O O O O CO O O o 0 O 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q g p 0 4 P O 0 0 0 0 0 0 0 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O p g q 4 P 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a t 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 fn O d o l+i o 0 o ui 0 0 0 0 0 0 O O u1 in 0 0 0 0 0 0 0 0 0 0 q 4. 0000000000000 Q 0 0q 0n O M o 0 0 0 0 0 0 Il O In O n O d o d d d h 0 In N l+l O O ci N O 00 w 00 d' �4 co l0 h r M w o N N o t0 m M i a l0 rn r Ol h 0 00 O 00 c-I N N O N N N N M N 1p m lD N Vl N ,� 00 r .-i N P oP � = O 7 6 9 CD (?V}N vT V}UT V}VF V}In lh V}lR 4?VF VF V} J4 O-IJJ- o o o o 0 o o o 0 o o O o o o o 0 o o o o o M m o b 0 0 0 0 0 0 0 0 0 o 0'D O o o 0 o o o o 0 o 0 0 0 o 0 0 0 0 0 0 0 0 O d 0 0 o d O o 0 o d o o d 6 0 0 0 0 0 0 0 0 0 0 0 0 0 h h h h cq to h r i0 o N N tO t0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 eA o ri o ltl Vl [fl 4 4 0 0 .-i .-r - - .--1 .--I V 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O H lO N N Op r Q pi ap V Io a oo in m r m r 0 m O 00 N .1 ltl O 1l] N Vl N C 7 i/}lh VT VF N N N i!T VF V}V}N N V}V}1!F VF il}f/}V}N 1R VY VF iA VT MT VF aA N•A th aA tR V}VF a/L VT N•A th aA N[R[R VT Vf V`iA N d d o 0 o b o o O H 0 0 0 rl o O o O O o O o 0 o o O O o O o .--� o o d O o In d d M o 0 o ul 0 0 0 0 0 0 0 ui 0 0 0 0 o v1 o o 0 o O O O o N N r-1 N N N N N N N N N w m Oi u z V1 P O o O ul O O O �+ O W o �+ O O O P + o o o + o o 0 + O O o + o 0 0 0 o o o 0 0 0 0 0 0 0 0 O .-i r1 r1 .-I .-I .-r . . . . O 2 O � O u O . - 0 0 .-i ul o o 0 0 to 0 0 0 O u '� ""� `� ""� ""� `""� ""� ""� ""� N p 0 .--] N 4 .-1 N 0 O 0 0 0 Ul N O o o 0 CO lb l0 6 6 c6 lO [6 l0 c6 tO .il rl N O rt rl T c '!� - a' N p N Q N z o a LU u �p m Z m a a a a a a a a a a r r LA O V Z � z uj 0 LU a r C .o m n ® o 0 o O O o o 0 o o w N N N N N N N N N N h N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N w4 ry N ry N ry N N N N N N N N N N N zLU `n a _ L "v v ® m eV — > C ry M 7 u .i N .y ry m c = o. > Y �i at Z) a d c5 u cv o uh w w N N a W r E- w w w w v w w w w w _ a ¢ a a a a ¢ a s z �- a n n n nM a Q a Q j� - .-� f- 2 2 x y H H H F H I- 'r H H H U Lal C C C C C C C C C C C C C C C C d Q O. Q E E E: E E E E E E E m w w w w a w w w w v c v g w a! w w L a m nl w a m c E EEE E E E E E E E E E E E E m m n 7 a a > a n a a > n a a a Q t liL`L L`L L`� L`� w w w m n a a a Q a d d a d a U1 N N N N Ol Ol 01 Ol Ol a o to b d Y Y ~ ~ m o D D X ~ O A C] O Q d' O O J J J J p J J J J m m 0dm ❑ ln - - - - - - - - - - - - - - - - w m m D m m m m m m m m � w w vva`v as av �o in�n in in in no 5o N N N M a l+] �➢ r 90 O1 O O N N N ri N M to 1p h 00 .-[ N M a IA l0 .-I N z o o O O O O b d 6 0 o O OO o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 I[] m N N In 1/1 N N 1/1 r N M M O O O O O o O O . . r-I .-I r-I c-i N N � 0 o a o 0 P 0 0 o O o 0 0 o m o 0 0 0 0 0 0 0 0 0 o d o 0 0 d F- m `ri m m ori `ri ni id ao 'v r` r h ry N ti .n- .n- .n- .n- N N N N N N N N N N N N N N N N N N N N N N N N N N m m m m m m m m m m m m a M M M "m m m m M m m m m m m m m 0 300 4z u G N m V1 lO r m O .� N m cy [n lD h up a) o N m V m W h W m O O C) 2 U Vi u. Q ¢w o q v. 0000000 d 00 o a 00 d CAU 0 0 0 0 0 0 0 0 00 0 0 0 0c) 0 0 0 c 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 _ O d a a O O a o 0 0 o a a a O a o 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o o O O o O O o O O O �. o L) L/ c o L) O CI O O O G1 0 C1 C1 CI O o C1 0 0 o O C3 4 S] P O O O 0 0 0 0 0 0 0 0 u1 0 0 0 0 0 0 0 0 0 0 0 0 0 pz„ W O O n n 0 0 0 �n O O O O O O O O n O O N N N N N P 0 P 4 P O P 0 0 0 O N O wl iP N in M1 0 0 0 +n �l 6 u1 a 0 a 3 S m 2 L M i/T V?V?VT V}a/t iR in th il!iR Vl VT V}V}V}a/F V/iR t/?V?V4 Vl V]V?VF iA i/l ih VT i/F V}Vl N VT VF 1Jt V}iR VF VT[A in tR VF aA Vl N to th VF N O O O O O O O O O O O o 0 0 0 0 0 0 0 o Q p O p p O O P O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o o o 0 O O n n O O O O o 0 0 0 0 0 0 0 0 0 o p p g O p p O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 8888 000 0 0 0 0 a a d d 61 O1 Q V M M iD M 00 O O C) 0 0 0 0 0 tll Ill Ul Ifl Ifl l!1 Vl N N CJ N e-1 H N N m N O O o 0 IIl Vl o O C/ o 0 n C/ - 0 0 y N H N O M 0 0 0 0 w M O vl O O to V] N N O ul vl h m Vl M O a` Q N fl. 0 0 0 0 0 0 1 Q O N N N N N Vl V P 0 0 0 0 O O 1414 O'. m O � �4J c L O cr o o 0 0 0 o 0 0 Cl 0 0 0 0 o o o1 0 0o 0 o 0 o 0 o 0 0 o O o 0 0 0 O O V1 V1 O O Vl g p + O O + O O + O 0 o 0 0 Cl o 0 o O N N N N N Ifl o N 0 0 n ill ill V m O o 0 o o O O O O O 0 o 0 o 0 o vl vl 111 r-I O o N N N N N 111 I[l VI o 0 0 0 0 0 0 ba z O L U MZ LU CY OD a 7 r-1 J J J J J J J J J W W W W W W W W W W W W W W W W W J J J J W W W W W W W W W on i o o L v W ai c Q- o Z W a c > o . .. . . . . . . . . a h N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N CL N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N W -_ W cl a m O Z a LU W W cA H M ei fq a v Q Q m m Q m Q Q v ¢u c c c ¢ m Q' �mFzxFr- � s- x .- = N YSY � " 0. a0 Om minx c ; y Y m m m i a a a a m m a a `m R m c c L c c 2 2 2v m m m y m Ur N v v o E E E - - - - - - - � 0 Q O O m 'm n v `m `m a� r r E i i a a a g o c m w c m m c m z E E E E E E E a v v a c c c Y Y 6 a a a L C C L L C L p N - V m J J - J J m m m L L p } } LL a d d d LL a d N d N Ul Q] N J N N N Vi � � l0 00 N rf N K J J J J � N' C � � .� 'm 'm 'm � `m m � av a m a m m m m m Q Q J J J J J J J J C a a } } } } } } } } } } } } } } } o 0 o a o 0 o a o 0 0 0 0 0 0 ra i6 = w o) W N m U1 N Ol Y t u c c c c c c c `-^ .� �- E E E E E E E EEE E E E E E u u LL v N N N N o0 0o-a m �o m m m m m `m 'm to m v v a. w m v a a m v a m m a m aw DD ff d' d' [3C F FLL OC ff K m K m OC K OC K fL lO M e-I N m v .� N .-i .-I N m et Ln w n W r-I N v-1 N M e� e-I .-I N .i v� N M "t ul e M1 r-I N m V i/l W h W ti ey 0 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 •-E N NM mmmd' d' u10000OOQ000� .--� .-i -IP .-� .--i NM mm mm m m v v �t v � avv a 0 0 0 0 0 0 0 0 O .�-i .-1 v-I .--I r-I e-I .-I .-I N N N N N N M m m �T V d' d' V d' V �t It a �t �t a a It a h h n h h h h h h fh h h h h h h h O N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N te a ry O 3,00 C N M m lO n W 6l ole N m m l0 h W cl O N N m m l6 h m m o N m V m .o h ao m O N .m-i ti N i9 wO .y F h h h h h h n h W W W oo a0 W o0 00 W W 6l Ol O of 6l Ol m Ol Ol O7 O O O O'O O O O O O .-i � � � z� o � �J� V O P p p, 0 0 Co 0 0 0 0 - 0 0 O O O O 0 0 0 0 0 0 0a 0 0 0 0 0 Cl O O O O • p g q p p p p p p p O P P P p p 0 O O O o 0 0 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 O Cl 0 0 0 O O Q g p Q q p 4 p p P O O p 0 ria O 000 0 d' O O O o0O OO N N 000000000000 o as O d O o 0000 a 000000 C/o O q 0 00000000and u1 a s o 0 O O O O O O O O O o 0 0 0 0 0 O V n Wm vl d' O V r%V N 0 ill V? N O O m L/F O O 0 m o v Ln O 0o b 10 Lll o 0 l O O O O In o 0 o to 0 0 0 0 0 0 ^m to a N N N to O � a N N d' m M ul ll'1 �n N N N N M h N N N ul O ri V� .--1 O O p Q M lO n op vi ql p N ul fl1 0. 43 fA [h aA VF a/1 ah Vl V}v3 iR N Vl iA N aR i ✓f+R N y}OF ih i/1 Vl Vl VF VF Vl N th VT ih V] i!F iR Vl Vl il)VF ih il}Ui VF VT V}VT V?V1 Vl O o o o o o o o o o o o o +N+ 0 0 o o o o o o o o o o y o o o 0 C o o 0 0 o a o 0 0 o o 0 0 0 0 0 o a 0 a o a o d 0 0 O O O O o O O O Co O O O O O O N nO O V1 a 0 N Ol 00 il'1 O Ill N W O O O CI O O O O O O O O - 6 6 0 0 p p 0 0 0 O O O 0 0 0 0 0 0 0 y 0 M r r-i l0 n N N a [ E O O o 0 o 0 n n n Q O o , n o p r 0 0 0 0 0 0 0 0 0 0 0 0 0 lP m y ; O VN O .- p VN l M Lq N 0 Vl m VI I O 0 O O O O n n o w a, m O o m 40M1 N N N N N N H N ci H N N Q l!1 V1 O O N yl N N M a 1_+ Q F L � a o .n N V}V}i!}+?VF✓F VT[l}iA VF VF V} GI �N VT N ih iA VT VF VF VF Vl VF VF � N VF Vt[h � Vl iR t/T i/1 VT Vl ih iR aR iR ill[A iA 1R 1h X m Z V Q N .-1 ill O to O N O to O o 0 0 oo �n000000m000 ,� w .� 000 F m _ m m 7 W 0 p m y � W O CY O + p p + P P p + O O P + O + O + ul o + in O + vl—,E; + O A m m ,� to to W N M �pP WP moo 4E y� L Y O C `W V OL ajb oo w ¢ w o LD LLi o O tZi ti .ti 2 o o g o n o p o .� a N N .1 N N N vl N 0 .-y P o p o o O O o n M m m al 0 o Q h n N m m N M M M m d- •--1 •--� •--� •--� N LIA u Lu V ® a � N m a 2 m a o o W m l7 c. P P 0 C C L O O C Ln Y O mill [.l L L t i '^o o o R s } o 0 o E E n c s s o� mm o- O Q C O o o 0 O. Q E m N Lzil 0/ N to N % 19 E 3 > C ✓1 m C C p u u N 0 a i c ti N ti �n w v E E E nn 'n9 N as cm o 3 3 u 3 � � m H o � � � � •E E c a`r � � 6 Q x u o -Eva-o o 0000 N N m a u U U 0 Y L L y U Y Y Y Y N N V U F- Q] cC U d F- $i lO .N-i N Q N O •-f O O �D n H .Ni N N H N M .4 V] 1p h OO 0� z O O O O O b H o O o o 0 o O O o O O O O o o o o O O O O O O O O O O O O O O O O O o 0 O O O O O F o1 m of m m �' r m Ol p p Q P h h Ol al oof 61 Ol of Ol Ol 61 61 f til T dl m m m m oG m m m m m m m m m m m w m m m of m m p N o Z �.uiv n oa cl w 0l o N N m vl v � H N ri H ri rl N r-1 H a-1 H ei ri ri N c-I N e-[ e-[ O Q�FF U ut w M a b na o o p0, ~ d O O d O d 0 6 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O o 0 0 n 0 O o O p g o O o O o o o O d 0 0 0 0 0 0 0 0 d O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O Q Q p p p O g O 0 o z O 0 0 0 0 C) 0 0 0 0 o 0 00 0 0 0 0 0 0 p, C N O Vl O O O N O O O M N O O p p Q p Pi p g N 0 0 0 N 0 0 0 O O O O O a 0 0 0 0 0 0 0 0 0 o m 0 0 0 V C7 O Iq N (O W 0 0 0 C O O .i h C O N g q IA h p 0 h n O O O Il] O O O O �/!ul a 0 0 0 0 O lfl O m 0 0 0 0 0 0 0 m a 3 �]'O�/!W O�1 VI n N O O O't n n Itl fn N N l+l Vl a n a SO a Ili O N W DO i!i Qi lD V1 n,4 O N[n O'T'RI O Ol 4 N N N M N --� M lfl �➢ N V O O m o 0 N 16 p_ 7 a0 [h il}V?V!1R tR[A iR tlL a/t N•A to a/`V}V1 Vs Vf VT ih to tR tf'V}ilT th VT tR jjVF VF 0 0 0 0 0 0 0 0 0 0 o O p 4 P P O g O 0 0 0 0 0 0o o o 0 o 0 O O O d O O o o 0 o 0 o o 0o o 0 o Cl 0 0 0 0 0 0 0 0 o p O p p p g p q 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O O O O O O o 0 0 O 0 0 0 0 0 0 O I!] O O O O O n o O o o 0 0 o 0 o o m n O O m O O V1 O o 0 o 0o 0 o vl N 4 0 0 P 0 O g 0 0 0 0 0 0 0 6 y 47 N N H O I[l M N Y l!) M m n ri o O O N r-I N O Ul N II! m N N �[] M N O O Ill �r cr d' p a, -o O In o o o 0 0 m O O m O O "c .n In in v>v>an.n.n va+n In.n en vo-+n en to va+n in in va+n vi.lr+n+n+n in vT va +n en ur w va In v*en va v�.n vl�n.n.n an�vs+�yr 0 C. 0 0 0 r-1 In O d to O P 4 N N S N W W N W ul � � A N N N N ei N N N N ri N r-I N N Q L� c z + H ri N w O o H h O O H h O O N P OO N in O c-1 Vl p P N VI q O T O O .� Ill O O .--� Itl O .-� .-� I/1 0 1i VI O y O `~ N Vl O O N ul O N N O N VI O .-1 O O e-I Ifl Vl 46N O 1p N 6 N Ko ho h 0 in vl p W p vl O Ill O ~ vl Ill Ifl O N N ry e-i r-I e-t A W oo bO LLI �p 10 o N O •C � U a O. W a G 3 0 ro w o ro N `P ro _. m -a la 4 `u T 0 0 o m m o m a. o m `w t° u v = nl c c d p o 0 ' LL o U yl N U m u v m p N U' N u .O � U U � w � � In c v W m a o aL d Is m a n la n v '"l nl '� U m U a u a v v L c E n a n v m a E W O r0 K J Or % J OrX J O 0 n o 0 0 0 0% �`� 0 0 0 OC F r u r r r m O � Z a a a Wac "O W i' z i� v v v m N V C C J O p N ea U U u c n - U -P n F- 2! ul U u v P a m n m o `P E > O. o w a O m � p Z m m mar ID ` N E N N O P y m N W N U U to w 2 U U U U U of ai ui ai ai ai 6i m a; o of of m cn m m m s s al a+ m m m m m m m m m m m m m 61 m m m mm m m m r uE ry rn m m m m m m m m mm m m m O p o Z i a 0, �n n ao m d ry m vIn In n m m o v It v a' a a a 9 � y7 m � i�� w° oC m 0 0 0 0 0 0 0 0 0 0 0 0 o C) � 0 0 0 0 0 0 0 0 0 0 0 7 ten. Iri0000 0 000 o Wi �, a n 00000 0 000 a ao �, g In O Ln O .1 in O O 6i o q _ W O M y m o ti I v m ry m n � � o m O 7 � g m iA iR V}il)[h [R i/)VF aA VT VF 0 0 0 0 0 o O o O O 0 0 0 0 0 P 0 0 0 O N 0 0 0 0 O OO O O y n 0 I11 O DD O O O O O Y y N m N N N I[I O Ol Ol O T a N' G 'C m 7 fj1 c 0 Q a Z x 7 •� W N z m 0 y� O /V �O + N O O N J OSA O N N N N N N S G N H N Lyn iF- ? p c u W CL 3 �p N z oopip J O O Oo I . 00 --1 O 1 Z wE c o0 0 0 0 0 0 0 L o +n00000ui ° W Z 4 o a Oi rcl N CI O vj M w Kr ® a m O N vn'f �N LO N m rn n t O' I� Ln Iri N'cti I-i rl -o m ¢ m m c-i io a x d in o H to V?44 G a � a W v W 0 V N C N Q W p a o GO c c E £ N v - w q o w K a+ }+ O C G Y T m r cL 0 N I- o Z v u E z Q (9 "X f6 X - m O ❑ v C7 0 0 l} w w w 7 F Z O E c � r m V Ln L9 Ir a s Z Z Z ZZ Z Z GO av v R 7 7 7 a o N g ❑ u I w n w m 0 0 0 D O m z 0 o a n m m m m m m m _ p 0 0 0 o w w w w w w w a m ai ai ai v] in v) * v) v) to F `� m rn m m m m m m m m m F- o E o 3z - Z O o N N ti m C.�a 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!*ort Worth, a municipal corporation created pursuant.to the laws of Texas, known as"City" herein, in the penal sum of five percent(50%) 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 2019 Street and Bridge Improvements-Unit Price Construction Contract NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, 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 accordance 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 FARTHER,that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas,Fort Worth Division. IN WITNESS WHEREOF,the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 13th day of December , 2018. PRINCIPAL: Urban Infraconstruction LLC AfI I BY: Signat re 1 ATTEST. ANO P Witness a5 nr clpal Name and Title Address`• 2512 Gravel Drive Fort Worth TX 76118 I SURE=TY: North American Specialty Insurance Company { BY: L�lcc,C'Xe �I T Signature Linda Michelle Stabler.Attorney-in-Fact Name and Title I 2019 Unit Price Construction Contract,CPN 101846 Address., 5200 Metcalf OPN19 9 Overland Park,KS 66202 VVKess as to Surety Telephone Number: 913-676-5200 Attach Power of Attorney(Surety)for Attorney-in-Fact I *Note: If signed by an officer of the Surety Company,there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its ` mailing address, both must be provided.The date of the bond shall not be prior to the date the Contract is awarded. END OF SECI`tON 2019 Unit Price Construction Contract,CPN 10!846 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,CHER]LYNN IRBY,WILBERT RAYMOND WATSON,MICHAEL L.TULLIS,SANDRA,LEE RONEY,DEBRA LEE MOON, ANDREA ROSE CRAWFORD,MARY JO ZAKRZEWSKI,JAMES B.ROGERS,JR.,TROY RUSSELL KEY,LINDA MICHELLE STALDER AND C}IRISTOPIIL'R CARL SUNDBERG JOINTLY OR SEVERALLY Its true and lawful Attorneys)-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 Attorney 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 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." tpllUtll[111!!/ �uwg5l15lUrltlal/rpry/ � S9t! tievnmsen on,Semng orVrcePresrderrto as ton International Insurance St \ � a _ t�n 1y`s 2i Sl_ &Senior Vice President of North American Specialty Insurance Company SL�t` � ¢�' f� &SiVice President of Westport lnsCorporationY� =W-it1973 Qtgn Senior resenurnnce = t� .&AM45��Q� � yil��_1i4A_ 4} y @ 'S���..... Nya\��. �Lj �@�-g 13 b?asosl Mike A.Ito,Senior Vice President of Washington International Insunnce Company $ fJYrltlNllt}}4}}}, � 115LLdNtriiti� &Senior Vice President or North American Specialty lnsurnnce Company 5 &Senior Vice President of Westport Insurance Corporation 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 ,20 18 North American Specialty Insurance Company Washington International Insurance Company State of Illinois Westport Insurance Corporation County of Cook SS: On this 20th day of August 20_I8 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. OFFIUAtSEAL M.KENNY �r } Nan public-Statecllllinzrk Ilyc ixioaisoziXl l`r" 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 Insurance 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 13th day of December 20 18 Jeffrey Goldberg,Vice President&Assistanr Secretary of Washington International Insurance Company& North American Specialty Insurance Company&Vice President&Assistant Secretary of Westport Insurance Corporation North American Specialty Insurance Company Washington International Insurance Company Westport Insurance Corporation TEXAS CLAIMS INFORMATION IMPORTANT NOTICE ADVfSO IMPORTANTE In order to obtain information or make a complaint: Para obtener informacion 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 Usted puede Ilamr al numero de telefono 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 al: 1450 American Lane 1450 American Lane Suite 1100 Suite 1100 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 al: 1-800.252-3439 1-800-252-3139 You may write the Texas Department of Insurance: Puede escribir al Departmento de Seguros de Texas: P.O. Box 149104 P.O. Box 149104 Austin,TX 787149104 Austin,TX 78714-9104 Fax: (512)475-1771 Fax: (512)475-1771 Web: httnJ/www_tdi.state.tx.us Web: 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 reclamo, 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. If 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 Departments de Seguros de Texas. ATTACH THIS NOTICE TO YOUR POLICY: UNA ESTE AVIS0 ASU 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 condicion del documento document. adjunto. 00.r 7 VENDOR COMPLIANCE TO STATE LAW Paye I 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, ❑r BIDDER: Company: Urban Infraconstruction LLC By: An mrakar Address: 0 2512 Gravel Dr g e) Fort Worth,TX 76118 Title: CEO Date: 3 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Farm Revised 20110627 2019 Unit Price Construction Contmet,CPN 101846 0045 12-1 PREQUALIFICATION STATEMENT Page 1 of I 1 SECTION 00 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 Type Contractor/Subcontractor Company Name Prequalification Expiration Date Street Repair Not Applicable Not Applicable Bridge Repair Not Applicable Not Ap licable 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 BIDDER: 14 Urban Infraconstruction LLC By: &.10 15 Company (PI ase Print) 16 17 2512 Gravel Dr. Signature: 18 Address 19 l 20 Fort Worth,Texas 76118 _ _. _ Title: 21 City/State/Zip (Please Print) 22 �, 23 Date: ble L9 24 25 END OF SECTION 26 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,101840 Revised July I,2011 00 45 26- 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page t of I 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 101846 Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 ���,ol ��sG[al ;rvc�ia+�LLL -By, A"u 12 Companyr ( ase Print) 13 r� i Z C ' Vt-t 14 r�C.S [ � Signature: 15 Address I / 16 ' 1 (� 61/9 Title: G�� 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 B FORE ME e undersigned authority, on this day personally appeared 26 , known to me to be the person whose name is 27 su scrib d tc the foregoin ins' tru ent, and acknowledged to me that he/she executed the same as 28 the act nd deed of for the purposes and 29 consideration therein expressed and M the capacity therein stated. 30 31 VEN UNDER MY HAND AND SEAL OF OFFICE this day of 32 , 2011 33 34 35 36 ...... SUBHRATA PIYA Notary Public to and for the State of Texas ?: s:Notary Public,State of Texas 37 9• pec Comm. Expires 05-11-2021 �`� oFt;`•'� Notary ID 131125450 38 D OF SECTION 39 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101846 Revised July 1,2011 004540-1 Minority Business Entexprise Specifications Page 1 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 MBE PROTECT GOALS 13 The City's MBE goal on this project is 16 % 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 MBE subcontracting participation,or 23 2. Meet or exceed the above stated MBE goal through MSE 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--Offe-ror shall 30 deliver the MBE d4icumentatio.ri i11 porsorn Lo Ohl= appropriate-empluyee of the purchasing division and 31 obtain a.date/time receipt. Such receipl shall be eLvideuce Thal the City received the docun.antation in the 32 time allocated. A Faxed and/or em;uled copy w I I I 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 stated goal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form,if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. 34 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101846 Revised June 9,2015 004540-2 Minority Business Enterprise Specifications Pagc 2 of 2 1 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-RESONSWE TO SPECIFICATIONS. 4 FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON-RESPONSIVE.A SECOND FAILURE WILL RESULT IN THE OFFEROR 5 BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR.THREE FAILURES IN A FIVE YEAR 6 PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 7 Any Questions,Please Contact The M/WBE Office at(81.7)212-2674. 8 END OF SECTION 9 10 11 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101846 Revised June 9,2015 005243-1 Agreement Page 1 of 6 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on February 5, 2019 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, LLC, 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 2019 STREETAND BRIDGE IMPROVEMENTS UNIT PRICE CONSTRUCTION 16 CONTRACT 17 City Project No. 101846 18 Article 3. CONTRACT PRICE 19 City agrees to pay Contractor for performance of the Work in accordance with the Contract 20 Documents an amount, in current funds of as determined in each task order supplemental to this 21 agreement.At no time shall the contract total exceed ONE MILLION AND 00/100 DOLLARS 22 ($1,000,000.00)without written approval from the City of Fort Worth City Council. 23 Article 4. CONTRACT TIME 24 4.1 Final Acceptance. 25 The Work will be complete for Final Acceptance within 365 days after the date when the 26 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 27 plus any extension thereof allowed in accordance with Article 12 of the General 28 Conditions. 29 4.2 Renewals 30 This contract may be renewed up to I (one) additional term at the earlier of the expiration 31 of contract funds or contract time under the same term, conditions, and unit prices. 32 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised 11.15.17 005243-2 Agreement Page 2 of 6 33 4.3 Liquidated Damages 34 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 35 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 36 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 37 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 38 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 39 instead of requiring any such proof, Contractor agrees that as liquidated damages for 40 delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty Dollars 41 ($650.00) for each day that expires after the time specified in each task order until the 42 City issues the Final Letter of Acceptance. 43 Article 5. CONTRACT DOCUMENTS 44 5.1 CONTENTS: 45 A. The Contract Documents which comprise the entire agreement between City and 46 Contractor concerning the Work consist of the following: 47 1. This Agreement. 48 2. Attachments to this Agreement: 49 a. Bid Form 50 1) Proposal Form 51 2) Vendor Compliance to State Law Non-Resident Bidder 52 3) Prequalification Statement 53 4) State and Federal documents (project specific) 54 b. Current Prevailing Wage Rate Table 55 c. Insurance ACORD Fonn(s) 56 d. Payment Bond 57 e. Performance Bond 58 f. Maintenance Bond 59 g. Power of Attorney for the Bonds 60 h. Worker's Compensation Affidavit 61 i. MBE and/or SHE Utilization Form 62 3. General Conditions. 63 4. Supplementary Conditions. 64 5. Specifications specifically made a part of the Contract Documents by attachment 65 or, if not attached, as incorporated by reference and described in the Table of 66 Contents of the Project's Contract Documents. 67 6. Drawings. 68 7. Addenda. 69 8. Documentation submitted by Contractor prior to Notice of Award. 70 9. The following which may be delivered or issued after the Effective Date of the 71 Agreement and, if issued, become an incorporated part of the Contract Documents: 72 a. Notice to Proceed. 73 b. Field Orders. 74 c. Change Orders. 75 d. Letter of Final Acceptance. 76 77 Article 6. INDEMNIFICATION CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101846 Revised 11.15.17 005243-3 Agreement Page 3 of 6 78 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 79 expense, the city, its officers, servants and employees, from and against any and all 80 claims arising out of, or alleged to arise out of, the work and services to be performed 81 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 82 under this contract. This indemnification provision is specifically intended to operate 83 and be effective even if it is alleged or proven that all or some of the damages being 84 sought were caused, in whole or in part, by any act, omission or negligence of the city. 85 This indemnity provision is intended to include, without limitation, indemnity for 86 costs, expenses and legal fees incurred by the city in defending against such claims and 87 causes of actions. 88 89 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 90 the city,its officers,servants and employees,from and against any and all loss,damage 91 or destruction of property of the city,arising out of,or alleged to arise out of,the work 92 and services to be performed by the contractor, its officers, agents, employees, 93 subcontractors, licensees or invitees under this contract. This indemnification 94 provision is specifically intended to operate and be effective even if it is alleged or 95 proven that all or some of the damages being sought were caused in whole or in part 96 by any act, omission or negligence of the city. 97 98 Article 7. MISCELLANEOUS 99 7.1 Terms. 100 Terms used in this Agreement which are defined in Article I of the General Conditions will 101 have the meanings indicated in the General Conditions. 102 7.2 Assignment of Contract. 103 This Agreement, including all of the Contract Documents may not be assigned by the 104 Contractor without the advanced express written consent of the City. 105 7.3 Successors and Assigns. 106 City and Contractor each binds itself, its partners, successors, assigns and legal 107 representatives to the other party hereto, in respect to all covenants, agreements and 108 obligations contained in the Contract Documents. 109 7.4 Severability. 110 Any provision or part of the Contract Documents held to be unconstitutional, void or 111 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 112 remaining provisions shall continue to be valid and binding upon CITY and 113 CONTRACTOR. 114 7.5 Governing Law and Venue. I15 This Agreement, including all of the Contract Documents is performable in the State of 116 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 117 Northern District of Texas,Fort Worth Division. CITY OF FORT WORTH 2019 Onit Price Construction Contract STANDARD CONSTRUCTION SPFCIFICATION DOCUNENTS City Project No. 101846 Revised 11.15.17 005243-4 Agreement Page 4 of 6 118 7.6 Authority to Sign. 119 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 120 than the duly authorized signatory of the Contractor. 121 122 7.7 Prohibition On Contracts With Companies Boycotting Israel. 123 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 124 Code, the City is prohibited from entering into a contract with a company for goods or 125 services unless the contract contains a written verification from the company that it: (1) 126 does not boycott Israel; and(2)will not boycott Israel during the term of the contract. 127 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 128 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 129 certifies that Contractor's signature provides written verification to the City that 130 Contractor. (1) does not boycott Israel; and(2) will not boycott Israel during the term of 131 the contract. 132 133 7.8 Immigration Nationality Act. 134 Contractor shall verify the identity and employment eligibility of its employees who 135 perform work under this Agreement, including completing the Employment Eligibility 136 Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of 137 all I-9 forms and supporting eligibility documentation for each employee who performs 138 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 139 establish appropriate procedures and controls so that no services will be performed by any 140 Contractor employee who is not legally eligible to perform such services. 141 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 142 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 143 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 144 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 145 Contractor, shall have the right to immediately terminate this Agreement for violations of 146 this provision by Contractor. 147 148 7.9 No Third-Party Beneficiaries. 149 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 150 and there are no third-party beneficiaries. 151 152 7.10 No Cause of Action Against Engineer. CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised 11.15.17 005243-5 Agreement Page 5 of 6 153 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 154 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 155 subcontractors, for any claim arising out of, in connection with, or resulting from the 156 engineering services performed. Only the City will be the beneficiary of any undertaking by 157 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 158 whether as on-site representatives or otherwise, do not make the Engineer or its personnel 159 in any way responsible for those duties that belong to the City and/or the City's construction 160 contractors or other entities, and do not relieve the construction contractors or any other 161 entity of their obligations, duties, and responsibilities, including, but not limited to, all 162 construction methods, means, techniques, sequences, and procedures necessary for 163 coordinating and completing all portions of the construction work in accordance with the 164 Contract Documents and any health or safety precautions required by such construction 165 work. The Engineer and its personnel have no authority to exercise any control over any 166 construction contractor or other entity or their employees in connection with their work or 167 any health or safety precautions. 168 I69 SIGNATURE PAGE TO FOLLOW 170 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101846 Revised 11.15.17 005243-6 Agreement Page 6 of 6 171 172 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be 173 effective as of the date subscribed by the City's designated Assistant City Manager ("Effective 174 Date"). 175 Contractor: U,rbaAgnfr of%S' U=1HM+ City of Fort Worth LUI By: J�2� Susan Alanis By: Assistant City Manager (Signatur Date A-Pivv> et kA-K- Attest: V0R-r (Printed Name) City Se re , Title: C 20 (Seal) Address:a���2- "F;4m r0A �61 l M&C G--- ,2 90 A l Date. 2/5/2019 ' Form 1295 No. 2018-436214 City/State/Zip: Contract Compliance Manager: By signing, I acknowledge that I am the person if responsible for the monitoring and Date administration of this contract, including ensuring all performance and reporting requirements. TariquI Islam —_ (Project Manager) Approved as to Form and Legality: & 4z: Douglas W.Black Assistant City Attorney 176 177 qS IsPROV L REC ME's DED: 178 179 � 180 t Cooke 181 INTERIM DIRECTOR, 182 Transportation and Public Works 183 OFFICIAL RECORD CcV SECRETARY CITY OF FORT WORTH 2 V f t n N , s on ontract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS i p0j 101846 Revised 11.15.17 1 Bond No.2282335 006113-1 PERFORMANCE 13OND Page t of SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Urban Infraconstruction.LLC, known as"Principal"herein and S North American Specialty 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 WoAh,a municipal corporation created 11 pursuant to the laws of Texas,known as"City"herein,in the penal sum of, ONE MILLION AND 12 00/100 DOLLARS ($1,000,000.00), lawful money of the United States,to be paid in Fort Worth, 13 Tarrant County,Texas for the payment of which sum well and truly to be made,we bind 14 ourselves,our heirs, executors,administrators,successors and assigns,jointly and severally, t5 firmly by these presents. 16 WHEREAS,the Principal has entered into a certain written contract with the City t7 awarded the 5th day of Febru r, 2019,which Contract is hereby referred to and made a part 18 hereof for all purposes as if fully set forth herein,to furnish all materials,equipment labor and 19 other accessories defined by law, in the prosecution of the Work,including any Change Orders, 20 as provided for in said Contract designated as 2019 STREET AND BRIDGE IMPROVEMENTS 21 —UNIT PRICE CONSTRUCTION QONTRACT Project No. 101846. 22 NOW,THEREFORE,the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects duly and 24 faithfully perform the Work, including Change Orders,under the Contract,according to the plans, 25 specifications, and contract documents therein referred to,and as well during any period of 26 extension of the Contract that may be granted on the part of the City,then this obligation shall be 27 and become null and void,otherwise to remain in full force and effect. 28 PROVIDED FURTHER,that if any legal action be filed on this Bond, venue shall lie in 29 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 30 Worth Division. CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION!.DOCUMENTS City Project No.101846 Revised July I,2011 0061 13-2 PERFORMANCE BOND Page 2 of 2 I 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 SIGNET]and SEALED 5 this instrument by duly authorized agents and officers on this the 7th day of 6 February -2019 7 PRINCIPAL: 8 Urban Infraconstruction. I. 9 10 11 BY: 12 SignaVVV 13 ATTEST: 14 15 4UTame:and �A W)rA 1 16 (Principal)Secretary Title H 18el Address:2512 Gravel Dr, 19 � Fort W¢rth,Texas 76118 20 21 22 Witness as to Principal 23 SURETY: 24 North American Specialty Insurance Company 25 26 27 B .0 1 28 Signature 29 30 Andrea Rose Crawford,Attorney-in-Fact 3I Name and Title 32 33 Address: 5200 Metcalf OPN111 _ 34 Overland Park, KS 66202 35 36 37 Wiftness as to Surety Telephone Number: 913-676-5200 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 2019 Unit Price Construction Contraet STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101046 Revised July 1,2011 Bond No.2282335 006114-I PAYMENT BOND Pagc 1 oft 1 SECTION 00 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, Urban Infraconstruction._LM known as "Principal" herein, and 8 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 ONE MILLION AND 00/10DOLLARS ($L00.0.00_0.00), lawful money of the 13 United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum 14 well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and 15 assigns,jointly and severally,firmly by these presents: 16 WHEREAS, Principal has entered into a certain written Contract with,City, awarded the 17 5th day of February, 2019 which Contract is hereby referred to and made a part hereof for all 18 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other 19 accessories as defined by law,in the prosecution of the Work as provided for in said Contract and 20 designated as 2019. STREET AND BRIDGE HAPRQYEMEENTS P IC'E 21 CONSTRUCTION CONTRACT,CitX Project No. 101,846. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Projcct No.101845 Revised July 1,2011 0061 14-2 PAYMENTEOND 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 7th day of 3 February 02019 4 PRINCIPAL: Urban Infraconstruction. LLC ATTEST: BY: Signator r' ^!' Z (Principal)Secretary Name an Titie Address: 251 Gravel Dr. Fort Worth,Texas 76118 Witness as o Principal SURETY: North American Specialty Insurance Company ATTEST: BY: , ". k P K)Jt l J&Lk Signature Andrea Rose Crawford,Attorney-in-Fact (Surety)Secretary Name and Title Address: 5200 Metcalf OPN111 Overland Park KS 66202 Witness 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. 11 END OF SECTION 12 CITY OF FORT WORTH Unit Price Consteuction Contrast STANDARD CONSTRUCTION SPECIFICATION DOCLWFNTS City Project No.101846 Revised July 1,20 t 1 Bond No. 2282336 0061 t9-I i MAINTENANCE BOND Page I of 3 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Urban Infraconstruction, LLC, known as"Principal"herein and 9 North American Specialty insurance Company ,a corporate surety(sureties, if more than 10 one) duly authorized to do business in the State of Texas,known as"Surety"herein(whether one 11 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant.to the laws of the State of Texas,known as"City"herein, in the sum of ONE MILLION 13 AND 00000 DOLLARS ($1.000,000.00),lawful money of the United States, to be paid in Fort 14 Worth,Tarrant County, Texas,for payment of which sum well and truly be made unto the City 15 and its successors,we bind ourselves,our heirs,executors,administrators,successors and assigns, 16 jointly and severally,firmly by these presents. 17 18 WHEREAS,the Principal has entered into a certain written contract with the City awarded 19 the 5th day of February, 2019,which Contract is hereby referred to and a made part hereof for all l 20 purposes as if fully set forth herein,to furnish all materials,equipment labor and other accessories I 21 as defined by law,in the prosecution of the Work, including any Work resulting from a duly 22 authorized Change Order(collectively herein,the"Work")as provided for in said contract and 23 designated as 2019 STffEEJ AND BRIDGE IMPR —UNIT PRI 24 CONSTRUCTION CONTRACT,Gityrr_oject No. 1018461;and 25 26 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 27 accordance with the plans, specifications and Contract Documents that the Work is and will 28 remain free from defects in materials or workmanship for and during the period of two(2)years 29 after the date of Final Acceptance of the Work by the City("Maintenance Period");and 30 31 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 32 upon receiving notice from the City of the need therefor at any time within the Maintenance 33 Period. 34 CITY OF FORT WORTH 2019 Unit Price ConstmCtion Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pra}eet No.10I84 Revised July 1,2011 0061 19-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE,the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City,to a completion 3 satisfactory to the City,then this obligation shall become null and void;otherwise to remain in 4 full force and effect. 5 6 PRO'VEDED,HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 11 PROVIDED FURTHER,that if any legal action be filed on this Bond,venue shall lie in 12 Tarrant County,Texas or the United States District Court for the Northern District of Texas,Fort 13 Worth Division;and 14 15 PROVIDED FURTHER,that this obligation shall be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CrrY OF FORT WORTH 2019 Unit Price Construction Comma STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 00 61 19.3 MAINTENANCE BOND Page 3 of 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 7th day of 3 February ,20 19 4 5 PRINCIPAL: Urban Infraconstruction.LLC 7 8 9 BY; f N1 I AAV t0 Si 11 ATTEST: is ��,•►�-,a� r C�c� 14 (Principal)Secretary Vame and Title 15 16 Address:2512 Gravel Dr. 17bort Worth Texas 7611is $ 19 0n � 19 20 Witness as to Principal 21 SURETY: 22 North American Specialty Insurance Company 23 i 24 r 25 BY: - l 26 Signature 27 28 Andrea Rose Crawford,Attorney-in-Fact 29 ATTEST: Name and Title 30 31 .. Address: 5200 Metcalf OPN111 32 (Surety)Secretary �� Overland Park, KS 66202 33 l 34 35 Witness as to Surety Telephone Number: 913-676-5200 36 37 *Note: If signed by an officer of the Surety Company,there most 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 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Na 141846 Revised July 1,2011 5 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,CHERI LYNN IRBY,WILBERT RAYMOND WATSON,MICHAEL L.TULLIS,SANDRA LEF RONEY,DEBRA LLE MOON, ANDREA ROSE CRAWFORD,MARY JO ZAKRLL'WSKI,JAMES B.ROGERS,JR.,TROY RUSSELL KEY,LINDA MICHELLE STALDERAND 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 decd,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($125,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24,2000 and Westport Insurance Corporation by written consent of its Executive Committee dated July 18,2011. "RESOLVED,that any two of the President,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." 5�NIIONA('�y`°� VW•w �i �•"FtPO S' r�;dAI'aRq'•.,G :Gd R4j•,Gsp� sy .,_. 4J1 SEALtt`: Steven n erson,Senior icePresidentoWashington InternationalInsurance Company r i• [� ~' &Senior Vice President of North American 5 ceialt Insurance Cam an SERI. :75 t77 '�$ P Y P Y zwi$ 1973 w;�_ cD:, •ri &Senior Vice Presidentor/1j5'e/s[port Insurance Corporation By Mike A.Ito,Senior Vice President or Washington International Insurance Company III111I1 as}x &Senior Vice president of North American Specialty Insurance Company V�rklllltln &Senior Vice President of Westport Insurance Corporation 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 20 18 • North American Specialty Insurance Company Washington International Insurance Company State of Illinois Westport Insurance Corporation County of Cook SS.' On this 20th day of _August 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. OFFICIAL SEAL 1A,l(EiqNY NptaryPuhtir-Slalenflllinai•: — hJy Commission£grires y 124412021 M.Kenny,Notary I Ithlir 1, 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 Insurance 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 71h day of February 20 19 Jeffrey Goldberg,Vice President&Assistant Secretary of Washington International Insurance Company& North American Specialty Insurance Company&Vice President&Assrsrarrt Secretary of Westport Insurance Corporation q�®. DATE(NMIODIYYYY) CERTIFICATE OF LIABILITY INSURANCE 2/8/2019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE 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 Brittanie Westbrooks FAX Mullis Newby Hurst PHONE Ext: (972)201-0133 AIC No: ('72)2D' 0123 5057 Keller Springs Rd Ste 400 ADDRESS:bwestbrooks@mnhins.com INSURER(S) AFFORDING COVERAGE NAIC# Addison TX 75001 INSURERA:Markel American Insurance 28932 INSURED INSURER B:Colonial County Mutual Ins Co 29262 Urban Infraconstruction, LLC INSURERC:RSUI Indemnity Company 22314 2512 Gravel Drive INSURERD:Texas Mutual Insurance Co. 22945 Building 18 INSURER E:Travelers Ins. Co. 256740 Fort Worth TX 76118 INSURER F: 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE 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. INSR ADDLTYPE OF INSURANCE IVSD SUER POLICY NUMBER MMIDDPOLICYIYYYY IEFF POLICY EXP LTR MMlDD1YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED A CLAIMS-MADE X OCCUR PREMISES Ea occurrence $ 50,000 3C52763 7/1/2018 7/1/2019 MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,0013 GEN'LAGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY �JFC ❑LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITYGOk4ffi ED SINGLE LIMIT $ 1,000,000 Fa accident X ANYAUTO BODILY INJURY(Per person) $ B ALL OWNED SCHEDULED AUTOS AUTOS ACP3018310092 7/1/2016 7/1/2019 BODILY INJURY(Per accident) $ NON-OWNED PROPERTY DAMAGE X HIREDAUTOS Ix AUTOS Per accident $ UM13RELLALIAB X OCCUR EACH OCCURRENCE $ 2,000,000 C rANNY EXCESS LIAB CLAIMS-MADE AGGREGATE $ 2,000,000 DED RETENTION $ NHA083375 7/1/2018 7/1/2019 $ KERS COMPENSATION X PER OTH- EMPLOYERS'LIABILITY YIN STATUTE ER PROPRIETORIPARTNERIEXECUTIVE E.L.EACH ACCIDENT $ 1,000,000 CERIMEMBER EXCLUDED? ❑ N!A D datory in NH) 0001313229 7/1/2018 7/1/2019 E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 E Contractors Equipment QT6602e257806 7/1/2018 7/1/2019 Owned Per Schedule an file Leased/Rented $150,000 DESCRIPTION OF OPERATIONS I LOCATIONS!VEHICLES ( 101,Additiona)Remarks Schedule,may be attached if more space is required) RE: 2019 Street and Bridge Improvements Certificate Holder Includes: City of Fort Worth CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Fort Worth THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN 200 Texas St ACCORDANCE WITH THE POLICY PROVISIONS. Fort Worth, TX 76102 AUTHORIZED REPRESENTATIVE Douglass Reed/SRITTA ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD INS025(201401) 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 CO 20 10 07 04 THIS ENDORSEMENT CHANCES 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) pr or anization s : Location(s)Of Covered Operations As required by written contract executed by both parties All Locations prior to loss Information required to complete this Schedule, if not shown above,will be shown In the Declarations. A. Section 11 — Who Is An Insured is amended to S. With respect 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- 1. Your acts or omissions;or ment furnished in connection 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 worts" 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 13 COMMERCIAL GENERAL LIABILITY CG 20 01 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY ANIS NONCONTRIBUTORY- OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART 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 contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the This Insurance is primary to and will not seek additional insured. contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional Insured is a Named Insured under such other Insurance;and GG 20 0104 13 0 Insurance Services Office, Inc.,2012 Page 1 of 1 COMMERCIAL GENERAL LIABILITY idl POLICY NUMBER. 3C52763 11MM EVANSTON INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, BLANKED' 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 Flame Of Person Or Organization: Any person(s)or organization(s)with whom 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 — Commercial General Liability 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 0241-0106 16 Includes copyrighted material of insurance Services Office, Inc., Page 1 of 1 with its permission. COMMERCIAL GENERAL LIABILITY POLICY NUMBER: 3052763 MARW EVANSTON INSURANCE COMPANY THIS ENDORSEMENT CHANCES 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 Rays: 64 Days The following is added to the Cancellation condition. We 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 07 16 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1 with Its permission. /1/2018-7/1/,2019 jlicy# ACP3018310092 COMMERCIAL AUTO AC 70 06 03 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO PROTECTION m 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— Nonowned Autos D. Additional Insured by Contract, Permit or Agreement E. Supplementary Payments—Bail Bonds F. Supplementary Payments—Loss of Earnings G. Personal Effects and 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 SATX30-0-8310092 517Z 17180 INSURED COPY AC7006031600 0001 46 0018261 COMMERCIAL AUTO AC 70 06 03 16 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 provisions) 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 furnish these bonds. surance available to that organization. Coverage F. SUPPLEMENTARY PAYMENTS — LOSS OF under this provision is afforded until the 1801" 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. d. 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 11 — 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 In- an amount not exceeding$500 in any one "acci- sured of SECTION II — 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 III - 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 II — COVERED AUTOS LIABILITY COVERAGE: Page 2 of 7 Includes copyrighted material of Insurance Services Office, Inc. AC 70 06 0316 with its permission ACP BATX30-0-8310092 517Z 17180 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 passengertype, 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 passengertype, period of time after the offer. for towing and labor costs incurred each I. FELLOW EMPLOYEE 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 lease, hire, rent or borrow without a driver; and on the loan or lease, including up to a max- provisions in the Business Auto Coverage Form imum of $500 for 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. 'I) Overdue leaselloan 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 3) Security deposits not refunded by a AUTOS: 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 while used with 5) Carry-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 a. Breakdown; is also covered under this policy for Com- 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 INSURED COPY AC7006031600 0001 46 0018263 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 sole collateral. We will 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" O. 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 III — 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 smallest)deductible. damaged or stolen property. If a Comprehensive or Specified Causes of Loss 2. $20x0 is 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 ment that reproduces, receives or transmits deductible applicable to those coverages will be audio, visual or data signals which, at the time of"loss", is: applied to the "accident," if the cause of the loss 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 AA.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 03 16 with its permission. ACP BATX30-0.8310092 517Z 17180 INSURED COPY AC7006031601) 0001 46 0018264 COMMERCIAL AUTO AC 70 06 03 16 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 property, we will b. Loss of Use Expenses value auto advertising wraps, paint customi- For Hired 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 Ill — PHYSICAL (2) Specified Causes of Loss only if DAMAGE COVERAGE: the Declarations indicate that 5. The provisions of paragraphs Land 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- 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- hicle" to which this coverage applies, we will "auto." pay at your option: However, the most we will pay for any a. The verifiable "new vehicle" purchase expenses for loss of use is $50 per day, to a price you paid for your damaged vehi- maximum of$1,500.The insurance provided cle, not including any insurance or war- by this provision is excess over any other ranties purchased; collectible insurance. 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 BATX30-0-8310092 5172 17180 INSURED COPY AC7006031600 0001 46 0018265 COMMERCIAL 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 Expenses 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, lapse or cancellation is directly of any ordinance or law that re- quires any insured or others to caused by the suspension of your business, test for, monitor, clean up, re- we will cover such "loss" that affects your move, contain, treat, detoxify e- business income. We will not pay under this d s or neutralize or in any way respond coverage if you do not repair or replace the to neutut assess the effects re pond covered "auto". You must resume all or park tants. The expiration date of this pollu- of your business as quickly as possible. If policy will not cut short the peri- you have other autos you can use to reduce the amount of loss payable under this cov- od of restoration. 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 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 $10,400 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; (4) An executive officer or insurance or manager, if you are a corporation. (b) Immediately after the time of b. Your obligation in the. Duties in the Event loss for Extra Expense of Accident, Claim, Suit or Loss Condition Coverage;and 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 BATX30.0-6310092 517Z 17180 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 locksmith must be provided before X. HIRED CAR—COVERAGE TERRITORY reimbursement is payable. Item (5) of the Policy Period, Coverage Territory Z. CANCELLATION CONDITION GeneralCondiionisreplaced bythe following: Paragraph A.2. of the COMMON POLICY (5)Anywherein the world if a covered"auto" CONDITION — CANCELLATION applies except is leased,hired,rented or borrowed without a as follows: driverfor 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 those states that require more than 60 days prior these provisions: notice of cancellation. 1. Your door key, electronic key or key entry pad has been lost, stolen or locked in your AC 70 06 03 16 Includes copyrighted material of Insurance Services Office, Inc. Page 7 of 7 with its permission 0 ACP BATX30- -8310092 517Z 17180 INSURED COPY AC7006031600 0001 46 0098267 1/1/2018-7/1/2019 'olicy# ACP3018310092 COMMERCIAL AUTO CA 02 43 11 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS CHANCES 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,conservator or receiver. a. By 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 policyholderis 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 517Z 17180 INSURED COPY CA0243111301 9001 46 0018276 5. 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 last 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 O Insurance Services Office, Inc., 2013 CA 02 43 11 13 ACP BATX30-0-8310092 517Z 17180 INSURED COPY CA0243111301 0001 46 0018277 T Inv ®R ext,q, smutuai 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. ( ) Specific Waiver Name of person or organization (X)Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 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 organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page 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 subsequent to preparation of the policy.) This endorsement,effective on i/1/2a at 12:01 a.m.standard time,farms a part of: Policy no. 0001313229 of Texas Mutual Insurance Company effective on 7/1/18 Issued to: URBAN INFRACONSTRUCTION, LLC. This is not a bill Authorized representative NCC!Carrier Code: 29939 PO Box 12058,Austin,TX 78711-2058 1 of 1 texasmutual.corn 1 (800)859-59951 Fax(800)359-0550 WC 42 03 04 B ® WORKERS' COMPENSATION AND EMPLOYERS Tei LIABILI-i-Y INSURANCE POLICY sm4uai WC 42 06 07 TEXAS NOTICE OF MATERIAL. CHANCE 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 LIST ON FILE This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different dans 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 on 7/01/2018 at 12:01 A.M.standard time,forms a part of Policy No. 000131-3229 of the Texas Mutual Insurance Company Issued to Endorsement No. i Premium$ 0 ,00 NCCI Carrier Code 29939 Authorized Representative WC420601 (ED.1-94) I NSURED'S COPY STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febniuy 2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1 —Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology............................................................................................................... ........6 Article2—Preliminary Matters.........................................................................................................................7 2.01 Copies of Documents.................................. .. ................ ..............................7 2.02 Commencement of Contract Time; Notice to Proceed................................................................7 2.03 Starting the Work..........................................................................................................................8 2.04 Before Starting Construction........................................................................................................8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting..............................................................................................................................8 2.07 Initial Acceptance of Schedules....................................................................................................8 Article 3—Contract Documents: Intent,Amending,Reuse............................................................................8 3.01 Intent.......................................................................................... ........................8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies.......................................................................................9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents ...................................................................................................................10 3.06 Electronic Data............................................................................................................................I 1 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.......................................................I......................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 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy 2,2016 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...................................................................124 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties...........................................................................................................26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes ...........................................................................................................................................28 6.12 Use of Site and Other Areas .......................................................................................................28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs .............................................................................................30 6.17 Emergencies and/or Rectification...............................................................................................30 6.18 Submittals........................................................................................................................ ••----31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services ..............................................................................34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article 7-Other Work at the Site.......................................................... .....•---.......---.......35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8-City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due ................................................................................................ .....36 ....................... 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities .......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9-City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager ............................................................................................................37 9.02 Visits to Site................................................................................................................................37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work.....................38 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxuary2,2016 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.................................................................46 12.01 Change of Contract Price......................•.....................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13 -Tests and Inspections; Correction, Removal or Acceptance of Defective Work......................48 13.01 Notice of Defects ........................................................................................................................48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections.................................. ............................... ...48 ..................... 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................50 13.08 Acceptance of Defective Work...................................................................................................51 13.09 City May Correct Defective Work.............................................................................................51 Article 14-Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments ............................................................................... ...52 .................................... 14.03 Contractor's Warranty of Title...................................................................................................54 14.04 Partial Utilization........................................................................................................................55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance..........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release ........................................................56 14.09 Waiver of Claims........................................................................................................................57 Article 15 -Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work............................... ...........................................................................57 15.02 City May Terminate for Cause...................................................................................................58 15.03 City May Terminate For Convenience.......................................................................................60 Article 16--Dispute Resolution......................................................................................................................61 16.01 Methods and Procedures.............................................................................................................61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febntiuy2,2016 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. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award–Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding Documents—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements—The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form,if any, and the Bid Form with any supplements. 10. Business Day – A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw–City's on-line, electronic document management and collaboration system. 12. Calendar Day–A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:FebnumyZ2016 007200-1 GENERAL CONDMONS 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 supersedes prior negotiations,representations, 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 11.03 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 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 third party, City or Contractor exclusive of a Contract Claim. 26. Day or day—A day,unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth,Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant,or agents. 31. Director of Water Department— The officially appointed Director of the Water Department of the City of Fort Worth,Texas, or his duly appointed representative, assistant, or agents. 32. Drawings That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer—The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work -- Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT'WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;Febrmy2,2016 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 I 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, rules, 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. C=OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F )tu wy 2,2016 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals—All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. 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 a.m. 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 furnishing, 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:Febnuuy 2,2016 007200-f 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 b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2--PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time;Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F Wimy2,2016 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,AMENDING,REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in farm, 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:Febnary2,2016 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes,Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 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 govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized,by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CrfY OF FORT WORTH STANDARD CONSTRUCTION SPECIRCATEON DOCUMENTS Revision:Fdx=y2,2016 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies,the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revision:Febmaty2,2016 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members,partners,employees, agents,consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data,interpretations, opinions,or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February2,2016 007200-1 GENERAL CONDITIONS Page 13 ar63 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 fallowing 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 PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmazy 2,2016 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members,partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:13chm y2,2016 007200-1 GENERAL CONDITIONS Page 15 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 whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action,if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. if after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for wham Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fehnury2,2016 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5—BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (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:FebmaryZ 2016 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement,which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property&Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: V1I in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required,written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims-made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In MY OF FORT"WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:F'e o=y2,2016 00 72 00-1 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 perforrned 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 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febaary2;2016 007200-I GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non-owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured.There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6—CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. Cn X OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor, Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all 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 pen-nit 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 perforin 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:Fehnuary2,2016 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 0132 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:F&Amy2,2016 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 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision;F xu"2,2016 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance,repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: if a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute meads, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.B. City may require Contractor to furnish additional data about the proposed substitute. City will be the sole judge of acceptability. No "or-equal" or substitute will be ordered, installed or utilized until City's review is complete, which will be evidenced by a Change Order in the case of a substitute and an accepted Submittal for an "or-equal." City will advise Contractor in writing of its determination. D. Special Guarantee: City may require Contractor to furnish at Contractor's expense a special performance guarantee, warranty, or other surety with respect to any substitute. Contractor shall indemnify and hold harmless City and anyone directly or indirectly employed by them from and against any and all claims, damages, losses and expenses (including attorneys fees) arising out of the use of substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. 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 SPECTFICATION DOCUMENTS Revision:Fcbmary 2,2016 00 72 00-I 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 6.06.0). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. if the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance(as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fcbnmiy 2,2016 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 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the 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. C1TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmauy Z 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 11th day after the date that arbitration is required, a district court shall appoint an arbitrator on the petition of any of the persons. The City is not a party in the arbitration. The decision and award of the arbitrator is final and binding on all parties and may be enforced in any court of competent jurisdiction. E. Records to be Maintained. The Contractor and each Subcontractor shall, for a period of three (3) years following the date of acceptance of the work, maintain records that show (i) the name and occupation of each worker employed by the Contractor in the construction of the Work provided for in this Contract; and (ii) the actual per diem wages paid to each worker. The records shall be open at all reasonable hours for inspection by the City. The provisions of Paragraph 6.23, Right to Audit, shall pertain to this inspection. F. Progress Payments. With each progress payment or payroll period, whichever is less, the Contractor shall submit an affidavit stating that the Contractor has complied with the requirements of Chapter 2258,Texas Government Code. G. Posting of Wage Rates. The Contractor shall post prevailing wage rates in a conspicuous place at all times. H. Subcontractor Compliance. The Contractor shall include in its subcontracts and/or shall otherwise require all of its Subcontractors to comply with Paragraphs A through G above. 6.08 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of City, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by City in the Contract Documents. Failure of the City to disclose such information does not relieve the Contractor from its obligations to pay for the use of said fees or royalties to others. B. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fcnnary2,2016 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.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages {including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmiy 2,2016 007200-1 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 Tees 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 shalt be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin,TX 78711; or 2. http://www.window.state.tx.us/taxinfo/taxforms/93-forms.htmt 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or casement 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:F!bnkvyZ 2016 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 5.21, Contractor shall indemnify and hold harmless City,from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CTrX OF FORT WORTH STANDARDCONSTRUC'UON SPECIFICATION DOCUMENTS Revision!Febmary 2,2016 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 and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECTRCAT[ON DOCUMENTS Revision:Fdxuary2,2016 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. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will 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 6.18.0. 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. d. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. For-Information-Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier,pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.0. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Rlmiary2,2016 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmay2,2016 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5, any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13.The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, Iicenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED,_IN WHOLE_OR IN PART, BY ANVACT, OMISSION OR NEGLIGENLE 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:Febnm-y 2,2016 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED. IN WHOLE OR IN PART, _BY—_ANY ACT. . OMLSSION OR NEGLIGENCE OF THE CITY, 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdhmazy2,2016 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 Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7--OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdx uuy 2,2016 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site,the following will be set forth in Supplementary Conditions: 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, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9—CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is < insert name here >, or his/her 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 8.07. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febmary2,2016 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 shalt 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 for Work Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10—CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time,to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. MY OF FORT WORTH STANDARD CONSTRIUCTIDN SPECIFICAT[ON DOCUMENTS Revision:FebmmyZ 2016 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 13.09, or(iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work 'after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fcbruary 2,2016 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any,take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmry 2,2016 007200-I GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11—COST OF THE WORK;ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Casts Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.0l.B, 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.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febtuary2,2016 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 CONSTRUC'HON SPECIFICATION DOCUMENTS Revision:F&nkayZ 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. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.I or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shalt be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.13, Contractor wilt 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 SPECIFICAI70N DOCUMENTS Revision:FFebrmy Z 2016 00 72 00-1 GENERAL CONDITIONS Page 44 of 63 a. the pre-bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre-bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. if the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February Z 2016 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 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 Puns 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:Febmauy 2,2016 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12-- CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit(determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.01.A.2. and 11.01.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 11.01.A.5, the Contractor's fee shall be five percent(5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fel n 2,2016 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 (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material,if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13--TESTS AND INSPECTIONS; CORRECTION,REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re-tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re-tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxumy 2,2Q 16 007200-1 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:Febmary 2,2016 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 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others)will be paid by Contractor. CITY OF FORT WORTH STANDARDCONSTRUCCION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 00 72 00-1 GENERAL CONDITIONS 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, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxuary 2,2016 00?200-I 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:F btuary 2,2016 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: L City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors,requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c, the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OR PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febwmy 2,2016 00 72 00-1 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 (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxuary2,2016 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 STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnmy2,2016 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied(except as previously delivered)by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b, consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so conf tins, 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 SPECT RCATION DOCUMENTS Revision:FdxumyZ 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 TERNIINATION 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. CTTY OF FORT WORTH STANDARD CONSrRUCT1ON SPECIFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 5$of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation,may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011 established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature,the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences 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 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA,TTON DOCUMENTS Revision:Fdximy Z 2016 00 72 00-i 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 lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than. 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS Revision:February 2,2016 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim,demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2, place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner.has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCIMON SPECIFICATION DOCUMENTS Revision:Febmary2,2016 00 72 00-1 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.D shall become final and binding 30 days after termination of the mediation unless,within that time period, City or Contractor: CnY OF FORT WOXEH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnwy 2,2016 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17—MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving 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. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. C'rrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Febnimy 2,2016 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision:Fdxiary 2,2016 00 73 00-1 SUPPLEMENTARY CONDITIONS Page 1 of 5 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 Supplementary Conditions 6 7 These Supplementary Conditions modify and supplement Section 00 72 00-General Conditions, and other 8 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 9 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 10 of the General Conditions which are not so modified or supplemented remain in full force and effect. 11 12 Defined Terms 13 14 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 15 meaning assigned to them in the General Conditions,unless specifically noted herein. 16 17 Modifications and Supplements 18 19 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 20 other Contract Documents, 21 22 SC-3.03B.2,"Resolving Discrepancies" 23 24 Plans govern over Specifications. 25 26 SC-4.01A 27 28 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 29 Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the 30 Contract Drawings. 31 32 SC-4.01A.1.,G°Availability of Lands" 33 34 The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of 35 September 18,2018: 36 37 Outstanding Right-Of-Way,and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION NONE 38 The Contractor understands and agrees that the dates Iisted above are estimates only, are not guaranteed, 39 and do not bind the City. 40 41 If Contractor considers the final easements provided to differ materially from the representations on the 42 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 43 notify City in writing associated with the differing casement line locations. 44 45 SC-4.01A.2,"Availability of Lands" 46 47 Utilities or obstructions to be removed,adjusted,and/or relocated CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101946 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 2 The following is list of utilities and/or obstructions that have not been removed,adjusted,and/or relocated 3 as of September 18,2018 4 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT NONE 5 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 6 and do not bind the City. 7 8 SC-4.02A.,"Subsurface and Physical Conditions" 9 10 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 11 12 A"None"Report No. ,dated ,prepared by"None",a sub-consultant of"None" a 13 consultant of the City,providing additional information on"None" 14 15 The following are drawings of physical conditions in or relating to existing surface and subsurface 16 structures(except Underground Facilities)which are at or contiguous to the site of the Work: 17 "None" 18 19 SC-4.06A.,"Hazardous Environmental Conditions at Site" 20 21 The following are reports and drawings of existing hazardous environmental conditions known to the City: 22 "None" 23 24 SC-5.03A.,"Certificates of Insurance" 25 26 The entities listed below are "additional insureds as their interest may appear"including their respective 27 officers,directors,agents and employees. 28 29 (1) City 30 (2) Consultant"None" 31 (3) Other: "None" 32 33 SC-5.04A.,"Contractor's Insurance" 34 35 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 36 coverages for not less than the following amounts or greater where required by laws and regulations: 37 38 5.04A. Workers'Compensation, under Paragraph GC-5.04A. 39 40 Statutory limits 41 Employer's liability 42 $100,000 each accident/occurrence 43 $100,000 Disease-each employee 44 $500,000 Disease-policy limit 45 46 SC-5.04B.,"Contractor's Insurance" 47 CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101946 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 5.04B. Commercial General Liability,under Paragraph GC-5.0413.Contractor's Liability Insurance 2 under Paragraph GC-5.04B.,which shall be on a per project basis covering the Contractor with 3 minimum limits of: 4 5 $1,000,000 each occurrence 6 $2,000,000 aggregate limit 7 8 The policy must have an endorsement(Amendment--Aggregate Limits of Insurance)making the 9 General Aggregate Limits apply separately to each job site. 10 1 I The Commercial General Liability Insurance policies shall provide"X","C", and"U"coverage's. 12 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 13 14 SC 5.04C.,"Contractor's Insurance" 15 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under 16 Paragraph GC-5.04C.,which shall be in an amount not less than the following amounts: I7 18 (1) Automobile Liability-a commercial business policy shall provide coverage on"Any Auto", 19 defined as autos owned,hired and non-owned. 20 21 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 22 least: 23 24 $250,000 Bodily Injury per person/ 25 $500,000 Bodily Injury per accident/ 26 $100,000 Property Damage 27 28 SC-5.04D.,"Contractor's Insurance" 29 30 The Contractor's construction activities will require its employees, agents,subcontractors, equipment, and 31 material deliveries to cross railroad properties and tracks "None" 32 33 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 34 hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 35 or other property. Such operations on railroad properties may require that Contractor to execute a"Right of 36 Entry Agreement"with the particular railroad company or companies involved, and to this end the 37 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 38 the right-of--entry(if any)required by a railroad company. The requirements specified herein likewise relate 39 to the Contractor's use of private and/or construction access roads crossing said railroad company's 40 properties. 41 42 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 43 coverage for not less than the following amounts, issued by companies satisfactory to the City and to the 44 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 45 occupy, or touch railroad property: 46 47 (1) General Aggregate: NIA 48 49 (2) Each Occurrence: NIA 50 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: 54 55 With respect to the above outlined insurance requirements,the following shall govern: CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101846 0073 00-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 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-of-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 1 for the project. 34 35 SC-6.07.,"Wage Rates" 36 37 The following is the prevailing wage rate table(s)applicable to this project and is provided in the 38 Appendixes: GC 6.07 39 2013 Prevailing Wage Rates(Heavy and Highway Construction Projects) 40 41 SC-6.09.,"Permits and Utilities" 42 43 SC-6.09A.,"Contractor obtained permits and licenses" 44 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 45 46 1. City Street Use Permit 47 48 SC-6.0913. "City obtained permits and licenses" 49 The following are known permits and/or licenses required by the Contract to be acquired by the City: 50 "None" 51 52 SC-6.09C. "Outstanding permits and licenses" 53 54 The following is a list of known outstanding permits and/or licenses to be acquired,if any as of September 55 18,2018.- CITY 8,2018:CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICA'T'ION DOCUMENTS 101846 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 2 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION "None" 3 4 5 SC-7.02.,"Coordination" 6 7 The individuals or entities listed below have contracts with the City for the performance of other work at 8 the Site: 9 `None" Vendor Scope of Work Coordination Authority None None None 10 11 12 SC-8.01,"Communications to Contractor" 13 14 None 15 16 SC-9.01.,"City's Project Manager" I7 18 The City's Project Manager for this Contract is Tariqul Islam or his successor pursuant to written 19 notification from the Director of Transportation and Public Works 20 21 SC-13.03C.,"Tests and Inspections" 22 23 "None" 24 25 SC-16.01C.1,"Methods and Procedures" 26 27 "None" 28 29 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative"wording changed to City's Project Manager. CITY OF FORT WORTH 2019 Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101846 011100-1 SUMMARY OF WORK Page 1 of 3 1 SECTION 011100 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 bort Worth Standard Specification 8 C. Related Specification Sections include,but are not necessarily limited to: 9 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 10 2. Division 1 -General Requirements 11 1.2 PRICE AND PAYMENT PROCEDURES 12 A. Measurement and Payment 13 1. Work associated with this Item is considered subsidiary to the various items bid. 14 No separate payment will be allowed for this Item. 15 1.3 REFERENCES[NOT USED] 16 1.4 ADMINISTRATIVE REQUIREMENTS 17 A. Work Covered by Contract Documents 18 1. Work is to include furnishing all labor,materials, and equipment,and performing 19 all Work necessary for this construction project as detailed in the Drawings and 20 Specifications. 21 B. Subsidiary Work 22 1. Any and all Work specifically governed by documentary requirements for the 23 project, such as conditions imposed by the Drawings or Contract Documents in 24 which no specific item for bid has been provided for in the Proposal and the item is 25 -lot a typical unit bid item included on the standard bid item list,then the item shall 26 be considered as a subsidiary item of Work,the cost of which shall be included in 27 the price bid in the Proposal for various bid items. 28 C. Use of Premises 29 1. Coordinate uses of premises under direction of the City. 30 2. Assume full responsibility for protection and safekeeping of materials and 31 equipment stored on the Site. 32 3. Use and occupy only portions of the public streets and alleys, or other public places 33 or other rights-of-way as provided for in the ordinances of the City, as shown in the 34 Contract Documents, or as may be specifically authorized in writing by the City. 35 a. A reasonable amount of tools,materials, and equipment for construction 36 purposes may be stored in such space,but no more than is necessary to avoid 37 delay in the construction operations. CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCITON CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 011100-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be Ieft free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks,the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as apart of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery,plants, 18 lawns,fences,culverts,curbing,and all other types of structures or improvements, 19 to all water, sewer, and gas lines,to all conduits, overhead pole lines, or 20 appurtenances thereof,including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 Iands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation,company,individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act,omission,neglect,or misconduct in the manner or method or 31 execution of the Work,or at any time due to defective work,material,or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight,and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements,including removal,temporary 40 closures and replacement, shall be subsidiary to the-various items bid in the 41 project proposal,unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCITON CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 011100-3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE[NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCI`1°ON CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 012500-1 SUBSTI'T'UTION PROCEDURES Page 1 of 4 1 SECTION 012.5 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 Iimited to: 17 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 —General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 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 30 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 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 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 t) 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 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 - 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is'adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work,to include building 20 modifications if necessary,making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3 - EXECUTION[NOT USED] 29 END OF SECTION 30 Revision Log DATE NAME SUMMARY OF CHANGE 31 CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,101846 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: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 I1 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 26 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 axe equivalent or superior to the 34 specified item. 35 Submitted By: For Use by City 36 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 46 For Use by City: 47 48 Approved Rejected 49 City Date CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 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 Iimited to: 11 1. Division 0—Bidding,Requirements,Contract Forms and Conditions of the Contract 12 2. Division 1—General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. 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 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 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 5. Preliminary Agenda may include; 9 a. Introduction of Project Personnel 10 b. General Description of Project 1I 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 Pre-Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 31 v. Storm Water Pollution Prevention Plan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor 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. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised August 17,2012 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1..6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE[NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] S 1.12 WARRANTY[NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION[NOT USED] I I END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised August 17,2012 013120-1 PROJECT MEETINGS Page 1 of 3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include,but are not necessarily limited to: 12 1. Division 0 Bidding Requirements,Contract Forms and Conditions of the Contract 13 2. Division 1—General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 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 R. 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 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,101846 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 aII 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 m. 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 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 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 SUBMITTALSAWORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDJ 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USEDJ 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 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 01 32 33-1 PRECONSTRUCTION VIDEO Page I of 2 I 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. Preconstraction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily limited to: 11 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 12 2. Division 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 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment,including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USE, 27 1.7 CLOSEOUT SUBMITTALS [NOT USE, 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE[NOT USED] 30 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 31 111. FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2- PRODUCTS [NOT USED] CITE'OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 1 PART 3 - EXECUTION[NOT USED] 2 END OF SECTION 3 Revision Log DATE NAME SUMMARY OF CHANGE 4 CITY OF FORT WORTH 2019 UNTT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 013300-1 SUBMrrrAi,S Page 1 of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work-related submittals: 8 a. Shop Drawings 9 b. Product Data(including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 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. Coordination 24 1. Notify the City in writing, at the time of submittal,of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare,prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal(if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 013300-2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples,utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 01-99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter,A-Z, indicating the resubmission of the same drawing(i.e. 11 A-2nd submission,B=3rd submission,C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission(second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings,product data and samples,including those by 22 subcontractors,prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) `By this submittal,I hereby represent that I have determined and verified 33 field measurements, field construction criteria,materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 t/2 inches x 11 inches to 8 1/2 inches x 1 linches. 38 2. Bind shop drawings and product data sheets together. 39 3, Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items/Table of Contents 44 c. Product Data/Shop Drawings/Samples/Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH 2019 UNrF PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 013300-3 SUBMITTALS Page 3 of 8 1 2, The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number,page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes,but is not necessarily limited to: 17 a. Custom-prepared data such as fabrication and erection/installation(working) 18 drawings 19 b. Scheduled information 20 c. Setting diagrams 21 d. Actual shopwork manufacturing instructions 22 e. Custom templates 23 f. Special wiring diagrams 24 g. Coordination drawings 25 h. Individual system or equipment inspection and test reports including: 26 1) Performance curves and certifications 27 i. As applicable to the Work 28 2. Details 29 a. Relation of the various parts to the main members and lines of the structure 30 b. Where correct fabrication of the Work depends upon field measurements 31 1) Provide such measurements and note on the drawings prior to submitting 32 for approval. 33 G. Product Data 34 1. For submittals of product data for products included on the City's Standard Product 35 List,clearly identify each item selected for use on the Project. 36 2. For submittals of product data for products not included on the City's Standard 37 Product List, submittal data may include,but is not necessarily limited to: 38 a. Standard prepared data for manufactured products (sometimes referred to as 39 catalog data) 40 1) Such as the manufacturer's product specification and installation 41 instructions 42 2) Availability of colors and patterns 43 3) Manufacturer's printed statements of compliances and applicability 44 4) Roughing-in diagrams and templates 45 5) Catalog cuts 46 6) Product photographs CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised Decembor 20,2012 013300-4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections,include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: I1 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2, The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials,fabrication,and installations-in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site,or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1.) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than I hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution(if required in lieu of electronic distribution) CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 013300-5 SUBMr17rALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 c. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples,where required,to the job site file and elsewhere as 18 directed by the City- 19 a, Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors,including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City,except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy,for coordinating the 35 Work with all other associated work and trades,for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance,the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF PORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 01 3300-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however,all notations and comments must be incorporated into the 5 final product. 6 c. Code 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however, all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments,omissions and 14 non-conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense,based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals, will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor, and will be considered "Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete, 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents,then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 fallowing receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections,include, but are not necessarily 8 limited to,complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information(RF1) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information(RFI)form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with"RFI"followed by series number, "-xxx",beginning with"01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required,the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 19 QUALITY ASSURANCE[NOT USED] 35 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS f NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 D13300-8 SUBMITTALS Page 8 of 8 1 PART 2- PRODUCTS [NOT USED] 2 PART 3- EXECUTION[NOT USED] 3 END OF SECTION 4 Revision Lag DATE NAME SUMMARY OF CHANGE 12/20/2012 D.Johnson 1.4.K.8.Working Days modified to Calendar Days 5 CITY OF FORT WORTH 2019 UNIT POLICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 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 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 22 2. Division 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 I. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2. Railroad Flagmen CITY OF FORT wORT11 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification,unless a date is specifically cited. 19 2. Health and Safety Code,Title 9. Safety, Subtitle A.Public Safety,Chapter 752, 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments (NCTCOG)—Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation(TXDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines (more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code,Title 9, Subtitle A, Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage-type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCHON CONTRACT STANDARD CONSTRUCTION SPECrFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 01 35 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 1 a. Notification shall be given to: 2 1) The power company(example: ONCOR) 3 a) Maintain an accurate log of all such calls to power company and record 4 action taken in each case. 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: 7 a) Erect temporary mechanical barriers, de-energize the lines, or raise or 8 lower the lines 9 c. No personnel may work within 6 feet of a high voltage line before the above 10 requirements have been met. 11 C. Confined Space Entry Program 12 1. Provide and follow approved Confined Space Entry Program in accordance with 13 OSHA requirements. 14 2. Confined Spaces include: 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Permit Required for 17 Confined Spaces 18 D. Air Pollution Watch Days 19 1, General 20 a. Observe the following guidelines relating to working on City construction sites 21 on days designated as "AIR POLLUTION WATCH DAYS". 22 b. Typical Ozone Season 23 1) May 1 through October 31. 24 c. Critical Emission Time 25 1) 6.00 a.m. to 10:00 a.m. 26 2. Watch Days 27 a. The Texas Commission on Environmental Quality(TCEQ), in coordination 28 with the National Weather Service,will issue the Air Pollution Watch by 3:00 29 p.m. on the afternoon prior to the WATCH day. 30 b. Requirements 31 1) Begin work after 10:00 a.m. whenever construction phasing requires the 32 use of motorized equipment for periods in excess of I hour. 33 2) However,the Contractor may begin work prior to 10:00 a.m. if: 34 a) Use of motorized equipment is less than 1 hour, or 35 b) If equipment is new and certified by EPA as "Low Emitting", or 36 equipment burns Ultra Low Sulfur Diesel(ULSD), diesel emulsions,or 37 alternative fuels such as CNG. 38 E. TCEQ Air Permit 39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 40 F. Use of Explosives,Drop Weight,Etc. 41 1. When Contract Documents permit on the project the following will apply: 42 a. Public Notification 43 1) Submit notice to City and proof of adequate insurance coverage,24 hours 44 prior to commencing. 45 2) Minimum 24 hour public notification in accordance with Section 0131 13 46 G. Water Department Coordination CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.141846 Revised December 20,2012 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the_construction of this project,it will be necessary to deactivate,for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25, 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis,prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No (CPN) 30 c) Scope of Project(i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre-construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 I. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 013513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 I b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 1I d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 J. Coordination with United States Army Corps of Engineers (USACE) 18 1. At locations in the Project where construction activities occur in areas where 19 USACE permits are required, meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required, meet all requirements set forth in each designated 24 railroad,permit. This includes,but is not limited to,provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 f. Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust,capture and properly dispose of waste water. 42 b. If wet saw cutting is performed, capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 D13513--6 SPECIAL PROJECT PROCEDURES Page 6 of S 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1..9 QUALITY ASSURANCE[NOT USED] 6 1.10 DELIVERY,STORAGE,AND HANDLING[NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3 - EXECUTION[NOT USED] 11 END OF SECTION 12 Revision Log DATE NAME SUMMARY OF CHANGE 1.4.13—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 13 CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPFCfFICATION DOCUMENTS City Project No.101 846 Revised December 20,2012 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 1 EXHIBIT A 2 (To be printed on Contractor's Letterhead) 3 4 5 6 Date: 7 8 CPN No.: 9 Project Name: 10 Mapsco Location: 11 Limits of Construction: 12 13 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL. 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENTS AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTORS AT ¢ TELEPHONE NO.> 33 34 AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF PORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 01 35 13-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 2 FORT WORTH DOE NO.7[xxx prolace Manur tionCE OF TEMPORARY WATER SERVICE II TERRUPTIOR DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON IIETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT,PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR 4 CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 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 1 I' 2. Division I —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 rNOT 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 be 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 another external FTP site approved by 38 the City. CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,101846 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 3) Hard Copies 4 a) l 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 a) 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 B. 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 20 1.9 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 USE, 28 END OF SECTION 29 Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF PORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,101846 Revised July I,2011 015000-1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 I. Provide temporary facilities and controls needed for the Work including,but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. Norte. 15 C. Related Specification Sections include,but are not necessarily limited to: 16 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1—General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel,power,light,heat and other utility services necessary for 32 execution, completion,testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping,equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH UNIT PRICE CONSTRUCITON CONTRACT STANDARD CONSTRUC TON SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 015000-2 "TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off-site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clears and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 3.1 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting,and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance, 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH UNIT PRICE CONSTRUCITON CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on-call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USE, 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 112 WARRANTY[NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION[NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION[NOT USED] 20 3.3 PREPARATION [NOT USED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR]I[RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [OR]SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP[NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 310 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH UNIT PRICE CONSTRUCITON CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised Rify I,2011 01 50 00-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 8 CITY OF FORT WORTH UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 01 55 26-1 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 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification,unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices(TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans 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 2019 UNIT PRICE CONSTRUCITON CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 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 SUBMITTALS/INFORMATIONAL 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] 33 112 WARRANTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3- EXECUTION[NOT USED] 36 END OF SECTION CITY OF PORT WORTH 2019 UNIT PRICE CONSTRUCrrON CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.1018A6 Revised July 1,2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE 2 CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCITON CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 015713-1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 015713 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 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 1 B. Construction Activities resulting in: 2 1. Less than 1 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) TYR150000 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 30 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 01 33 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 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction,resubmit modified SWPPP to the City 3 in accordance with Section 0133 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE[NOT USED] 8 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 9 1.11 FIELD[SITE] CONDITIONS f NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2- PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE 15 CITY OF BORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 015813 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 f NOT USED] 18 1.5 SUBMITTALS f NOT USED] 19 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS f 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..1.2 WARRANTY[NOT USED] 26 PART 2- PRODUCTS 27 2.1 OWNER-FURNISHED loR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT,PRODUCT TYPES,AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 01 58 13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/-inch fir plywood, grade A-C(exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3- EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION[NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed,upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR 1 RESTORATION[NOT USED] 19 3.6 RE-INSTALLATION NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL f NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 39 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 2019 UNIT PRICE CONSTRUCTION CONTRAC`I` STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.I01846 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 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 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 [NOT 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 SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 01 6000-2 PRODUCTREQUIREMENTS Page 2 of 2 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS NOT USED] 3 1.12 WARRANTY[NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 EXECUTION[NOT USED] 6 END OF SECTION 7 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D.Johnson Modified Location of City's Standard Product List 8 CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include,but are not necessarily limited to: 14 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 15 2. Division 1 —General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL,SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE[NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CIFY OF FORT WORTH 2019 UNIT PRICE CONSTRUCITON CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised duly 1,2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page'2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer,item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 1 Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company instaIIations in 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors,public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off-site storage and protection when on-site storage is not adequate. 25 a. Provide addresses of and access to off-site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet,unless otherwise approved in writing by City's 38 Project Representative. CITY OF PORT WORTH 2019 UNIT PRICE CONSTRUCrfON CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR/RESTORATION[NOT USED] 10 3.6 RE-INSTALLATION[NOT USED] 11 3.7 FIELD[oR] SITE QUALITY CONTROL 12 A. `Pests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non-Conforming Work 15 1. Reject all products or equipment that are damaged,used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING[NOT USED] 19 3.10 CLEANING [NOT USED] 20 311. CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 314 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CFPY OF FORT WORTH 2019 UNIT PRICE CONSTRUCITON CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DA'Z'E NAME SUMMARY OF CHANGE 1 CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCYTON CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART 1 - GENERAL 4 11 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel,equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel,equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from I location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel,equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel,equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 31 equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) Lost profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUTiON CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel,equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel,equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include,but are not necessarily limited to: 22 1. Division 0—Bidding Requirements,Contract Forms and Conditions of the Contract 23 2. Division 1 —General Requirements 24 1,2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Mobilization and Demobilization 27 a. Measure 28 1) This Item is considered subsidiary to the various Items bid. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 are subsidiary to the various Items bid and no other compensation will be 32 allowed. 33 2. Remobilization for suspension of Work as specifically required in the Contract 34 Documents 35 a. Measurement 36 1) Measurement for this Item shall be per each remobilization performed. 37 b. Payment 38 1) The work performed and materials furnished in accordance with this Item 39 and measured as provided under"Measurement" will be paid for at the unit 40 price per each "Specified Remobilization"in accordance with Contract 41 Documents. 42 c. The price shall include: 43 1) Demobilization as described in Section 1.1.A.2.a.1) 44 2) Remobilization as described in Section 1,I.A.2.a.2) 45 d. No payments will be made for standby,idle time, or lost profits associated this 46 Item. CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 017000-3 MOBILIZATION AND REMOBILIZATTON Page 3 of 4 1 3. Remobilization for suspension of Work as required by City 2 a. Measurement and Payment 3 1) This shall be submitted as a Contract Claim in accordance with Article 10 4 of Section 00 72 00. 5 2) No payments will be made for standby,idle time,or lost profits associated 6 with this Item. 7 4. Mobilizations and Demobilizations for Miscellaneous Projects 8 a. Measurement 9 1) Measurement for this Item shall be for each Mobilization and 10 Demobilization required by the Contract Documents 11 b. Payment 12 1) The Work performed and materials furnished in accordance with this Item 13 and measured as provided under"Measurement"will be paid for at the unit 14 price per each"Work Order Mobilization"in accordance with Contract 15 Documents. Demobilization shall be considered subsidiary to mobilization 16 and shall not be paid for separately. 17 c. The price shall include: 18 1) Mobilization as described in Section I.I.A.3.a.1) 19 2) Demobilization as described in Section 1.I.A.3.a.2) 20 d. No payments will be made for standby,idle time, or lost profits associated this 21 Item. 22 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 23 a. Measurement 24 1) Measurement for this Item shall be for each Mobilization and 25 Demobilization required by the Contract Documents 26 b. Payment 27 1) The Work performed and materials furnished in accordance with this Item 28 and measured as provided under"Measurement" will be paid for at the unit 29 price per each"Work Order Emergency Mobilization"in accordance with 30 Contract Documents. Demobilization shall be considered subsidiary to 31 mobilization and shall not be paid for separately. 32 c. The price shall include 33 1) Mobilization as described in Section 1.1.A.4.a) 34 2) Demobilization as described in Section 1.1.A.3.a.2) 35 d. No payments will be made for standby,idle time, or lost profits associated this 36 Item. 37 1..3 REFERENCES [NOT USED] 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 41 1.7 CLOSEOUT SUBMITTALS [NOT USED] 42 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 43 1.9 QUALITY ASSURANCE[NOT USED] 44 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CITY OF PORT WORTH 2019 UNIT PRICE,CONSTRUTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 0170 00--4 MOBILIZATION AND REMOBILIZATION Page 4 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION[NOT USED] 5 END OF SECTION b Revision Log DATE NAME SUMMARY OF CHANGE 7 CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,101846 Revised December 20,2012 037123-1 CONSTRUCTION STAKING AND SURVEY Page I of 4 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1 - GENERAL 4 11 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 1 General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) This Item is considered subsidiary to the various Items bid. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this 19 Item are subsidiary to the various Items bid and no other compensation will 20 be allowed. 21 2. Construction Survey 22 a. Measurement 23 1) This Item is considered subsidiary to the various Items bid. 24 b. Payment 25 1) The work performed and the materials furnished in accordance with this 26 Item are subsidiary to the various Items bid and no other compensation will 27 be allowed. 28 1.3 REFERENCES [NOT USED] 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS 31 A. Submittals,if required, shall be in accordance with Section 0133 00, 32 B. All submittals shall be approved by the City prior to delivery. 33 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 34 A. Certificates 35 1. Provide certificate certifying that elevations and locations of improvements are in 36 conformance or non-conformance with requirements of the Contract Documents. 37 a. Certificate must be sealed by a registered professional land surveyor in the 38 State of Texas. CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 4 1 B. Field Quality Control Submittals 2 1. Documentation verifying accuracy of field engineering work. 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE 6 A. Construction Staking 7 1. Construction staking will be performed by the City. 8 2. Coordination 9 a. Contact City's Project Representative at least 2 weeks in advance for 10 scheduling of Construction Staking. 11 b. It is the Contractor's responsibility to coordinate staking such that construction 12 activities are not delayed or negatively impacted. 13 3. General 14 a. Contractor is responsible for preserving and maintaining stakes furnished by 15 City. 16 b. If in the opinion of the City, a sufficient number of stakes or markings have 17 been lost, destroyed or disturbed,by Contractor's neglect,such that the 18 contracted Work cannot take place, then the Contractor will be required to pay 19 the City for new staking with a 25 percent markup. The cost for staking will be 20 deducted from the payment due to the Contractor for the Project. 21 B. Construction Survey 22 1. Construction Survey will be performed by the City. 23 2. Coordination 24 a. Contractor to verify that control data established in the design survey remains 25 intact. 26 b. Coordinate with the City prior to field investigation to determine which 27 horizontal and vertical control data will be required for construction survey. 28 c. It is the Contractor's responsibility to coordinate Construction Survey such that 29 construction activities are not delayed or negatively impacted. 30 d. Notify City if any control data needs to be restored or replaced due to damage 31 caused during construction operations. 32 1) City shall perform replacements and/or restorations. 33 3. General 34 a. Construction survey will be performed in order to maintain complete and 35 accurate logs of control and survey work as it progresses for Project Records. 36 b. The Contractor will need to ensure coordination is maintained with the City to 37 perform construction survey to obtain construction features,including but not 38 limited to the following: 39 1) All Utility Lines 40 a) Rim and flowline elevations and coordinates for each manhole or 41 junction structure 42 2) Water Lines 43 a) Top of pipe elevations and coordinates for waterlines at the following 44 locations: 45 (1) Every 250 linear feet CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 4 1 (2) Horizontal and vertical points of inflection,curvature,etc. (All 2 Fittings) 3 (3) Cathodic protection test stations 4 (4) Sampling stations 5 (5) Meter boxes/vaults(All sizes) 6 (6) Fire lines 7 (7) Fire hydrants 8 (8) Gate valves 9 (9) Plugs, stubouts, dead-end lines t0 (10) Air Release valves (Manhole rim and vent pipe) 11 (I1) Blow off valves (Manhole rim and valve lid) 12 (12) Pressure plane valves 13 (13) Cleaning wyes 14 (14) Casing pipe (each end) 15 b) Storm Sewer 16 (1) Top of pipe elevations and coordinates at the following locations: 17 (a) Every 250 linear feet 18 (b) Horizontal and vertical points of inflection,curvature,etc. 19 c) Sanitary Sewer 20 (1) Top of pipe elevations and coordinates for sanitary sewer lines at 21 the following locations: 22 (a) Every 250 linear feet 23 (b) Horizontal and vertical points of inflection,curvature,etc. 24 (c) Cleanouts 25 c. Construction survey will be performed in order to maintain complete and 26 accurate logs of control and survey work associated with meeting or exceeding 27 the line and grade required by these Specifications. 28 d. The Contractor will need to ensure coordination is maintained with the City to 29 perform construction survey and to verify control data,including but not 30 limited to the following: 31 1) Established benchmarks and control points provided for the Contractor's 32 use are accurate 33 2) Benchmarks were used to furnish and maintain all reference lines and 34 grades for tunneling 35 3) Lines and grades were used to establish the location of the pipe 36 4) Submit to the City copies of field notes used to establish all lines and 37 grades and allow the City to check guidance system setup prior to 38 beginning each tunneling drive. 39 5) Provide access for the City to verify the guidance system and the line and 40 grade of the carrier pipe on a daily basis. 41 6) The Contractor remains fully responsible for the accuracy of the work and 42 the correction of it, as required. 43 7) Monitor line and grade continuously during construction. 44 8) Record deviation with respect to design line and grade once at each pipe 45 joint and submit daily records to City. 46 9) If the installation does not meet the specified tolerances,immediately notify 47 the City and correct the installation in accordance with the Contract 48 Documents. 49 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] CTrY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Rc-Msed December 20,2012 011123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 4 1 1.11 FIELD[SITE] CONDITIONS f NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION[NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 APPLICATION 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE-INSTALLATION[NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 13 City in accordance with this Specification. 14 B. Do not change or relocate stakes or control data without approval from the City. 15 3.8 SYSTEM STARTUP f NOT USED] 16 3.9 ADJUSTING [NOT USED] 17 3.10 CLEANING [NOT USED] 18 3.11 CLOSEOUT ACTIVITIES [NOT USED] 19 3.12 PROTECTION[NOT USED] 20 3.13 MAINTENANCE [NOT USED] 21 3.14 ATTACHMENTS [NOT USED] 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D.Johnson 24 CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 FORT WO RTH.. Section 01 71 23.01 m Attachment A Survey Staking Standards February 2017 C:\Users\lslamT\Desktop\Bridge Maintenance Contracts\Bridge Rehabilitation 2018-2\Bid Documents\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 1 of 26 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects.These are not to be considered all inclusive, but only as a general guideline.For projects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.goy/txdoi:manuals/essiess.pdf) if you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors Ill. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking VIII. Curb and Gutter Staking IX. Cut Sheets X. As-built Survey C:\Users\IslamT\Desktop\Bridge Maintenance Contra cts\Bri dge Rehabilitation 2018-2\Bid Documents\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 26 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth,Texas 76116 Office: (817)392-7925 Survey Superintendent,direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field.This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. utility Calor PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS w POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS,AND ALL PAVING INCLUDING CURB,SIDEWALK, BUILDING C776ii SANITARY SEWER IRRIGATION AND RECLAIMED WATER III. Standard Staking Supplies Item Minimum size Lath/Stake 36"tall Wooden Hub(2"x2" min.square preferred) 6" tall Pin Flags (2.5"x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2"or greater diameter) 18" long Survey Marking Paint Water-based Flagging 1"wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long C:\Users\IslamT\Desktop\Bridge Maintenance Contracts\Bridge Rehabilitation 2018-2\Bid Documents\0171 23.16.01 Attachment A_Survey Staking Standards.docx Page 3 of 26 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.gov/itsolutions/Gis/ Look for'Zoning Maps'. Under'Layers', expand 'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment 1. A minimum of a 10 arc-second instrument is required. IL A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S.and static GPS Equipment 1. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work.A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. ll. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W,forced-main water lines, and rough-grade only. No GPS staking for concrete,sanitary sewer,storm drain,final grade,or anything that needs vertical grading with a tolerance of 0.25'or less is allowed. D. Control Points Set 1. All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable)of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi-permanent nature.A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance.—If ground, provide scale factor used and base point coordinate, Example:C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A CAU sers\lslamnDesktop\Bridge Maintenance Contracts\Bridge Rehabilitation 2018-2\Bid Documents\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 4 of 26 E. Preferred Grid Datum Although many plan sets can be in surface coordinates,the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Proiected Coordinate System: NAD_1983_StatePlane_Texas_North_Centrai_FIPS_4202_Feet Projection: Lambert—Conformal— Conformal_Conic Fa Ise_East i ng: 1968500.00000000 False—Northing: 6561666.66666667 Central Meridian: -98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitu d e_Of_Origi n: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North—American-1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note:Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be)and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format Axt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number—Description_Datum.csv Example for a proiect that has surface coordinates which must be translated: File 1: C1234—As-built of Water on Main Street Grid NAD83 TXSP 4202.csv C:\Users\islamT\Desktop\Bridge Maintenance Contracts\Bridge Rehabilitation 2018-2\Bid Documents\0171 23.16.01—Attachment A_Survey Staking Standards.docx Page 5 of 26 File 2: C1234—As-built of Water on Main Street—Project Specific Datum.csv Example Control Stakes C:\Users\I sl amr\Desktop\Bridge Maintenance Contra cts\B ri dge Rehabilitation 2018-2\Bid Documents\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 6 of 26 Y rr d L,J V) CTS � -D CD z LLJ i- � d z LJ W a- C) W - -- _ - 1 a1 G --- - EL= 100.aay :TI f• w 00 fY z W {•' 1n I : 0 O z < = 0 >— z z O uia d J I-- m CCX III z D p d ID .7 --- _ I P 1 N=5000.00 E=5000.00 V. Water Staking Standards C:\Users\1slamT\Desktop\Bridge Maintenance Contracts\Bridge Rehabilitation 2018-2\Bid Documents\01 71 23.16.01 Attachment A Survey Staking Standards.docx Page 7 of 26 A. Centerline Staking—Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required III. Grade is to top of pipe (T/P)for 12" diameter pipes or smaller IV. Grade to flow line (F/L)for 16"and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking-Curves I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval IL Same grading guidelines as above Ill. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be+0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0'from the center and perpendicular to the curb line or water main III. Grade of hydrants should be+0.30 higher than the adjacent top of curb E. Water Valves&Vaults L Offsets should be perpendicular to the proposed water main II. RIM grades should only be provided if on plans Example Water Stakes C:\Users\I sl amT\Desktop\Bridge Maintenance Cant racts\B ridge Rehabilitation 2018-2\Bid Documents\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 9 of 26 %\\ e 2 � U 2 k§ , 0 F_fLSAI � o3.e2 ry. LLJ VI � O -Z— \ � �s«S \ J 0169 0 < / O/ t W/ I OWN SAI w �a, $c tea, n,­ V) Y } § _ EL. * � \ CL � - \ \ z[ &� \ \ § LU �E \ o j LL< --% o p ) �( \ / � / �� \ k �� \ �2 § 2 §�§ � ? 2 §f © M b Q : 0 « 6 ® �c ry @ &2 � o \ _�$ < 2 m .�o@§� Y4h e VE Sanitary SewerStaking c User EamTask! ABr g Maintenance Con ac\B ridge Rehabilitation z b-Edo Gmen\0171 2.+a1-AttachmentA-kwq Staking am&gsd«x Page gyz A. Centerline Staking—Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400'or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional.Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes 1. 2 offset stakes per manhole for the purpose of providing alignment to the contractor IL Flowline grade should be on the lath/stake for each flowline and direction noted 111. RIM grade should only be on the stake when provided in the plans C:\Users\[sl a mT\Des ktop\B ridge Maintenance Contracts\Bridge Rehabilitation 20 ,8-2\Bid Documents\01 71 23.16.01 Attachment A Survey Staking Standards.docx Page 10 of 26 Example Sanitary Sewer Stakes Li 20 O V' T /S I ss STk=3+71m to C-40 <i C-41* C—Oat W z HOW L3 �S j5i o to-- Lf 55 STA-34-7P sn C-3 a C-3 s�4 Fg-m gg ` W XVI WRsQ 2` 0/3 SS � ErLLJ 1 N� 2 \/ f'V 55 LL W R � ki 0. Lz3€JLI 3: t�3 h G7 �1J W {y N. 82 _� F� F F $mY CD a � '� a � `cc Z / _ 01YO rn IL Rn-3 rUj / MU I— C7 Z �a Q q 12'. o/8 s5 sra-4+09 C_4� ern C-X C-0 L� (-Y WI-to y Lij Q � W C:\Users\lslamT\Desktop\Bridge Maintenance Contracts\Bridge Rehabilitation 2018-2\Bid Documents\01 71 23.16.01-Attachment A_Survey Staking Standards.docx Page 11 of 26 VII. Storm Sewer & Inlet Staking A. Centerline Staking--Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional.Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves I. If arc length is greater than 100', POC(Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet= 16.00'total length III. Recessed 10' Inlet=20.00'total length IV. Standard double 10' inlet=26.67'total length V. Recessed double 10' inlet=30.67'total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Fiowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans C:\Users\IslamT\Desktop�Bridge Maintenance Co ntracts\B ridge Rehabilitation 2018-2\Bid Documents\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 12 of 26 Example Storm Inlet Stakes FRONT FRONT {SIDE FACING (SIDE FACING q) 0 NO FLAGGING REOIURED o ' IN LIEU OF PINK PAINTED LATH � n m n -n _ a r r m BACK BACK (50E FACING FULA) {�1EIE RAMC R.6.YL-) IDENTIFIES *HCH r'I IDENT FIES WHICH raNA END OF THE WING :NT# END OF THE YANG BEING STAKED aBONG STAKED rp I x� 1 H6B ElEVATI13N V INLET STATION MUO m"W"ON e j (IF NOTED ON PLANS) IDENTIFIES GRADE TC: 74 TOPOF CURB TA F -q C} O r IDENTIFIES GRADE FL TO R.DWJNE � c�T UISTANOl;5 FOR INSETS STAHUARD j0' - 16' RECESSED TG' - 20Y STANDARD DOUBLE 10' — 26.67f NUB HATH TACK —— RECE55ED DOUBLE ifl'— 30-GL————————— T I BACK OF INLET �I mI ql ;~,I fAAH�I�T]LE "r:� Pi I BACK Or CIJFD BACK OF CURB ..:ANG"•...:Q �•4"iY`' •ti:'•.;,,,..+.,:a .a��'.••i�. � .•1•••'' R<•.';•�'1VIHGr:•i°" ___ -- FtOYLINE — FACE OF INLET .. FACE f.FTINLET -- R-OWUNE --- EDC£OF PAVEMENT EDGE OF PAVEMENTEatE OF PAVEMENT ORE GF PAVEMENT—�.. C:\Users\IslamT\Desktop\Bridge Maintenance Contra cts\Bri dge Rehabilitation 2018-2\Bid Documents\0.171 23.16.01 Attachment A—Survey Staking Standards.docx Page 13 of 26 Vill. Curb and Gutter Staking A. Centerline Staking—Straight Line Tangents V. 1 offset stake every 50' on even stations VL Grades are to top of curb unless otherwise shown on plans VII._ Stakes at every grade break VIII. Cut sheets are required on all staking Optional:Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking—Curves III. If arc length is greater than 100', POC(Point of Curvature)offset stakes should be set at a 25' interval N. Staking of radius points of greater than 100' may be omitted C:\Users\lslamT\Desktop\Bridge Maintenance Contra cts\Bri dge Rehabilitation 2018-2\Bid Documents\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 14 of 26 Example Curb & Gutter Stakes FRONT (SIDE FACING q.) a � FRONT Fl END (SIDE =AINt� PaINTOFFR NTcrNr FRBNT (SIDE FACING ) IDENTIFIES START � P0147 OF CURVATURE PO (SIDE FADING VE) [L4 sc-i CL I� PTBACKr '{SIDE FACING R.4.H.) ! BPo rrCCE o�cu�F/0 Tfa$ IIF I POINT III I rn 1 11 I P,EN7iFlE3 GRACE IS III 1 TA 7a TOP oR GUFa II ND BRAME OR I HIJO ELEVATION " iWGaws PaNrs – — � I IN LIEU OF PINK PAINTED LATH I iP TOP OF CURB BACK 4F CURB _ y .� .».T r FACE OF CURB L ---J— r FLOWLl NE EOGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection C:\Users\1slamT\Desktop\Br1dge Maintenance Contracts\Bridge Rehabilitation 2018-2\Bid Doc.uments\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 26 r n' - - - 0 < & oA1t��_ . .R� u . �� LL- a � k�§ 01 § , �B ( § ( 2 §!2 k�ƒ � k 4/1z k Z w A \� _IG.». # |/ » _o=na % © § k\, § § �« UA,2NOW 51 =_s »na lb \ Ld >- [ `x � -,75 �� � �� •§ C:\Users\lslamT\Desktop\Bridge Maintenance c 4GctsgMdeRehkii donmbg+ems%men y17 2.�G01k@+meMAkw9 Staking 7+&msdax Page 16az IX. Cut Sheets A. Date of field work B. Staking Method (GPS,total station) C. Project Name D. City Project Number(Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent(see item 1 above) Standard City Cut Sheet City Project Date: Number: Project Name: ❑TOTAL Staking Method: ❑ GPS STATION ❑ OTHER LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT# STATION OFFSET DESCRIPTION PROP. STAKED - CUT + FILL -LT/+RT GRADE ELEV. C:\Users\lsIamT\Desktop\Bridge Maintenance Contra cts\B ri dge Rehabilitation 2018-2\Bid Documents\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 17 of 26 X. As-built Survey A. Definition and Purpose The purpose of an as-built survey is to verify the asset was installed in the proper location and grade. Furthermore,the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted.See section 1V. As-built survey should include the following(additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults(All sizes) Fire lines Fire hydrants Gate valves(rim and top of nut) Plugs, stub-outs, dead-end lines Air Release valves(Manhole rim and vent pipe) Blow off valves(Manhole rim and valve lid) Pressure plane valves Cleaning dyes Clean outs Casing pipe(each end) Inverts of pipes Turbo Meters C:\Users\lsiamTNDesktop\Bridge Maintenance Contra cts\Bri dge Rehabilitation 2018-2\Bid Documents\01 71 23.16.01—Attachment A_Survey Staking Standards.docx Page 18 of 26 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases.This should be a copy of the.plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. C:\Users\IslamT\Desktop\Bridge Maintenance Contra cts\Bri dge Rehabilitation 201$-2\Bid Documents\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 19 of 26 it t AN 0.9 Vis gy/7 polyn -77 111� 71 L IJ C:\U,rrsVs|amT\Dcuktop\8rd8eMaintenance Contmctx\RrdgeRehabilitation 2O18-2\BidDocumentd0171 23.15.01_AttachmemA_SumeyStaking Standards.docx Page 20ofZG SrAo,mw-d2kL(W.aArMV RW SrA O'WX-&I WL G4W'D DR) Srial7uv-IPWL"'W"D REWIEWE VAL&Ve AWRAX OR IN t1x FlawlPflAl ER UWACr TO Mn trWATER .1107 W hXSOW SLEEVE S7AlP9w OWL /� ' p X TEE1107 I./ex alArixCfR Gl'SrAl4 ✓ ��AJ F12 3'hIRRI2: r� NOWIC VXVE I-JrlwwA BEND FfppLE;SS',JHO P73 V�. IWMAU[S78-6144 ,y F'-691/Ag66S! R'641/Q93.G9SD !'•69A'GB15125 I.YSrWL �1. Eft' P9lSp &M;6=794 E•22rdff5A'G Hrx sNow T r h FARE iN LOr 06 ° _ �y✓'`.dD HLF Lfl'6'LKw LEAD rMME vnvE as E•2 ?36B Lar I �• Y � �� X�C-.��A1 Ylaf N.slS ``� k' 4°e 'k'CtI1" K:xac.rR tau � k-r.• y . BLK 6 O B".721M LGr 2 ` star --,�*� p S ] e3 7i y'�.+ '•sgr tii 4f i4Y•0a S:�I Stria" RE WE ExIsr. rr + 32wx jfh YY _ TOY*2 �'•�T?1SlJYTD � G' 1:d1 FlEV.7�LGSE 4� 12'WATER A r k. - - VV 4, 4l. , ,��� - rx<e Tamar—;=r"W-�•.. Tuff 11 a •�...�_. - LS • PROPOSED RESWE nSALY" d= SANITARY S CATS ME SEE SNE.. SrA Pt3fP�G-10IPSWA IEfI A I•I2'*TYER7:BEW cDa.,"dw4rmrxZ �y X-047 lAM Oran,=tic �, E•27.A63/5.307E rr.•o�w:� S!'ABCl7D(i- Ir WL MY=wSrA 0c57'Sd SrA. '->x OST'AW IssrAua "994s"SLEEVE ?IPS !Ir# r- sKOM BUIa 57 LF OF Irma?P.Y•E EP�6#i7CL3 N'69irG5p966•I LYWRIMr rO E04T.IRFiYQER E7255'fU�B3iG &zaw w-T6 P - .; - -T T C:\Users\lslamT\Desktop\Bridge Maintenance Contra cts\Bri dge Rehabilitation 2018-2\Bid Documents\0171 23.16.01—Attachment A_Survey Staking Standards.docx Page 21 of 26 9Zs7Z•X wl'IINOFMY 9 mdf Mau VA.-O-Nv d AM I�IlASM Ow 171M1NIXJ ria 3d 2Gmgs mvuns My.d.7"A1 op 1.0 k ui V 31717 SS'd01dd 06+0 VIS A17 NO1VW L + -- .- �y V L , � 7� -"�- - .. ..- .-.. I F� ' I ;,fir } I a' y C;\ 71 23.16.01—Attachment A_Survey Staking 5tandards.docx Page 22 of 26 �.L # r r .=ate ---=== MEE FEE mpg! ----= __-= ate. soggy== gN -� _ - = .r.===r OW Obviously the .csv or Axt file cannot be signed/sealed by a surveyor in the format requested.This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING FASTING ELEV. DESCRIPTION 1 6946257.189 2296079.165 726.09 SSMH RIM 2 6946260.893 2296062.141 725.668 GV RIM �4 3 6946307.399 2296038.306 726.85 GV RIM [ ' j"4i k 4 6946220.582 2296011,025 723.358 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM /J 6 6946190.528 2296022.721 722.325 FH N -A.c> Iti3 7 6946136.012 2295992.115 719.448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM # v7QPQ ; 9 6946003.056 2295933.418 713.652 CO RIM 10 6945984.677 2295880.52 711,662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM _p 13 6945896.591 2295862.188 708.205 WM RIM !I-9 Tac Pr L 14 6945934.286 2295841.925 709.467 WM RIM 15 6945936.727 2295830.441 710.084 CO HIM (`SSG V'is I 16 6945835.678 2295799.707 707.774 SSMH RIM F NJ 17 6945817.488 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM 19 6945768.563 2295778.424 710.086 GV RIM 20 6945743.318 2295788,392 710.631 GV RIM 21 6945723.219 2295754.394 712.849 GV RIM 22 6945682.21 2295744.22 716.686 WM RIM 23 6945621.902 2295669.471 723.76 WM RIM ' 24 6945643.407 2295736.03 719.737 CO RIM { 25 6945571.059 2295655.195 727.514 SSMH RIM 26 6945539,498 2295667.803 729.123 WM RIM 27 6945519.834 2295619.49 732,689 WM RIM 28 6945417.879 2295580.27 740.521 WM RIM 29 6945456.557 2295643.145 736.451 CO RIM I + 30 6945387.356 2295597.101 740.756 GV RIM -FYI+- 7 4 AOS 31 6945370.688 2295606.793 740.976 GV RIM Foe S Lf-f -C 6 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319.365 2295539.728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 36 6945233.624 2295544.626 749,59 SSMH RIM L 37 6945206.483 2295529.305 751.058 WM RIMF 38 6945142.015 2295557.666 750.853 WM RIM 39 6945113.445 2295520.335 751.871 WM RIM 40 6945049.02 2295527.345 752.257 SSMH RIM 41 6945041.024 2295552.675 751.79 WM RIM Tri 42 6945038.878 2295552.147 751.88 WM RIM 43 6945006.397 2295518.135 752.615 WM RIM 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943.432 2295556.479 752.156 WM RIM �4 46 6944860.416 2295534.397 752.986 SSMH RIM V{ Yth� C:\Users\lslamT\Desktop\Bridge Maintenance Co ntracts\B ridge Rehabilitation 2018-2\Bid Documents\01 71 23.16.01-Attachment A_Survey Staking Standards.docx Page 24 of 26 C. Other preferred as-built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. C:\Users\[slamT\Desktop\Bridge Maintenance Contracts\Bridge Rehabilitation 2018-2\Bid Documents\01 71 23.16.01_Attachment A_5urvey Staking Standards.docx Page 25 of 26 ----- ----- ----- ------ ...................... It A i61_1..Ll!!) -9 C:\Ua:rs\daml\Desktop\8MdAoMaintenance Contra cts\BridgcRehabilitation 20t8-2\BidDocument$0171 23.16.01.Att dhmentA_5orvcy8aNng Stondard`.docx Page 26of76 017423-1 CLEANING Page 1 of 4 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 Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include,but are not necessarily Iimited to: 11 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I —General Requirements 13 3, Section 32 92 13--Hydro-Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE[NOT USED] 30 1.10 STORAGE,AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised 7uiy 1,2011 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.1.2 WARRANTY[NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION[NOT USED] 16 3.3 PREPARATION[NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR/RESTORATION[NOT USED] 19 3.6 RE-INSTALLATION[NOT USED] 20 3.7 FIELD[OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 S. 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 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 01 7423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep,wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s)- 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis,until Final Acceptance. 19 5. Prior to storm events,thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease,mastic, adhesives,dust,dirt, stains, fingerprints,labels and other 23 foreign materials from sight-cxposed 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 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 017423-4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City,remove erosion control from site. 3 5. Clean signs,lights, signals,etc. 4 311. CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 9 END OF SECTION 9 Revision Log DATE. NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 017719-1 CLOSEOUT REQUIREMENTS Page I of 3 1 SECTION 017719 2 CLOSEOUT REQUIREMENTS 3 PART1 - GENERAL 4 11 SUMMARY 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort.Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include,but are not necessarily limited to: 10 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees,Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees,bonds, 20 certificates,licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative. C1TY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Ido.101846 Revised July 1,2011 017719-2 CLOSEOUT REQUlREMFNTS Page 2 of 3 1 1.6 INI+ORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION[NOT USED] 7 3.3 PREPARATION[NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data,if required,in accordance with Section 0178 23 12 B. Prior to requesting Final Inspection,perforin 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. is b. Upon completion of this inspection,the City will notify the Contractor,in 19 writing within 10 business days, of any particulars in which this inspection 20 reveals that the Work is defective or incomplete. 21 2. Upon receiving written notice from the City,immediately undertake the Work 22 required to remedy deficiencies and complete the Work to the satisfaction of the 23 City. 24 3. Upon completion of Work associated with the items listed in the City's written 25 notice,inform the City,that the required Work has been completed. Upon receipt 26 of this notice,the City,in the presence of the Contractor, will make a subsequent 27 Final Inspection of the project. 28 4. Provide all special accessories required to place each item of equipment in full 29 operation. These special accessory items include,but are not limited to: 30 a. Specified spare parts 31 b. Adequate oil and grease as required for the first lubrication of the equipment 32 c. Initial fill up of all chemical tanks and fuel tanks 33 d. Light bulbs 34 e. Fuses 35 f. Vault keys 36 g. Handwheels 37 h. Other expendable items as required for initial start-up and operation of all 39 equipment 39 D. Notice of Project Completion CITY OF FORT WORTH 2019 UNIT PRICB CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Prosect No.101846 Revised July 1,2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 or 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion(Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report (if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation,in accordance with General Conditions,City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR/RESTORATION[NOT USED] 18 3.6 RE-INSTALLATION[NOT USED] 19 3.7 FIELD [oR] SITE QUALITY CONTROL[NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING[NOT USED] 22 3,10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION[NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 Revision Log DATE NAME SUMMARY OF CHANGE 29 CPTY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 017923-1 OPERATION AND MAINTENANCE DATA Page'I of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include,but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers(to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include,but are not necessarily limited to: 15 1. Division 0—Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 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 1/2 inches x l I inches 34 b. Paper 35 1) 40 pound minimum, white,for typed pages 36 2) Holes reinforced with plastic, cloth or metal 37 c. Text: Manufacturer's printed data,or neatly typewritten CITY OF FORT WORTH 2019 UNIT PRICE CONS'T'RUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 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 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual t6 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 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 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 10 2) Color and textUTc.designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content,for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection,maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content,for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function,normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up,break-in,routine and normal operating instructions 32 2) Regulation,control, stopping, shut-down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly,repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams C17Y OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 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 U 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 INOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 01 7923-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2- PRODUCTS [NOT USED] 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,.I—title of section removed 8 CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CON'T'RACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 01 78 39-1 PROTECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 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 1 —General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection,deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents,making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF PORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 017939-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, mare entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work,both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement,investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all retarded 10 data to the final Project Record Documents. 11 2. Irl the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case,provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD[SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER-FURNISHED loR] OWNER-SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. .lob set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, I complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection,provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3- EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION[NOT USED] 31 3.3 PREPARATION[NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS -JOB SET". CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Reviscd July 1,2011 017839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City,until start of transfer of data to final Project Record.Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum,in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b, Use an erasable colored pencil(not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes,use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits,piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings,by dimension accurate to within 1 31 inch,the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show,by symbol or nate, the vertical location of the Item("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where,in the City's judgment,conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,101846 Revised July 1,2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a "cloud" around the area or areas 2 affected. 3 d. Make changes neatly,consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents, other than Drawings,have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents, other than Drawings, will be accepted as final 9 Record Documents. to b. If any such Document is not so approved by the City, secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR/RESTORATION [NOT USED] 15 3.6 RE-INSTALLATION f 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 3.14 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE[NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 Revision Log DATE NAME SUMMARY OF CHANGE 26 CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised July 1,2011 3201 17-1 PERMANENT ASPHALT PAVING REPAIR Page 1 of 5 1 SECTION 32 0117 2 PERMANENT ASPHALT PAVING REPAIR 3 PARTI - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Flexible pavement repair to include,but not Iimited to: 7 a. Utility cuts(water, sanitary sewer, drainage,franchise utilities, etc.) 8 b. Warranty work 9 c. Repairs of damage caused by Contractor 10 d. Any permanent asphalt pavement repair needed during the course of 11 construction 12 B. Deviations from this City of Fort Worth Standard Specification 13 L ROR ITIIS I3Ro,Trk'i' I'1?1 MANILFNT ASIPHALF PAVIN0, REPA I.R.SECTTON a2 14 0117 JJA1.1.. [IF MF.A811RLDBYTHI,C-VBIC YARD OFCOMPLETED 15 QUAN'I°I]'Y. 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 I ---General Requirements 20 3. Section 03 34 16-Concrete Base Material for Trench Repair 21 4. Section 32 12 16-Asphalt Paving 22 5. Section 32 13 13-Concrete Paving 23 6. Section 33 05 10-Utility Trench Excavation,Embedment and Backfill 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Asphalt Pavement Repair 27 a. Measurement 28 4) Measurement for this Item will be by the CUBIC YARD liaeaf fee E of 29 Asphalt Pavement Repair based oR too defim ed- ,:a-h-^„a 0HE1W^.. 30 elassmifiea4iaii speeified in the Drawings, 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 price per linear foot of Asphalt Pavement Repair. 35 c. The price bid shall include: 36 1) Preparing final surfaces 37 2) Furnishing, loading,unloading, storing,hauling and handling all materials 38 including freight and royalty 39 3) Traffic control for all testing 40 4) Asphalt, aggregate, and additive 41 5) Materials and work needed for corrective action CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 3201 17-2 PERMANENT ASPHALT PAVING REPAIR Page 2 of 5 1 6) Trial batches 2 7) Tack coat 3 8) Removal and/or sweeping excess material 4 2. Asphalt Pavement Repair for Utility Service Trench 5 a. Measurement 6 1) Measurement for this Item will be by the linear foot of Asphalt Pavement 7 Repair centered on the proposed sewer service line measured from the face 8 of curb to the limit of the Asphalt Pavement Repair for the main sewer line. 9 b. Payment 10 1) The work performed and materials furnished in accordance with this Item 11 and measured as provided under"Measurement" will be paid for at the unit 12 price bid price per linear foot of"Asphalt Pavement Repair, Service" 13 installed for: 14 a) Various types of utilities 15 c. The price bid shall include: 16 1) Preparing final surfaces 17 2) Furnishing, loading,unloading, storing,hauling and handling all materials 18 including freight and royalty 19 3) Traffic control for all testing 20 4) Asphalt,aggregate,and additive 21 5) Materials and work needed for corrective action 22 6) Trial batches 23 7) Tack coat 24 8) Removal and/or sweeping excess material 25 3. Asphalt Pavement Repair Beyond Defined Width 26 a. Measurement 27 1) Measurement for this Item will be by the square yard for asphalt pavement 28 repair beyond pay limits of the defined width of Asphalt Pavement Repair 29 by roadway classification specified in the Drawings. 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 bid per square yard of Asphalt Pavement Repair Beyond Defined 34 Width. 35 c. The price bid shall include: 36 1) Preparing final surfaces 37 2) Furnishing, loading,unloading, storing,hauling and handling all materials 38 including freight and royalty 39 3) Traffic control for all testing 40 4) Asphalt,aggregate, and additive 41 5) Materials and work needed for corrective action 42 6) Trial batches 43 7) Tack coat 44 8) Removal and/or sweeping excess material 45 4. Extra Width Asphalt Pavement Repair 46 a. Measurement 47 1) Measurement for this Item will be by the square yard for surface repair 48 (does not include base repair)for: 49 a) Various thicknesses CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CON'T'RACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No,101846 Revised December 20,2012 3201 17-3 PERMANENT ASPHALT PAVING REPAIR Page 3 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 he paid for at the unit 4 price bid per square yard of Extra Width Asphalt Pavement Repair 5 c. The price bid shall include: 6 1) Preparing final surfaces 7 2) Furnishing,loading,unloading, storing,hauling and handling all materials 8 'Including freight and royalty 9 3) Traffic control for all testing 10 4) Asphalt, aggregate, and additive 11 5) Materials and work needed for corrective action 12 6) Trial batches 13 7) Tack coat 14 8) Removal and/or sweeping excess material 15 1.3 REFERENCES 16 A. Definitions 17 1. H.M.A.C.—Hot Mix Asphalt Concrete 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Permitting 20 1. Obtain Street Use Permit to make utility cuts in the street from the Transportation 21 and Public Works Department in conformance with current ordinances. 22 2. The Transportation and Public Works Department will inspect the paving repair 23 after construction. 24 1.5 SUBMITTALS [NOT USED] 25 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 26 A. Asphalt Pavement Mix Design: submit for approval: see Section 32 12 16. 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE[NOT USED] 30 1.11 DELIVERY,STORAGE,AND HANDLING [NOT USED] 31 1.12 FIELD CONDITIONS 32 A. Place mixture when the roadway surface temperature is 45 degrees F or higher and 33 rising unless otherwise approved. CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 3201 17-4 PERMANENT ASPHALT PAVING REPAIR Page 4 of 5 1 113 WARRANTY [NOT USED] 2 PART 2- PRODUCTS 3 2.1 OWNER-FURNISHED [NOT USED] 4 2.2 MATERIALS 5 A. Backfill 6 1. See Section 33 05 10. 7 B. Base Material 8 1. Concrete Base Material for Trench Repair: See Section 03 34 16. 9 2. Concrete Base: See Section 32 13 13. 10 C. Asphalt Paving: see Section 32 12 16. 11 1. H.M.A.C.paving: Type D. 12 2.3 ACCESSORIES [NOT USED] 13 2.4 SOURCE QUALITY CONTROL [NOT USED] 14 PART 3 - EXECUTION 15 3.1 INSTALLERS [NOT USED] 16 3.2 EXAMINATION[NOT USED] 17 3.3 PREPARATION 18 A. Surface Preparation 19 1. Mark pavement cut for repairs for approval by the City. 20 2. Contractor and City meet prior to saw cutting to confirm limits of repairs. 21 3.4 INSTALLATION 22 A. General 23 1. Equipment 24 a. Use machine intended for cutting pavement. 25 b. Milling machines may be used as long as straight edge is maintained. 26 2. Repairs: In true and straight lines to dimensions shown on the Drawings. 27 3. Utility Cuts 28 a. In a true and straight line on both sides of the trench 29 b. Minimum of 12 inches outside the trench walls 30 c. If the existing flexible pavement is 2 feet or less between the lip of the existing 31 gutter and the edge of the trench repair,remove the existing paving to such 32 gutter. 33 4. Limit dust and residues from sawing from entering the atmosphere or drainage 34 facilities. 35 B. Removal CITY OF FORT WORTH 2019 UNIT PRICE CONS'T`RUCTION CON'T'RACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised Dccember 20,2012 320117_5 PERMANENT ASPHALT PAVING REPAIR Page 5 of 5 1 1. Use care to prevent fracturing existing pavement structure adjacent to the repair 2 area. 3 C. Base 4 1. Install replacement base material as specified in Drawings. 5 D. Asphalt Paving 6 1. H.M.A.0 placement:in accordance with Section 32 12 16 7 2. Type D surface mix 8 3. Depth: as specified in Drawings 9 4. Place surface mix in lifts not to exceed 3 inches. 10 5. Last or top lift shall not be less than 2 inches thick. 11 3.5 REPAIR/RESTORATION[NOT USED] 12 3.6 RE-INSTALLATION[NOT USED] 13 3.7 FIELD QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION[NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 22 END OF SECTION 23 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A—Modified Items to be included in price bid;Added blue text for ctariiication 12/20/2012 D.Johnson of repair width on utility trench repair;Added a bid item for utility service trench repair. 24 CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUC'T'ION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 321313-1 CONCRETE PAVING Page 1 of 22 1 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. S B. Deviations from this City of Fort Worth Standard Specification 9 1., 1�0R.TTHS PR[ HCl'CONCREI-F. VA VING sw." CAIN 32 13 13'1TdCi.UD-13 10 I71NISITE D CONCRETE OF M I VI'M AL PARSEC,t)WAND PANF.i.WTrH 11 MONOLFTHI( ALLY POILME1)CLI KB, 12 2, SAWIN(% CLEANING ANN) APPLYING J01NT SEALAI`1TS Iii CLUfDIN 13 FuRNISkRINGi AND INSTAL I]NO MATk R1AL S SHALI. RE CONSID RM 14 SUBS01ARY WORD., NO SEPARATE- PAY. 15 3. M JNTM L1M CDTi PRES81VE STR.ENGTI-I OF HIGH EARLY STRENGTH(Lir-S 16 CLASS CONC°RFTE SHALL BE 3,OW'PSI A'T 72 HOUR S. 17 4. TO CHE-CI{ THF CoNeRESSIVE S'f'llLNGTTJ OF'l'RF CONCRETE BE IN 18 PLACED ONF CYLINDER TO RE TE,=D AT 3 DAYS BY CITY IN 19 A ).DITION 1-0 TEST AT 7.13A YS AND 2#1 DAYS- 20 C. Related Specification Sections include,but are not necessarily limited to: 21 1. Division 0-Bidding Requirements, Contract Forms, and Conditions of the Contract 22 2. Division 1 -General Requirements 23 3. Section 32 0129 -Concrete Paving Repair 24 4. Section 32 13 73 -Concrete Paving Joint Sealants 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement 27 1. Measurement 28 a. Measurement for this Item shall be by the square yard of completed and 29 accepted Concrete Pavement in its final position as measured from back of curb 30 for various: 31 1) Classes 32 2) Thicknesses 33 2. Payment 34 a. The work performed and materials furnished in accordance with this Item will 35 be paid for at the unit price bid per square yard of Concrete Pavement. 36 3. The price bid shall include: 37 a. Shaping and fine grading the placement area 38 b. Furnishing and applying all water required 39 c. Furnishing,loading and unloading, storing,hauling and handling all concrete 40 ingredients including all freight and royalty involved CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 321313-2 CONCRETE PAVING Page 2 of 22 1 d. Mixing,placing, finishing and curing all concrete 2 e. Furnishing and installing all reinforcing steel 3 f. Furnishing all materials and placing longitudinal, warping, expansion, and 4 contraction joints,including all steel dowels, dowel caps and load transmission 5 units required, wire and devices for placing,holding and supporting the steel 6 bar,load transmission units, and joint filler material in the proper position; for 7 coating steel bars where required by the Drawings 8 g. Sealing joints 9 h. Monolithically poured curb 10 i. Cleanup 11 12 1.3 REFERENCES 13 A. Reference Standards 14 1. Reference standards cited in this specification refer to the current reference standard 15 published at the time of the latest revision date logged at the end of this 16 specification,unless a date is specifically cited. 17 2. ASTM International(ASTM): 18 a. A615/A615M,Deformed and Plain Billet-Steel Bars for Concrete 19 Reinforcement 20 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 21 Field 22 c. C33, Concrete Aggregates 23 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 24 Specimens 25 e. C42,Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 26 Beams of Concrete 27 f. C94/C94M,Standard Specifications for Ready-Mixed Concrete 28 g. C 150,Portland Cement 29 h. C156, Water Retention by Concrete Curing Materials 30 i. C172, Standard Practice for Sampling Freshly Mixed Concrete 31 j. C260,Air Entraining Admixtures for Concrete 32 k. C309,Liquid Membrane-Forming Compounds for Curing Concrete,Type 2 33 1. C494,Chemical Admixtures for Concrete,Types"A", "D", "F" and "G" 34 in. C618,Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 35 Admixture in Concrete 36 n. C881, Standard Specification for Epoxy-Resin-Base Bonding Systems for 37 Concrete 38 o. 01064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 39 Cement Concrete 40 p. C1602, Standard Specification for Mixing Water Used in the Production of 41 Hydraulic Cement Concrete. 42 q. D698,Laboratory Compaction.Characteristics of Soil Using Standard Effort 43 (12,400 ft-lbf/ft3) 44 3. American Concrete Institute(ACI): 45 a. ACI 305.1-06 Specification for Hot Weather Concreting 46 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 47 c. ACI 318 CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 3213 13-3 CONCRETE PAVING Page 3 of 22 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 4 A. Mix Design: submit for approval. See Item.2A.A. 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 CONDITIONS 10 A. Weather Conditions 11 1. Place concrete when concrete temperature is between 40 and 100 degrees when 12 measured in accordance with ASTM C1064 at point of placement. 13 2. Hat Weather Concreting 14 a. Take immediate corrective action or cease paving when the ambient 15 temperature exceeds 95 degrees. 16 b. Concrete paving operations shall be approved by the City when the concrete 17 temperature exceeds 100 degrees. See Standard Specification for Hot Weather 18 Concreting(ACI 305.1-06). 19 3. Cold Weather Concreting 20 a. Do not place when ambient temp in shade is below 40 degrees and falling. 21 Concrete may be placed when ambient temp is above 35 degrees and rising or 22 above 40 degrees. 23 b. Concrete paving operations shall be approved by the City when ambient 24 temperature is below 40 degrees. See Standard Specification for Cold Weather 25 Concreting(ACI 306.1-90). 26 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 27 pavement in natural light,or as directed by the City. 28 1.12 WARRANTY[NOT USED] 29 PART 2- PRODUCTS 30 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 31 2.2 MATERIALS 32 A. Cernentitious Material: ASTM C150. 33 B. Aggregates: ASTM C33. 34 C. Water: ASTM C1602. 35 D. Admixtures: When admixtures are used, conform to the appropriate specification: 36 1. Air-Entraining Admixtures for Concrete: ASTM C260. CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECTFICATION DOCUMENTS City Project No.101946 Revised December 20,2012 321313-4 CONCRETE PAVING Page 4 of 22 1 2. Chemical Admixtures for Concrete: ASTM C494,Types "A", "D", "F"and"G." 2 3. Fly Ash 3 a. Coal Fly Ash and Raw or Calcined Natural PozzoIan for Use in Concrete: 4 ASTM C618. 5 b. Fly ash may be substituted at one pound per pound of cement up to 25% of the 6 specified cement content when such batch design is approved by the Engineer. 7 E. Steel Reinforcement: ASTM A615. 8 F. Steel Wire Reinforcement: Not used for concrete pavement. 9 G. Dowels and Tie Bars 10 1. Dowel and tie bars: ASTM A615. 11 2. Dowel Caps 12 a. Provide dowel caps with enough range of movement to allow complete closure 13 of the expansion joint. 14 b. Caps for dowel bars shall be of the length shown on the Drawings and shall 15 have an internal diameter sufficient to permit the cap to freely slip over the bar. 16 c. In no case shall the internal diameter exceed the bar diameter by more 118 inch, 17 and one end of the cap shall be rightly closed. 18 3. Epoxy for Dowel and Tie Bars:ASTM C881. 19 a. See following table for approved producers of epoxies and adhesives 20 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 Pro-.Foxy-300 Fast Tube Unitex Shep-Poxy Tx111 CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S.A-22-2300 Adhesives Technology Slow Set Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 3000FS SpecChem 21 22 b. Epoxy Use, Storage and Handling CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 321313-5 CONCRETE PAVING Page 5 of 22 1 1) Package components in airtight containers and protect from light and 2 moisture. 3 2) Include detailed instructions for the application of the material and all 4 safety information and warnings regarding contact with the components. 5 3) Epoxy label requirements 6 a) Resin or hardener components 7 b) Brand name 8 c) Name of manufacturer 9 d) Lot or batch number 10 e) Temperature range for storage 11 f) Date of manufacture 12 g) Expiration date 13 h) Quantity contained 14 4) Store epoxy and adhesive components at temperatures recommended by the 15 manufacturer. 16 5) Do not use damaged or previously opened containers and any material that 17 shows evidence of crystallization,lumps skinning,extreme thickening, or 18 settling of pigments that cannot be readily dispersed with normal agitation. 19 6) Follow sound environmental practices when disposing of epoxy and 20 adhesive wastes. 21 7) Dispose of all empty containers separately. 22 8) Dispose of epoxy by completely emptying and mixing the epoxy before 23 disposal 24 H. Reinforcement Bar Chairs 25 1. Reinforcement bar chairs or supports shall be of adequate strength to support the 26 reinforcement bars and shall not bend or break under the weight of the 27 reinforcement bars or Contractor's personnel walking on the reinforcing bars. 28 2. Bar chairs may be made of metal (free of rust),precast mortar or concrete blocks or 29 plastic. 30 3. For approval of plastic chairs,representative samples of the plastic shall show no 31 visible indications of deterioration after immersion in a 5-percent solution of 32 sodium hydroxide for 120-hours. 33 4. Bar chairs may be rejected for failure to meet any of the requirements of this 34 specification. 35 1. Joint Filler 36 1. Joint filler is the material placed in concrete pavement and concrete structures to 37 allow for the expansion and contraction of the concrete. 38 2. Wood Boards: Used as joint filler for concrete paving. 39 a. Boards for expansion joint filler shall be of the required size, shape and type 40 indicated on the Drawings or required in the specifications. 41 1) Boards shall be of selected stock of redwood or cypress. The boards shall 42 be sound heartwood and shall be free from sapwood,knots,clustered 43 birdseyes,checks and splits. 44 2) Joint filler,boards, shall be smooth, flat and straight throughout, and shall 45 be sufficiently rigid to permit ease of installation. 46 3) Boards shall be furnished in lengths equal to the width between 47 longitudinal joints, and may be furnished in strips or scored sheet of the 48 required shape. CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 321313-6 CONCRETE PAVING Page 6 of 22 1 3. Dimensions.The thickness of the expansion joint filler shall be shown on the 2 Drawings; the width shall be not less than that shown on the Drawings, providing 3 for the top seal space. 4 4. Rejection.Expansion joint filler may be rejected for failure to meet any of the 5 requirements of this specification. 6 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73, 7 K. Curing Materials 8 1. Membrane-Forming Compounds. 9 a. Conform to the requirements of ASTM C309,Type 2, white pigmented 10 compound and be of such nature that it shall not produce permanent 11 discoloration of concrete surfaces nor react deleteriously with the concrete. 12 b. The compound shall produce a firm, continuous uniform moisture-impermeable 13 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 14 concrete. 15 c. It shall,when applied to the damp concrete surface at the specified rate of 16 coverage, dry to touch in l hour and dry through in not more than 4 hours under 17 normal conditions suitable for concrete operations. 18 d. It shall adhere in a tenacious film without running off or appreciably sagging. 19 e. It shall not disintegrate, check,peel or crack during the required curing period. 20 f. The compound shall not peel or pick up under traffic and shall disappear from 21 the surface of the concrete by gradual disintegration. 22 g. The compound shall be delivered to the job site in the manufacturer's original 23 containers only, which shall be clearly labeled with the manufacturer's name, 24 the trade name of the material and a batch number or symbol with which test 25 samples may be correlated. 26 h. When tested in accordance with ASTM 0156 Water Retention by Concrete 27 Curing Materials,the liquid membrane-forming compound shall restrict the loss 28 of water present in the test specimen at the time of application of the curing 29 compound to not more than 0.01-oz.-per-2 inches of surface. 30 2.3 ACCESSORIES [NOT USED] 3t 2.4 SOURCE QUALITY CONTROL 32 A. Mix Design 33 1. Concrete Mix Design and Control 34 a. At least 10 calendar days prior to the start of concrete paving operations, the 35 Contractor shall submit a design of the concrete mix it proposes to use and a 36 full description of the source of supply of each material component. 37 b. The design of the concrete mix shall produce a quality concrete complying with 38 these specifications and shall include the following information: 39 1) Design Requirements and Design Summary 40 2) Material source 41 3) Dry weight of cement/cubic yard and type 42 4) Dry weight of fly ash/cubic yard and type, if used 43 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 44 6) Design water/cubic yard 45 7) Quantities,type, and name of admixtures with manufacturer's data sheets 46 8) Current strength tests or strength tests in accordance with ACI 318 CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 321313-7 CONCRETE PAVING Page 7 of 22 1 9) Current Sieve Analysis and-200 Decantation of fine and coarse aggregates 2 and date of tests 3 10) Fineness modulus of fine aggregate 4 11) Specific Gravity and Absorption Values of fine and coarse aggregates 5 12) L.A. Abrasion of coarse aggregates 6 c. Once mix design approved by City, maintain intent of mix design and 7 maximum water to cement ratio. 8 d. No concrete may be placed on the job site until the mix design has been 9 approved by the City. 10 2. Quality of Concrete 11 a. Consistency 12 1) In general,the consistency of concrete mixtures shall be such that: 13 a) Mortar shall cling to the coarse aggregate 14 b) Aggregate shall not segregate in concrete when it is transported to the 15 place of deposit 16 c) Concrete,when dropped directly from the discharge chute of the mixer, 17 shall flatten out at the center of the pile,but the edges of the pile shall 18 stand and not flow 19 d) Concrete and mortar shall show no free water when removed from the 20 mixer 21 e) Concrete shall slide and not flow into place when transported in metal 22 chutes at an angle of 30 degrees with the horizontal 23 f) Surface of the finished concrete shall be free from a surface film or 24 laitance 25 2) When field conditions are such that additional moisture is needed for the 26 final concrete surface finishing operation,the required water shall be 27 applied to the surface by hand sprayer only and be held to a minimum 28 amount. 29 3) The concrete shall be workable,cohesive,possess satisfactory finishing 30 qualities and be of the stiffest consistency that can be placed and vibrated 31 into a homogeneous mass. 32 4) Excessive bleeding shall be avoided. 33 5) If the strength or consistency required for the class of concrete being 34 produced is not secured with the minimum cement specified or without 35 exceeding the maximum water/cement ratio,the Contractor may use, or the 36 City may require, an approved cement dispersing agent(water reducer); or 37 the Contractor shall furnish additional aggregates, or aggregates with 38 different characteristics, or the Contractor may use additional cement in 39 order to produce the required results. 40 6) The additional cement may be permitted as a temporary measure,until 41 aggregates are changed and designs checked with the different aggregates 42 or cement dispersing agent. 43 7) The Contractor is solely responsible for the quality of the concrete 44 produced. 45 8) The City reserves the right to independently verify the quality of the 46 concrete through inspection of the batch plant,testing of the various 47 materials used in the concrete and by casting and testing concrete cylinders 48 or beams on the concrete actually incorporated in the pavement. 49 b. Standard Class CITY OF FORT WORTH 2019 UNIT PRRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 32 13 13-8 CONCRETE PAVING Page 8 of 22 t 1) Unless otherwise shown on the Drawings or detailed specifications, the 2 standard class for concrete paving for streets and alleys is shown in the 3 following table. 4 CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 321313-9 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 Streugth2 Cementitious, Maximum psi Ratio 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 2-99 3,O00psi in 24 72 12 lis,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 18 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 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 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 [NOT USED] 7 3.2 EXAMINATION[NOT USED] 8 3.3 PREPARATION[NOT USED] 9 3.4 INSTALLATION 10 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 M 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. 30 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 C94/C94M. 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. CTI'X OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 3213 13-11 CONCRETE PAVING Pagc 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 3. 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. CUY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 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 6 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 1 I height no less 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 16 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 6) 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 1/8 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 2019 UNrr PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 3213 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 18 generally shall be avoided and,where permitted, such storage shall be limited 19 to quantities and distribution that shall not induce excessive stresses. 20 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 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 3213 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 1/2 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 recomrnendations. 19 d. After curing, the joint sealant shall be 1/8 inch to 1/4 inch below the pavement 20 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 c. 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 40 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 passible so that some raveling of the concrete is observed in 48 order for the sawing process to prevent uncontrolled shrinkage cracking. CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 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 job. 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 10. 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 13 73. CITY OF FORT WORTH 2019 UNn PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 321313-16 CONCRETE PAVING Page 16 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 Temperature--Time Requirements Concrete Temperature Max Time—minutes Max Time—minutes (at point ofplacement) (no retarding age t) (with retarding agent)' Non-Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90°F Time may be reduced by 75 Cit Above 75°F thru 90°F 60 90 75'F and Below 60 120 11 1 Normal dosage or 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 honcycombing. 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 10 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. 1/16 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 1/8 inch. CITY OF FORT WORTH 2019 UNrr PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.I01846 Revised December 20,2012 32 13 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 I. 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 29 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 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICXPION DOCUMENTS City Project No.101846 Revised December 20,2012 321313-18 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 flat. 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. Alley 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 leave-out 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 3.6 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 2OI9 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.I01846 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 11 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 Deterrnined by Cores Of Contract Price Inches AIlowed 0.00-0.20 100 percent 0.21-0.30 80 percent 0.31 --0.40 70 percent 0.41 -0.50 60 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 1/10 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. 37 D. Pavement Strength Test CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPFCIPICATION DOCUMENTS City Project No.101 846 Revised December 20,2012 3213 13-20 CONCRETE PAVING Page 20 of 22 1 1. During the progress of the work the City shall provide trained technicians to cast 2 test cylinders for conforming to ASTM C31,to maintain a check on the 3 compressive strengths of the concrete being placed. 4 2. After the cylinders have been cast,they shall remain on the job site and then 5 transported,moist cured,and tested by the City in accordance with ASTM C31 and 6 ASTM C39. 7 3. In each set, 1 of the cylinders shall be tested at 2 DAYS/3 DAYS,TWO 8 CYLINDERS SHALL BE TESTED AT 7 days; two cylinders shall be tested at 28 9 days. and y e lifid f shall be held tested at 56 days ,f fteeegsa._. 10 4. IF 2 DAYS/3 DAYS TEST RESULT INDICATE DEFICIENT STRENGTH,THE 11 OPENING OF PAVEMENT TO TRAFFIC SHALL NOT BE PERMITTED AND 12 PROJECT INSPECTOR MAY ASK THE CONTRACTOR TO RESUBMIT THE 13 CONCRETE MIX DESIGN TO MEET THE MINIMUM SPECIFIED 14 STRENGTH. If the 28 day test results indicate deficient strength,the Contractor 15 may, at its option and expense, core the pavement in question and have the cores 16 tested by an approved laboratory,in accordance with ASTM C42 and ACI 318 17 protocol, except the average of all cores must meet 100 percent of the minimum 18 specified strength,with no individual care resulting in less than 90 percent of 19 design strength,to override the results of the cylinder tests. 20 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not 21 meet minimum specified strength, additional cores shall be taken to identify the 22 limits of deficient concrete pavement at the expense of the Contractor. 23 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 24 meeting the minimum specified strength shall be subject to the money penalties or 25 removal and placement at the Contractor's expense as show in the following table. 26 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 15 percent 80- ercent Greater Than 15 percent 0-percent or removed and replaced at the entire cost and expense-of Contractor as directed by City 27 28 7. The amount of penalty shall be deducted from payment due to Contractor; such as 29 penalty deducted is to defray the cost of extra maintenance. 30 8. The strength requirements for structures and other concrete work are not altered by 31 the special provision. 32 9. No additional payment over the contract unit price shall be made for any pavement 33 of strength exceeding that required by the Drawings and/or specifications. 34 E. Cracked Concrete Acceptance Policy 35 1. If cracks exist in concrete pavement upon completion of the project,the Project 36 Inspector shall make a determination as to the need for action to address the 37 cracking as to its cause and recommended remedial work. 38 2. If the recommended remedial work is routing and sealing of the cracks to protect 39 the subgrade,the Inspector shall make the determination as to whether to rout and 40 seal the cracks at the time of final inspection and acceptance or at any time prior to 41 the end of the project maintenance period. The Contractor shall perform the routing 42 and sealing work as directed by the Project Inspector,at no cost to the City, 43 regardless of the cause of the cracking. CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.]01946 Revised December 20,2012 321313-21 CONCRETE PAVI.NG Page 21 of 22 t 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 6 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 I 1 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. 1.3 5. 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 39 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 2014 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSrRUCfION SPECIFICATION DOCUMENTS City Project No.101840 Revised December 20,2012 321313-22 CONCRETE PAVING Page 22 of 22 1 END OF SECTION 2 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2.A—Modified items to be included in price bid 05/21/2014 Doug Rademaker 2.2_D—Modified to clarify acceptable fly ash substitution in concrete paving 3 CITY OF FORT WORTH 2019 UNIT PRICE CONSTRUCTION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 321373-1 CONCRETE PAVING JOINT SEALANTS Page 1 of 5 1 SECTION 3213 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. FO[t TH15 P;RC)JFCT CONC-R=1 PAVfNG JOINT SEALANTS SECTION 32 9 13 73 S1IAL.L BE PA YB LE FOR SF A1.1 NG COURTESY.fC1[NT ON EXIST iN 10 ?A VEME24T ON LY- SFALIN`G JOINT(.)N REPLACED CO CRETE PAVIRG 11 SH ALL BE CONSIDERED SUBSI17lARY '-rQ CQN-'WF-PAVING SECI'10C 12 32 13 13. 13 2. SAWING.t}LIj,4NING ikND APPLYING JOINT SEALANTS UPON PLACING 14 OF B 0 N D BAKER ROD AN 1.)2R-E:AKER TAPI=?STIALL BE SLJAS[D1AR-Y TO, 15 JOINT Sf?ALANFS. 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 I -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 PAVEMENT 25 26 2. Payment 27 3. The work performed and materials furnished in accordance with this Item WILL 28 BE PAID FOR AT THE UNIT PRICE BID PER LINEAR FOOT OF"JOINT 29 SEALANT" COMPLETED afe subs"afythe ."ems bid and na othei 30 31 SUBSIDIARY WORK AND MATERIALS INCLUDE: 32 a. SAWING JOINTS 33 b. CLEANING JOINTS 34 c. APPLYING JOINT SEALANTS UPON PLACING OF BOND BREAKER 35 ROD AND BREAKER TAPE 36 d. FURNISHING AND INSTALLING ALL MATERIALS 37 e. ALL MANIPULATIONS,LABOR,EQUIPMENT,APPLIANCES, TOOLS, 38 AND INCIDENTALS NECESSARY TO COMPLETE THE WORK. 39 CITY OF FORT WORTH UNIT PRICE CONSTRUCITON CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 321373-2 CONCRETE PAVING JOINT SEALANTS Page 2 of 5 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification,unless a date is specifically cited. 6 2. ASTM International(ASTM): 7 a. D5893, Standard Specification for Cold Applied, Single Component, 8 Chemically Curing Silicone Joint Sealant for Portland Cement Concrete 9 Pavements 10 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 11 1.5 ACTION SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 13 A. Test and Evaluation Reports 14 1. Prior to installation,furnish certification by an independent testing laboratory that t5 the silicone joint sealant meets the requirements of this Section. 16 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant 17 has a minimum 2-year demonstrated, documented successful field performance 18 with concrete pavement silicone joint sealant systems. 19 1.7 CLOSEOUT SUBMITTALS [NOT USED] 20 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 21 1.9 QUALITY ASSURANCE[NOT USED] 22 1.10 DELIVERY,STORAGE,AND HANDLING [NOT USED] 23 1.11. FIELD CONDITIONS 24 A. Do not apply joint sealant when the air and pavement temperature is less than 35 25 degrees F 26 B. Concrete surface must be clean, dry and frost free. 27 C. Do not place sealant in an expansion-type joint if surface temperature is below 35 28 degrees F or above 90 degrees F. 29 1.12 WARRANTY fNOT USED] 30 PART 2- PRODUCTS 31 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 32 2.2 MATERIALS &EQUIPMENT 33 A. Materials 34 1. Joint Sealant: ASTM D5893. 35 2. Joint Filler,Backer Rod and Breaker Tape CITY OF FORT WORTH UNIT PRICE CONSTRUCITON CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 321373-3 CONCRETE PAVING JOINT SEALANTS Page 3 of 5 1 a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer 2 rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. 3 b. The back rod and breaker tape shall be installed in the saw-cut joint to prevent 4 the joint sealant from flowing to the bottom of the joint. 5 c. The backer rod and breaker tape shall be compatible with the silicone joint 6 sealant and no bond or reaction shall occur between them. 7 2.3 ACCESSORIES [NOT USE, 8 2.4 SOURCE QUALITY CONTROL[NOT USED] 9 PART 3 - EXECUTION 10 31 INSTALLERS [NOT USE, 11 3.2 EXAMINATION[NOT USED] 12 3.3 PREPARATION [NOT USED] 1.3 3.4 INSTALLATION 14 A. General 15 1. The silicone sealant shall be cold applied. 16 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength 17 prior to sealing joints. 18 3. Perform joint reservoir saw cutting,cleaning,bond breaker installation, and joint 19 sealant placement in a continuous sequence of operations. 20 4. See Drawings for the various joint details with their respective dimensions. 21 B. Equipment 22 1. Provide all necessary equipment and keep equipment in a satisfactory working 23 condition. 24 2. Equipment shall be inspected by the City prior to the beginning of the work. 25 3. The minimum requirements for construction equipment shall be as follows: 26 a. Concrete Saw. The sawing equipment shall be adequate in size and power to 27 complete the joint sawing to the required dimensions. 28 b. Air Compressors. The delivered compressed air shall have a pressure in excess 29 of 90 psi and shall be suitable for the removal of all free water and oil from the 30 compressed air. 31 c. Extrusion Pump. The output shall be capable of supplying a sufficient volume 32 of sealant to the joint. 33 d. Injection Tool. This mechanical device shall apply the sealant uniformly into 34 the j oint. 35 e. Sandblaster. The design shall be for commercial use with air compressors as 36 specified in this Section. 37 f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and 38 free of contamination. They shall be compatible with the joint depth and width 39 requirements. 40 C. Sawing Joints: see Section 32 13 13. CITY OF FORT WORTH UNIT PRICE CONSTRUCITON CONTRACT STANDARD CONSTRUCTION SPECIFICATTON DOCUMENTS City Project No.]01846 Revised December 20,2012 321373-4 CONCRETE PAVING JOINT SEALANTS Page 4 of 5 1 D. Cleaning joints 2 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 3 2. Use compressed air to remove the resulting dust from the joint. 4 3. Sandblast joints after complete drying. 5 a. Attach nozzle to a mechanical aiming device so that the sand blast will be 6 directed at an angle of 45 degrees and at a distance of 1 to 2 inches from the 7 face of the joint. 8 b. Sandblast both joint faces sandblasted in separate, 1 directional passes. 9 c. When sandblasting is complete,blow-out using compressed air. 10 d. The blow tube shall fit into the joints. 11 4. Check the blown joint for residual dust or other contamination. 12 a. If any dust or contamination is found,repeat sandblasting and blowing until the 13 joint is cleaned. 14 b. Do not use solvents to remove stains and contamination. 15 5. Place the bond breaker and sealant in the joint immediately upon cleaning. 16 6. Bond Breaker Rod and Tape: install in the cleaned joint prior to the application of 17 the joint sealant. 18 7. Do not leave open, cleaned joints unsealed overnight. 19 E. Joint Sealant 20 1. Apply the joint sealant upon placement of the bond breaker rod and tape,using the 21 mechanical injection tool. 22 2. Do not seal joints unless they are clean and dry. 23 3. Remove and discard excess sealant left on the pavement surface. 24 a. Do not excess use to seal the joints. 25 4. The pavement surface shall present a clean final condition as determined by City. 26 5. Do not allow traffic on the fresh sealant until it becomes tack-free. 27 P. Approval of Joints 28 1. The City may request a representative of the sealant manufacturer to be present at 29 the job site at the beginning of the final cleaning and sealing of joints. 30 a. The representative shall demonstrate to the Contractor and the City the 31 acceptable method for sealant installation. 32 b. The representative shall approve'the clean,dry joints before the sealing 33 operation commences. CITY OF FORT WORTH UNIT PRICE CONSTRUCITON CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 321373-5 CONCRETE PAVING JOINT SEALANTS Page 5 of 5 1 3.5 REPAIR/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 39 ADJUSTING[NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION INOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 END OF SECTION 12 Revision Lag DATE NAME SUMMARY OF CHANGE 13 CI'T'Y OF FORT WORTH UNIT PRICE CONSTRUCITON CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101846 Revised December 20,2012 CCe6a06D Minority and Women Owned Business Enterprise Compliance TaHIIS PAGE LEFT INTENTIONALLY BLANK 2019 UNIT PRICE CONSTRUCTION CONTRACT City Project No, 101846 ATTACHMENT IA Page 1 of 4 Fe�RT WORTH City of Fort Worth Minority Business Enterprise MBE SubcontractorslSuppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Jhf� � � ��� ��� I^�� �t� Offeror PROJECT NAME: MIWIDBE 2019 Street and Bridge Improvements - Unit Price Construction Contract BID DATE Z0 City's MBE Project Goal: Offeror's MBE Project Commitment: PR JECT NUMBER 16 % 6 % 101646 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, Irl its entirety with regL:ested documentation, and received by the Purchasing Division no Ister than 2:00 p.m, on the second City business day after bid opening, exclusive of hid opening date, wi FaxTWORTH ATTACHMENT 1A Page Q of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ J/ �D/ ,5-6-/- Total Dollar Amount of Non-MBE Subcontractors/Suppliers fo TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ �-^----- The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and anomer/ Business Enterprise Office through the submittal of a Request for Approval o ChangelAddition form. Any unjustified change or deletion shall be a material brear,}� 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 Si Printed Signa re Title Contact NamelTitle(if different) Company Name hh Telephone and/or Fax A_N 0 0 L)f 6 u wlpo 14 1 cc viz,hrue' C�vvt'v Address E-mail A4dress C'1 F`D6 MA � lLo i I2,0fR Ci y/State/Zip Date Rev.2/10115 FoRTWORTH ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractorslsuppliers, regardless of status; i.e., Mirxority end nova-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 Q Company Name T n Detail Detail Address i Subcontracting Supplies M W Dollar Amount Telephone/Fax e B B B Work Purchased Email E E Contact Person E C 0,4,1 Clq ii AJTL0)ZM (�LM ria] est,'. '9S®-0�� M'eYca .kiL flq"j- //0j 9 � �' 5 �pO j �f-'�r.Jpr��. � El 3963 Yvj 1 A Free- I�I/ Ilit' 3z 7 �u ' D �l�ar� �.a r I �I ❑ dc,vrp i Cao i\ADO l ay fv, Milli* tel ,/6q -6 1 1� • IVI ❑ TomkS COYVAAk �Lo 124 rppq hitt rk�L,�a+, CA rr• i" !fie k^-o J Mav l 53q(e3 e-;-ef a4���rs _ �, PoRoY ; 16232-9-. 1 �o�G l 56 7 -7 OR 4t-Li`rz-- 1,)L-i"Z �cow�wna-n,- ❑ ❑ Rev.2110115 FORT WORT H �. ATTACHMENT IA Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and pori-MSF-e. 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 TelephonelFax e B B M Work Purchased Email r E E B Contact Person E 0 11 0 0 Rev.2/10115 GC-6.07 Wage bates THIS PAGE LEFT INTENTIONALLY. BLAND 2019 UNIT PRICE CONSTRUCTION CONTRACT City Project No. 101846 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 Tans $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator,50,000 pounds or less $ 17.19 Excavator Operator,Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form 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 Job Classifications and Descriptions for Highway, Heavy,Utilities,and Industrial Construction in Texas. Page 1 of 1 SDa1.00 Standard Construction Details THIS PAGE LEFT INTEL T]IONALLY BLANK 2019 UNIT PRICE CONSTRUCTION CONTRACT City Project No. 101846 8m g � � CD o. d � CM 4p } max ILf tV Va ��OFpp NP�WO ��W K� �YSFgr An; CL 0 ° w LL ° o u W LU jr H W co via m A'�'- Y - - x 13.1 kHIM: _ O a e goro 2 g 1 LLU _ z F Y S V a a r a _ N rf ♦ a m J q om C o< � �� 0 yz� LU ('r! o Fp a; w LU L Z 0 t �o� M Q cn n ` ' eon O a a- L LLJ R�I O +r _ U LU ti, -11 'S � lion Kit: z a 68es gO777uiiii I M1,� T g qqqI' m =_ i id- H a� ,4y1 $aza�i a ad P. J2 F �BF5 5 Y.imp p .ofi O a is. EPP 2 N A 4 d a n d m �vH LLA N 00 O d N O » O K CV L() O O LU. O C"p3 N af O X 4 U a Q Ro m rfOj O LU cnN Z U G U M m w O U Q OO 00 O U qq// Q 66 QU m LL Z w od p J J o" LU J f7-"' � W � z� U- N LU uu- v u- � Z a 0 Z W - F- w C7 U z m � 0 } I E9 r� Z o U n! � W� Z Ql O c9 ri z a a m Ia az N X O La a + V3 O C U Z I-- m w O Z F z Q O bA Z m U m U w a >-F Q U m Q 3a I Q J z u 2 U w LL O J J Q 4 z }} Z z a F- C, go \ - ❑ z Z o� w F w a ❑ri z m L ❑ o m z m z o go 0 N Ix Lj tn Jlal m x O x O O G Z -: CV NOTES TO DESIGNER: 1. FILL IN BLANKS AND/ OR VERIFY ALL TEXT IN BLUE. 2• REVISE DETAIL AS NECESSARY TO MATCH ACTUAL ROADWAY DESIGN. 9, ASPHALT PAVEMENT PER PAVING TYPICAL #4 BARS SECTION C4 UEET = PVMT. - - THICKNESS i OR 6' MIN. STABILIZED SUBGRADE PER PAVING TYPICAL 12" COMPACTED SUBGRADE SECTION PER SECTION 32 13 20 .NOTES 1. PLACE CONCRETE TYPE H PER SECTION 32 13 13. 2. PLACE EXPANSION JOINTS AT 200-FOOT INTERVALS AND AT INTERSECTION RETURNS AND OTHER RIGID STRUCTURES. 3. PLACE TOOLED JOINTS AT 15-FOOT INTERVALS TO A DEPTH OF 1 X. INCHES. 4. PLACE EXPANSION JOINTS AT ALL INTERSECTIONS WITH CONCRETE DRIVEWAYS. 5. MAKE EXPANSION JOINTS NO LESS THAN Xz INCH IN THICKNESS, EXTENDING THE FULL DEPTH OF THE CONCRETE. B- NEATLY TRIM ANY EXPANSION MATERIAL EXTENDING ABOVE THE FINISHED TO THE SURFACE OF THE FINISHED WORK- 7. PUKE LONGITUDINAL DOWELS ACROSS THE EXPANSION JOINTS. 8. INSTALL 3 NO. 4 ROUND, SMOOTH BARS, 24 INCHES IN LENGTH, FOR DOWELS AT EACH EXPANSION JOINT. 9. COAT h OF THE DOWEL WITH A BOND BREAKER AND TERMINATE WITH A DOWEL CAP THAT PROVIDES A MINIMUM OF 1 INCH FREE EXPANSION. 10, SUPPORT DOWELS BY AN APPROVED METHOD. ��„�,�]®�TH CITY OF FORT WORTH,TEXAS REVISED: 08-31-2052 ■� CONCRETE EDGEIRETAINER FOR ASPHALT PAVING 3� 73 �3�i��1D NOTES TO DESIGNER: 1. FILL IN BLANKS AND/ OR VERIFY ALL TEXTS IN BLUE. FIRST POUR SECOND POUR CONSTRUCTION JOINT WITH SILICONE JOINT SEALANT PER 32 13 13-0518 18" Al J. -ALI �i� is ii; IIII�[II—IIL €Ii — — 1 — — — #XX BARS ® XX" #4 x 36" DEFORMED PROPOSED SUBGRADE O.C.B.W. PER TYPICAL BARS m XX" D.C. ROADWAY SECTION TYPE 1 FIRST POUR SECOND POUR CONSTRUCTION JOINT WITH SILICONE JOINT SEALANT PER 32 13 13—D518 - .�.: •�Q;-'- �.I'-. .4. _ ;.off - :-.f�l.� - - .�~ P• _ ,.Q #XX BARS 0 XX' LAP BARS PROPOSED SUBGRADE O.C.B.W. FROM FIR57 POUR PER TYPICAL ROADWAY SECTION A MINIMUM OF .40 BAR DIAMETERS TYPE 2 FORT WORTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2092 CONSTRUCTION JOINT 32 13 13-01511 NOTES TO DESIGNER: 1. FILL IN BLANKS AND/ OR VERIFY ALL TEXTS IN BLUE. X15 x 18" DEFORMED BARS CONSTRUCTION JOINT WITH DOWELED AND EPDXYED INTO SILICONE SEALANT EXISTING PAVEMENT +m XX" O.C. PER 32 133 13-D518 (X BARS O XX" O.C.B.W. PROPOSED PAVEMENT PER SECTION 32 13 13 EXISTING CONCRETE PAVEMENT .J_ 71 I-1 I}. I i-E'-i i-I E I I I`�111-�_ i <E I€-I I�f i i t E i I'3 I 'j j- I s 33 J I liwwlilm; EXISTING 6" PROPOSED SUBGRADE PER SUBGRADE MIN TYPICAL ROADWAY SECTION FORT WORTH CITY OF FORT WORTH,TEXAS REVISED: 08-31-2012 CONSTRUCTION JOINT (BETWEEN EXISTING AND PROPOSE® PAVEMENT) 3� `I3 13-D512 NOTES TO DESIGNER: 1. FILL IN BLANKS AND/ OR VERIFY ALL TEXTS IN BLUE. EXPANSION JOINT, FORMED GROOVE F(X BARS ® XX" ROUNDED TO Ya' RADIUS WITH O.C.B.W. SILICONE JOINT SEALER AND 6" 6" REDWOOD EXP. JOINT FILLER 2" PER 32 13 13-D517 2" / 1Y4' MIN. CLEARANCE T/2 a. a d. �_ 4" T PROPOSED SUBGRADE PER ;a..'. -�-,P� -,�::� ''...`_.o� d• .;- -- - ,.d'.:.:�::" ro:'_ TYPICAL ROADWAY "..'�'f'o • , -�, '. - :�_`�`. SECTION 71BAR DOWEL SLEEVE OR JXX x 24" SMOOTH 16" CAP TO FIT DOWEL DOWEL 0 12` O.C. DOWEL COATINGAND BE SECURED W/GREASE STOP DOWEL SUPPORT OR BASKET FORT WORTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 EXPANSION JOINT 32 13 13-D513 NOTES TO DESIGNER: 1. FILL IN BLANKS AND/ OR VERIFY ALL TEXTS IN BLUE. #XX x 20' SMOOTH EXPANSION JOINT WITHOUT ;LXX BARS 0 XX" DOWEL ® XX" O.C. DOWEL SUPPORT BASKET O.C.B.W. INTO EXISTING PER 32 13 13--D517 PAVEMENT PROPOSED PAVEMENT PER SECTION 32 13 13 1Y4" MIN. CLEARANCE EXISTING CONCRETE PAVEMENT � 2" MIN. '/D o s '- PROPOSED SUBGRADE i— �s is PER TYPICAL ROADWAY 6" DOWEL SLEEVE OR CAP SECTION EX35TIN6 MIN TO FIT DOWEL AND BE SUBGRADE SECURED BAR STOP CITY OF FORT WORTH,TEXAS REVISED: 08-31-2012 EXPANSION CONSTRUCTION JOINT -- (BETWEEN EXIST AND PROP PAVEMENT) 32 13 13-D514 NOTES TO DESIGNER: 1. FILL IN BLANKS AND/ OR VERIFY ALL TEXTS IN BLUE. #XX BARS 0 XX" SAWED DUMMY JOINT WITH O.C.B.W. SILICONE JOINT SEALANT PER 32 13 13-D518 1 D —1�/ " PROPOSED SUBGRADE ROADWAY SECTION DOWEL SUPPORT OR BASKET X14 x 20" SMOOTH DOWEL BARS b XX" O.C. j ORT WORTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 i n CONTRACTION .JOINT 32 13 13m®515 NOTES TO DESIGNER: 1. FILL IN BLANKS AND/ OR VERIFY ALL TEXTS IN BLUE. SAWFD DUMMY #'XX BARS O XX- SILICONE JOINT SOEIALANT NT H O.C.B.W. PER 32 13 13-D51B +i=tj-MGf-4-11- I��f_ [ - PROPOSED SUBGRADF PFR TYPICAL ROADWAY SECTION FORT WORTH CITY OF FORT WORTH,TEXAS REVISED: 08-31-2012 j' ■■ SAWED DUMMY JOINT 32 13 13-D516 NOTES TO DESIGNER: 1. FILL IN BLANKS AND/ OR VERIFY ALL TEXTS IN BLUE. FORMED GROOVE ROUNDED TO AV RADIUS " /F-w SILICONE JOINT s SEALANT *•- ;-a°�.t �.o 1, .`.•. .b - t REDWOOD POLYETHYLENE FILLER EXPANSION BOND BREAKER TAPE P •°. T DOWEL SUPPORT BASKET (X SMOOTH DOWEL Vdi"WORTH CITY OF FORT WORTH, TEXAS REVISM 08-3'1-2012 r� REDWOOD EXPANSION JOINT DETAIL 3213 13-D517 FORMED GROOVE ROUNDED TO Yon RADIUS Y4. SILICONE JOINT SEALANT Y4" fi SAWED JOINT FACE T/4 i' DIA. CLOSED CELL .'' EXPANDED POLYETHYLENE FOAM BACKER ROD FORT WORTm CITY OF FORT WORTH,TEXAS REVISED: 08-31-2012 SAWED JOINT DETAIL 32 13 13-D518 N .(_ .. cm c) 04 .e q lI— 6 Pip Rw_VV SIS p,. ym g /LSA LL lot pit �o r O � 1I •o-'`<_� Y O � m s, try � a 6A 6 13 1 011 a z � n N_ LO d (V f� 0 O w W Cm OW w J wad v0 o x� aZ C) r w�v OU6) �QM MZV �W�Ln �-Mz Z�Z M moo U Z(w+) CO 41 r. V 3 - .Q I �__•.._�: Il~L``\tel.\ �€ N O LL LL d waz U 4 Qam m Z a n.-r NOLLO3s 1 1 P,L- a IVOIdlL aidII1- �Z aarn� w :'e 0 in z Q Ln 9 Ln 3 ti o w oao _ U Z D-UP p� mml l 7 a 1-(/1 j J (.i o wa F o C)a z �j}a �' .a.' —iI oo v4 0 )IL ,neo 0 X 0 a o Dy F z aaz �u woaa a> o pun a r a a � aF a w 07: w C aL 4 w CLILI V G' N = QU = Z YM Z of «i �� Qly W O M } O Z Q IV r U J w WIL- V) O z N NOTES TO DESIGNER: 1. FILL IN BLANKS AND/ OR VERIFY ALL TEXT IN BLUE. 2. SET GRADES TO CONVEY STORMWATER WITHIN R.O.W. OR EASEMENTS. 3. REVISE DETAIL AS NECESSARY TO MATCH ACTUAL ROADWAY DESIGN. 4. MODIFY DETAIL TO MEET SPECIFIC CONDITIONS. 5. DEVELOP STANDARD PARKWAY DETAIL FOR EACH CONDITION ENCOUNTERED ON PROJECT. 6. DESIGNER TO COMPLY WITH THE MASTER THOROUGHFARE PLAN ADOPTED MAY 2015. �I0 PARKWAY WIDTH 1 --' 1' MIN. � - om x'y U 0 Q U 00 0.5q (MIN) y," pER FT. (MIN.) 2% (SAX) 4:1 (MAX.) _ TOP OF CURB MAX_ SLOPE 4:1 PROPOSED GROUND LINE STANDARD X" SIDEWALK PER SECTION 32 13 20 CUT h PARKWAY WIDTH - 1' MIN. _ PROPOSED o m GROUND LINE x U U Q m MAX. SLOPE 4:1 0.5% (MIN) y," PER FT. (MIN.) 2? (MAX) 4:1 (MAX.) 1 ;.-: ,, TOP OF RB STANDARD X" SIDEWALK PER SECTION 32 13 20 FI LL FORT WORTH CITY OF FORT WORTH,TEXAS REVISED: 07-28-2016 PAVED PARKWAY SECTIONS TYPICAL. PARKWAY SECTIONS 32 13 20-DS26 P _ 00 ED 034 o� IT N C4 LO I � CD C4 W Z LI 3 W :IF gw O W II QIILI- w \C z a O' W 52 a z x f Xw Q LLI Z �m w ow Q a _ m E O � m3 m U AA oUJ >� LL z zoo J a Jai c� cl AD move .. JO Nava _ _- 1 _m z (xva9)r:o z M1 I (NIwY ses�o I ow3rc Rao o Z-n _ -a Iy i LJ W_ 1 t 5 L. s� 2 � F �� Vin^ a To I m E p n z I f4 Z - I + o� m �f Ter" Amo (kyw) I I (Him) w)xso - --- i. xz;g ?? F� mc-A >t 6 � Lu 3 o wz3 wcri � an n o J 3 _ w � maa N a Y F r uzppUrn 5 62 mTp w4 U oT zY W �W � 4. ? x#ti UN�[xi Taw #�3o aUz 4 Ua w9 To.1 } F tY Gm� �srrc �! ix rcw? aH no.§ ENS o¢ IUiK u�11�J lJ GI - w ul m W � � T W p� CD CA CS1 I LO e� c0 On 0�� ��hfaa �1 cpm o S F�WM OqS 4 F � �5 Z •-/ p � (n � RO uj \ IFONm 6a Z sa i IYfL s--n- y zog x H o - CL o W a + _ Fuz J W m X m W rdo I U, O ami oLU _ oa ON o 2 „J o y �a ZLLI F- �� 0� ifig LL� B � h g € O W W LLI IL JS l6b *Ob L7€1p R� Nmo �' aua� •(�� �.V �iC� dl ----- j0 NJYB z 30 NaY9 .1 I �p p� oma „:e S" � I �n wE-" D0. �3• � a z x �• � � p n , I N ro Z V�V O p� y,np��F0.� Jq�s jOK F0�6 pS � r� �¢! a O IoW b-A SHF t g _� Nm� azry zr, Pi.-ai~��� C= 4G zea �-zp y2 9� 4 a aon oz $ ms y as � �a¢� � 990 -.18� gxffi f5 � 6N- 46 N- U., 3�Wmm0iM cod �c�am R210. n- aaffia a _ a a li 4 ui a OD o ,60 3rN]] II `Qa I ^�3 a� €o x:5 LLJ 'li 0OQ� SD N a 0 W L) LL LL ° zw � X04 �A o tl �d go'c a a -- � e x�ve y I {xYW)Ms)'Z �• �� ' ��• � n ma 6ffi�I I e:., _�u__ a� zz < � •gym I I � ff � foo ���,.,�� •'� ��� �$ �� `� a z ut # AX- q6 -Zr 4 is FUN IQ T- Qw '!' .� _zg ao" ' i� allo� k�z S 1 3 a-xw'�mB iz qi5� z� Li }a�i 3C44� o � ��, � � � z � N .i 1 nt N Yi 6 v3 NOTES TO DESIGNER: 1. DETAIL DEFINES PAY LIMITS OF HMAC TRANSITION SUBSIDIARY TO THE CONCRETE VALLEY GUTTER CONSTRUCTION. /24 HMAC f TRANSITION EXPANSION PER SECTION y EXPANSION JOINTS ,q 32 12 16 1 JOINTS PER 13213 13-D513 v2� \ 32 13 13-D513 o= I lo zi 9" HMAC SEE NOTE 4 TRANSITION PER SECTION 32 12 16 XINTERSECTING VALLEY - - - - - - - PIAN VIEW 9,. 9.. SEE #4 BARS ® 1" MAX OR AS DIRECTEDBY SEE NOTE 4 16" O.C.6.W. THE ENGINEER NOTE 4 COMPACTED I 8'-0" MIN. SUBGRADE (RESIDENTIAL STREETS) (SEE NOTE 2) SECTION A-A NOTES: 1. THE 7" REINFORCED CONCRETE VALLEY SHALL REPLACE THE TOP 7" OF THE PAVEMENT WITH THE REMAINING PORTION OF PAVEMENT TO BE CONSTRUCTED INCLUDING SUBGRADE TREATMENT, IN ACCORDANCE WITH THE TYPICAL PAVING SECTION. 2. 6" FLEX BASE, TYPE A, GR-I OR MATCH THE PREPARED SUBGRADE REQUIREMENTS FOR THE PAVEMENT SECTION. TYPE D OR TYPE 0 ASPHALT OR PREPARED SUBGRADE MAY BE USED. 3. PAY LIMITS FROM EXPANSION JOINT TO EXPANSION JOINT. 4. 9" AND 24" HMAC TRANSITION SUBSIDIARY TO CONCRETE VALLEY GUTTER. CITY MAY APPROVE ADDITIONAL HMAC TRANSITION BEYOND THESE LIMTS UNDER SEPARATE PAY ITEM FOR HMAC TRANSITION PER SECTION 32 12 16. 5. GUTTER TO BE SHAPED TO CONFORM WITH CONCRETE VALLEY (OR PAVEMENT). ORT WORTH CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 7� CONCRETE VALLEY GLITTER 32 16 13-®530 <yH qms CD M N K) xFLi and CISLij M co :-: b� LU M LU MAE '-0 7� rLL x� LL S p CF I 1 0� m RNs �r {yo z (wry s) oaf � jn 93111YA }kII m8� zU qq .95! Q. Qrcdm �`� F- ' 4 � oa t; Iifr !!� � a C kr) w E, v 164 i� L Ft - �x o 1— uj < � opo N rw1rv.9) m S3JHVA 4 cV Lo c O C4 f� W M Cn I l W N 0o fif ('9 ¢ I rs m o d d N z U O KN Q� 9 Y Z U Z)n �� W W CL Z n �` + Q 0 m O ,a [n.� � D U z L.j QLL in V UJ F M- NSW L roZ ;' +�;•;•+�+} �� a E~ >IIVM3©IS N� I N 'XVW L;ZI �i r dWVN i + ++a+++++ \ O LI LL "+++++++ \ o I-- ---- -- �. ++*�++� o m 0 U \I I U W E K z is v m WW X r Ww r ¢Z r a<CL co I a o �a zx ( i ~r� of I r r> I i- �------ z Y f J w U zXVW C) %Z o Q 0 Z z� o Z - Z EL X }y W W m U LLU W U Q E� m co t� CD 0 U N {O Z L� m J O Q N a U U zo� NO�1 j � Q S z ur 9b� LU Cl) \ AOI \ J \ 4 ♦ m N1VM341S NLi ` ♦\ / \\ r m !C z bi\ 00L E— LU j:: o.n \ p.' z Y�Y" \\ 0 66I k•Y z z ��� .'YY•... O Y' \ i-n LL a a Q ♦ z ��� � �`�� ` 1 O Z)00 W•• J \ Z� 0� a 1 a x z:2 T wIn �d 4 Ln o a� r ; � � �►�` i W� W LZi.3 v' ► a a oa o� � LO z o z o F XVV9 > a o zZ 4 M Zn © Y �d I' W Q W v d O 0 Q J e QX ¢ ln— -'1 M w y) a 0 ED U -j U- m Qa> a— Q U K Kw U')ro Ix a 73 Q o� 0 U W U Z� Z po 0 o J 0 U Z W LLJ w Q z� oa a U � W M �s a o 0 Q X Z pW J N Q C7 F W Z O F- W in 2(6 WN O O Z .- o � co N O o N � N M m L) 7) C) LU 7� z U ® L�L/ Z W O LO Ld in IL N oQ ~ch nc V Z M Z �K = U1 Z� J4 F- d'N Z Z Q Q O �+� W W Z IL O M w ® 3t J it Z� vQ / ! O Y a� XVW �X / LL m 0 V) j p LL LU F- LLJ W I + + + + +�.;+� I Z WIN as +,++++* I yB. s 'XVW teat +}++. . I Z +++ + + + + Zvi = - W r XVw �� 1 c=i Za x W v Y J LLJ � W U U Z 4 Y L� r Q� 3:V) }.I 0. LLI U F W pG L'i F W Vy w_ O Z r o p \ � § � G � § m _ LU ( U) ° 2 ° \ } 2 } } » LL ( . } } } } LLI D o® / Ld \\ } } \ | §2$ \ omI gym\ | } ) 0 C) CO(\ | |} } \ [ } } g I171 LU C3 \ � | \\ �® W I | I © ' . Ld /�- _/ I C) 1 &§ \ sEn I } � W — ----- } u}R LL LLJ LLnw new m $ ) _- ' e ®� } ) � � z } $ % e » k\ e Li }M � / § 2 ILm Lo § F W LJR Ld M §[ co§ Lj k 2 W CD N !� LLI O U) c m z X U O F 0 Z Z w Z O m W I'1F9 Q Vf U Q zo �` d a Y (n WIN o 2 J X r ®- ` �o X LLLLLL W ------ I 3 f 0 I p _jW c' (� 2E 3 o i a r I o M I ANN I D ¢W- i I " a t'°9 LL C)¢m I I o ncuna I NIW ,S I z U) XHY4 ++*++++ N +.*.r + I o z F� z ° I nam i M o x J I i LU io c I c �o = U th ~ Q ce D v t Z xvA v� o RZ s rL z W O Y = 3 N X>- rt W v UY } R oco a2 u u o W R Vy O} WZ N N W W A Q 0 z ., (0 N LO co N I I-- CD O C4 0 LU W � F 6L z w � QN LL0 X C 1 m �m LLEL IL wZ r hL Zc=11 (p < O< WIN w O �U0 0 W U QZ i a ` Ld moLn w f- Lr-7- - -- -- ♦ >- LU ? x o g 'Nita l:OZ °.°i° ' `� �� \ z_ 0- cq C3 A i + + `\ a. --------- ----77-- ------ Y0t a Ld 4MON 33S JF R En— 0 Of L, ff�� L,a mL, U af 0 0 w � Z- �cn 4 ww Fw wU �Fim d X� ,Dv Q0 a: Ul of 7 m-j noW o - �r7 On-r,Z< -F--pr OQ Of ¢� RW'Q O S J fn Za Q Z fn Z fn X Z W Z Q H H� aF QQaL¢i OOOofZ-O -J 00. �ML,<WW7 Q 4 L�Z dimly �ONC70 Ul 0.J OwONO L f w W _C F- F- L� � O 30 y N J>- 0-4 0 Z L]A of 0 ~LL LLI wd © Z �Z 14 Q w 14 Q. cV 4 N M m o fid LU LU N � C'7 z 0 Ix a C.Do K Z �Z r Lr � ° �0^ IL w aC) C E w �O LdD i 0 U J li O VJ— 'NIW NOIlISNVNi LL ean� o LU (, r -------- --------- — —� A LLO 2E LL z X I ? 'NIW Lroz ";YYq»Y --- _ �� ? a )41VM301S N a I z'� XV1� LZl •'_ `� �� <r� . < : J dwda Y�sYYTY ` ``\`��` `� U I v ` .�FF kYYY9Y1 \` �\ ` 1�•L• III -- --------------- r C) 0i 31ON 33S z „, Q ry Z3 O m[7 W o w LYul vCD Z� `ww�m-,E� Zu'] W�wUOOTN . Ld 30 F=-Q�j w0F,zjm m O-z ¢UL� :2 m 07 yT�h W O W�LOrJwz-j w W fs rW 0 F--%(L'=wEn �. fiJw zdaaF-W O Oa a:2 n�wrLF-�zJ VI�U`mWQ Za - O W-,moz =)"z m�Jo�o_ m lzowxF��w 0�=000 VI J QF-M O a.- N_ N O LO ? 9 ODO b w M w N � M m n a U U O U Q Q ai F W F- W O Z cs i` Lr z d dQ � n \\ I Or 0 N I \3:Loly \\ -0 // I 0 wLLI UU N I O \\ f Or I U Q LL �' I \♦ / U o V)a I \------- —/,/ I I`4I I +A+F6+t +tr 4 + I qta#}#¢ W h I:OZ z 'NIA t:OZ NlVN4SS0iJ0 + ;•;* n in '}#t'+, I LO Z I d� Z dWVa +t«#,#+ x } } q % •NIW \\ z 16-1 4�< z I / ♦ I Q ♦` I I ri o � tV M O 6 W (� U) .r W CV a' i'F3 0 U Q W Z � 0Q � Z ZWTe 0- ~ m x VJ � a U m Z Z d 0 ® n- U J LL 0 }— tL Z ul W Ld 1- � p ifs aN > i A 3 3oar CkV)W 0 'Nlw 4 OZ �,z Nlw L:07. +++++ +++++++ 'XVN! I Z L z XyW L Z L NIdMSSOi1OI +++'+"s in Z ++ + , diva Z dwva ++++++a a ♦ t I +++++ + 4 3++ I I + « 4 I 'Nlw z Q m w C,f U Q En w 0 --c ix co 0.U O N 00 O Q LL1 W Q D LLI x ®N�/ � L4 m _ m � H m z 0 0 9 a F- -�0i cLLJ.� W N LL O r L) NIW LL O hi `_+q TO LLJ 1 tr#+aaF+ 4 i -0 q F a + e#3hF I �1'lvmss/1 A F # Y II lmo ' 4F44 I I #iF #P Free F r r er# 1I aAF�rep o- 4 eFrei F+P+4 + r z r � d �a Ith Of t� 7,u O J 3: J Li a m V m0 U U cD N d cV p� X ¢�) LLI2mFW Z - W j . ,. J U '.� Q� Q z�ww �'` FSU z m O WW d �E ZN J�Q W0 (Dnp ¢ Z� I Y p ❑ [Wi DwaZwZ4z¢ FLU 0M w F= F m o� L _ U N _ lQi F-w(nZQJF- F wWW- 'O 0>0 Q. m n Z z RK LLI ta-owz n -1 F- Mw arca M b ¢CP M VO QZC9FZ a O ZF.mjWw U Laip��z Z¢ j N WQfie m'0. UaFF p W m Fx.Z a ^zEz—F- U LLJFW- =UKJ Q� U w :L21 }' O g 11 LL �zU Q�Q p O�Jow ¢ rg. a O -�-� m OW a wU W OFW�=r~n W �F`��OWU' ZJW Z d W T N In¢ QU ¢ w Z-W 33 -mIL =1i �W�pYZ �mwa w w Jl.a.. z wM xFcnc�oF z_ a�� FZ F u��wm-w awz wQ¢UWw aFw Q rt z Dz ¢xwwF¢-Wa ww�mqUmag� �wTw F °" a � !� ¢ phi W`� v1WLL U O OEW (nwXZwO,zFF UppWo U O m J Z J 00000 c Z ¢zf"nZpLUJm NF MpLLI Q JOpJ�Z ��� �{� D O O O O } 0©a W J Z J 00000 J U._lw w toF �oQamazC3 L'tW dol d� 00000 D0000Qz LF,J�F-UYUi pQV]Jlpclm[n7Q 3Zw�pJ 11 W a $COJ 33AVifL oa000 a o p� :�trw(n pzv :z"f°'? dna FwD} ¢ w w�a LLf NVIZLLS303d oa000 ¢ ¢Jw W�WQWwFD�ym JJ Qa>aJ JUF I- O N01103NI 00000 U w wpm¢ ¢m<WF<W z -- w<jDmD U ¢ ado 00000 a ¢ QQ NQU�4j� z��zw af w m� FF�Y HFdza p a Up = NIIN zop<1 Iw �awa�wxra n�c¢o�za Q a `� p F- CL 0 OC]W33f� Mmw�FQa��w .Vz } c��orno�Dc�Q wUV1 ZQmJZLLJ, ¢w zm M Fz Z F-.<<7-0 Z�OZ ZW mm z"'FQ NU Qz OZ� F-Z W U' Z LAWQ r5zZW FpVf=u W $ U¢F �=UYX,p¢U 3 ¢❑.O¢W¢U aw wUm OdC.'lp w J 4 WXFU(/F cn�}aaw�cioW�wz�? LLA��v�Nm �zaF,a mz71a)w= O �p J�p O�O"'Ljmz aw-jmmonpMim l0dL`�O�o�W U�jZ l!, QW m Z WOHF Tm-< OOMMODUWUN¢Ujap Q I 1w-�mm— u- a�+nw>v F o z w zz mew¢a wwawZawDawOzz�DL`cri�r'w�wl�la11¢ rzinao: O M 0 a_ 1.- 0w F WWFw WKF W>-az 7zwF' ui<0 w�oa¢a�ia mcl 0F3�ao�'Jma�F�� ni rri �v=i� F 6 Dz f �i ori r 0 of co 00 00 (D Y Cv d U ¢ m w w p p U W Q O N m �Z C- z Q m Z m¢ U �N m :z U) w^zv� w ¢� Q� �wJ win a a `� �p am wnw �Fo L� Jp m ..,..... pOF Qom¢ J In w ¢ of x Y 4 Q O— �Z w� � If= �o W oz ;� Ill �Jz wFnm �� ll— xQ UMz p� p Mv pU0 _ Q U O U p ¢F---) - W rn F.J F Q Q � JF1 Q. mz mmZ F < Wn- ORO 0 m Q Z 00000 d � 00000 00000 00000 00000Z 13AV2i1 00000 Z z O NVIaIS303d dINV21 00000 F LL c 1 F d0 N011032f1000000 U w 00000 Q In 00000 LLM 'NIfN ern a Qw ,.tz O z r+� M zp of ti O Q¢ N wz �a JJ¢ � 3 wQ ¢ W pw Q O U m �p oO a ¢0 am m m M m wa om a T I t (n l � C4 Pus Y= 'On V wg, 3 1 4-, c� V I F z_ ya _ ¢ e� m z= �" E6 r oo a a r t- LU to q ui z o W M m r#4 ST F� U U gg� cool Ld O ao "Zd LL n_ O +� iarn En vs U NO #ga lu a U JJ O pp 6 I pp I{�` y�yryO O z ✓i S J W d g Dy�I La & I # Z¢ h A d - o pQ 14 Uw ptoQ 1 I w r 1 k U O S3WA Id v so NOTES: 1. MATERIAL AND WORKMANSHIP SHALL CONFORM WITH 4 BARS (DIAGONAL) AS THE REQUIREMENTS OF CITY OF FORT WORTH STANDARD SHOWN, EACH FACE SPECIFICATION 33 49 10, CAST IN—PLACE STORM DRAIN MANHOLES AND JUNCTION BOXES. CUT BARS WHERE BFND is 2. ALL REINFORCING STEEL SHALL BE GRADE 60. GREATER THAN 1/4 O.Q. OF PIPE 3. DIAGONAL BAR SIZE SHALL MATCH THE LARGER SIZE OF HORIZONTAL OR VERTICAL WALL REINFORCING. I I V I I I - - -- -I- - - -I- 01 I I- - --I- -- I- sem I- -- -I - - -I- I I I n I BEND HORIZ. & BAR (CIRCUMFERENTIAL) CF PIPE, TYP TYPICAL WALL VERT. BARS WHERE APPLICABLE AS SHOWN, EACH FACE REINFORCING TYPICAL ELEVATION 1 2,-0n N TYPICAL BOTTOM TYP BOTTOM DIAGONAL BARS SHALL SLAB REINFORCING BE BENT TO FIT WHEN BOTTOM TYPICAL WALLSLAB IS ENCOUNTERED REINFORCING SLAB ELEVATION F�RTWORT CITY OF FORT WORTH, TEXAS REVISED: 08.31-2012 TYPICAL MANHOLE r PIPE PENETRATION 33 49 10-13415 L n- o F N N L1 z w CD F Lu L>" O F woW z¢ O— D— O Qw OW Vii— MD ;:�i.•. a •- l V0 OF Y� d 0Jm �ry4 QC3 wra9 / LI_I Z¢uizC) mo oz aJW Wa afW a.y Q DJ¢ff) MJZ Jd Zli '�i: W 0 W Y H r Q W J Q t7 H "y.t �'.i. .., n'. LLI f'/ A wt Q 0¢1L Q quo W C=JOW4U�\is7 -A[�7 g D�U1ZYm�WK 10001 �� �-Z3 Or�O aZ �F-OQ I U Q Ulla_N M mO F-M O-O Q WJW a3 000 V'"E-j 'N Ma MM1KR'QF 7Q Q WW Z tnmo Efil E, w wWwT J�zDo �=D �Q¢ z�� ao �w� >> V)pDz��c^c~.f>oza ¢[aa <8o ,a 11w p W QOODV)F-UJ ZUJJz2 -0 G W O OJ-W J�--M Z K W W W O2 /(� WR 02aJJ: JQ`�V)41 Z< <m z V/l'/y U U AT Q V 7-: {V 17 d' If) tQ n V ,I¢W 0 W U L\1^71 w Z ^�O ~ W � 0 W x 4 Q � O LLI LLI Q CJ • 0 Z Z v LL- '` LL LL OO � •.F+•` e6[, by _ f� ZLLI�' of w ` "'o' i o a 5: a zw J Q O LLJW C) J LU ��� WDw� WWm Eq~M �^ p WwV) Z i0W • d [if L),< �F-W Tp�ww� rL paXA WW OAU 0 O� WMOZ a�I,:a02p J<Z Q w O W Q W W m K Yw¢ MQCC), J JL F-3 ~0U7� ¢Q ¢¢0 WWwUlW �0 0 w vO_U11r V0V11JOO W m F W r 0 Z U1 ��,274 J 0070Q 0> MZ - aOw ©F m J N 'p••`•t •qA• e5•• FWD LCiJ CD Ljj CIRCUMFERENTIAL BARS 1/4 I.D. (L PIPES LARGE PIPE #3 TIE BAR SPACED CIRCUMFERENTIAL AT 12" MAX IL 9 /• 3" o TYP a r I I J w O.D. LARGE PIPE PLUS 1'-0" ELEVATION #3 TIE BAR, TYP 1'-6" 2" � r TYP SMALL PIPE a ° .'a I CL LARGE PIPE CONCRETE FILL SLOPE 2:1 NOTES: 1. MATERIAL AND WORKMANSHIP SHALL CONFORM a:• WITH THE REQUIREMENTS OF CITY OF FORT WORTH a STANDARD SPECIFICATION 33 41 10, REINFORCED CONCRETE STORM DRAIN PIPE CULVERTS. 2. ALL CONCRETE SHALL HAVE A MINIMUM 2—#3 COMPRESSIVE STRENGTH f'c = 3,000 PSI AT 28 DAYS. (CIRCUMFERENTIAL) 3. ALL G STEEL ALL BE SECTION 4. PPERINIVERTR ELEVATIONS ONS SHALL BE SHAOWN60.N STORM DRAIN PLAN AND PROFILE. ENGINEER MAY MATCH PIPE RIMS, PIPE INVERTS, OR PIPE CENTERS. THE LARGEST OF PIPE DIAMETERS WILL CONTROL CONCRETE COLLAR DIMENSIONS AS SHOWN IN THIS DETAIL. a roar CITY OF FORT WORTH, TEXAS REVISED: 08-31-2012 CONCRETE PIPE COLLAR 33 41 10-D416 � — � �D� D.C. o~� � _! '71 �2'1.c ) || §�r )� } ai !j ®@ k 5 7i. \ / }) _ ` \ , \ M §\ m 2 ! /) \ ;|� 2 §/ / a / §§� ¥@ / ° \ " / § � ! \ lu \ ;a - � � &� $� � � . � �D.C. � � k — � a ! 3 > 0 � Fli \ ) « m G 7a Z D G o e § \ y ) } \ 2 . e j/ ) , / , . Q U) § 3 \ \ _ \ 3Z < ( P- M , 2 \ r ] 2 ° Ell f rn ! d \ / > C3 ] \ § � a ) I 4' 1__F0RTW0RTH.+ l.. f 62" S„ 3 J Project Title f 8 4' Fun o 2„ ng 3" 12„ Contractor: _�.. 2 Contractor's Name 2 2_" 11, 12„ Questions on this Project Call: 2 1" 12" (817) 392 - XXXX 1„ 12' After Hours Call: (817) 392 - XXXX .� 21„ 2 H1"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 GAS 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(817-451-4684),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: