Loading...
HomeMy WebLinkAboutContract 52598City Secure Const metion 0 ,Project Managcw 7 %AQ :a c�s�grw�19 GRI Y 8FzGRI=TARP CON RACT NO. '� J Fo R'r WORTH PROJECT MANUAL FOR THE CONSTRUCTION OF BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) City Project No.102099 Betsy Price Mayor David Cooke City Manager Steve Cooke Interim Director, Transportation and Public Works Department Prepared for The City of Fort Worth TRANSPORTATION AND PUBLIC WORKS 2019 or-FICUAL RECORI 00 00 00 - 1 TABLE OF CONTENTS Page 1 of 2 1 SECTION 00 00 00 2 TABLE OF CONTENTS 3 Division 00 - General Conditions 4 0005 10 Mayor and Council Communication 5 00 05 15 A d iid 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 0073 00 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 01 57 13 Storm Water Pollution Prevention Plan 41 01 58 13 Temporary Project Signage 42 01 6000 Product Requirement 43 01 70 00 Mobilization and Remobilization 44 01 7123 Construction Staking and Survey 45 01 71 23.16.01 Attachment A -Survey Staking Standards 46 01 7423 Cleaning 47 01 77 19 Closeout Requirements 48 01 78 23 Operation and Maintenance Data 49 01 78 39 Project Record Documents CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS' (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised November 22, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 000000-2 TABLE OF CONTENTS Page 2 of 2 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 34 - Transportation 3471 13 Traffic Control TxDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges 2014 adopted by the Texas Department of Transportation are included for this Project by reference and can viewed/downloaded from TxDOT's website address below: https://ftp.txdot.goylpubltxdot-infolemdlcservelspecsl2014lstandardlspecbook-20l4 pddf Item 401 Flowable Backfill Item 429 Concrete Structure Repair Item 432 Riprap Item 451 Retrofit Railing Item 481 Pipe for Drains Item 528 Colored Textured Concrete and Landscape Pavers Item 540 Metal Beam Guard Fence Item 542 Removing Metal Beam Guard Fence Item 544 Guardrail End Treatments Item 770 Remove Timber Post Item 778 Concrete Rail Repair Item 785 Steel Member Repair Appendix GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GN-1.0 General Notes SD-1.0 Standard Construction Details 33 END OF SECTION CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS' (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102099 Revised November 22, 2013 i&C Review Page I of DIII!.1.1%--I1- PJ Ilir. t Ily ICI I «iI k'1ig11i, IP-I CITY COUNCIL AGENDA F0RT WO R I It COUNCIL ACTIDN: Approved on 6125120/9 DATE: &2512Q19 REFERENCE "C-29169 LOG NAME, 20BRID E NO.: REHABILITATIC)N {]19- CODE: C TYPE: CONSENT PUBLIC NO HSARING. SUBJECT. AOtfidrize Execntlen of a Cantract wlth Gibson & AsaoaIates. Inc„ In the Amount of $ 86,599,00 for Bridge Rehabflitaticn at Eight Loca fions (COUNCIL DI S TRI CTS 2, 4, b, 6, 7, and 8) RECOMMENDATION: I is recc) ni sanded that tha City+ Coun6I authurfze the exF,-cuticn of a cc�ntrac:t with G fbson Associates, Inc.. in the amount of $286,599.00 far Bridge Rehabilitation 2019-1 at eighl locations. DISCUSSION: T h I s contract provtdes for the repair and rehsbilitation of eight bridges on the attachment provided (City Project No_ 102099), The ma]of bridge repairs aPid rehabilitations Include pedestrian ra11 repoir and retrofit, stone rip ri�p work, wing wall repair, and metal beam guard fence repair. Construction for this project is expected to start a pprox i ni E3 tel y September 20'19 and to be conipieted by approximately January 2020. Upon completion Df the project (lie re will be no an tcipated i mgact on the general fund operating budget. This project was advertised for bid on A0rl1 10, 2019 and Apr1126,1019 In the IF art I+VQrth Stor- Telegram. On flay 16. 2019, the fallowing bids were received: Btoltlem Amount Gibson & Associates. Inc. $286,599.00 Urban infraconstruction, LL $292,947 00 IB TX LLC $31.8,3.70,00 Scott 'Fucker Construction Cc $364,009.63 GIB$ Equipment Go. LL $408.550.00 MfVV1 E OFFICE, Gibson & Associates, Inc., Is in compliance with the City's 13DE Ordinance by nornmltting to JZ% IVIBE paftIcipation Dn thiis project_ The City's MBE gaal on this project is M%. hl�p://apps,ef n t,arglcoiancil—pac:ketlflic_revie .asp'AID=271 8 coun0iIdace=6125/201 7/1M19 M&C Revkw Page ? of 2 The City reserves the right to Increase or decrease quantities of individual pay items within the contract provided that. the total contract amount remains within plus or minus 25 parcent of the CDFA act award. This project Is iQcated in COUNCIL DISTRICTS 2, 4, 5, 6, 1, and a. FISCAL INPORiMtIATIQ141 EIRTIMCATION: The DiMOW F of FInance ceTtitic-s that upon approval of the above reco m rn enda Von, -funds are available in the General Capital Prof is fund as previously ap p ro pr I ated. Prior to an expenditure being incurred. the participating department has the responsibility to valfClzte the availability of funds TO _ Fund Department Account Project Frograrn Activity Du[fgel F ferenoe Amountl art ID T Year (Chartfield 2} I FROM _ Fu€rtl Departm rat { Account 6jec# Program f Activity Budget Reference # Amount 10 1 1' - ID I I year hartf1e44; ubmitted for City Mansuees Off lee -kw- Originating Department Heal: Additional Informatlon Contact: ATTACHMENTS Locations List I3R Rehab 2019-2.x1sx Project Map.pdf Susan Alanis (8180) Steve Cooke (5134) Store Cooke (5134) http.11apps.dwnet.orglcouncil_packetlmc-rev iewmp?fD= 7108&couiicitdstc--&25l2b19 7/11 019 001113-1 INVITATION TO BIDDERS Page 1 of 2 1 SECTION 00 1113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of BRIDGE REHABILITATION AT EIGHT LOCATIONS 5 (2019-2), City Project No. 102099 will be received by the City of Fort Worth Purchasing Office: 6 7 City of Fort Worth 8 Purchasing Division 9 200 Texas Street 10 Fort Worth, Texas 76102 11 until 1:30 P.M. CST, Thursday, May 16, 2019, and bids will be opened publicly and read aloud at 12 2:00 PM CST in the Council Chambers. 13 14 GENERAL DESCRIPTION OF WORK 15 The major work will consist of the (approximate) following: 16 17 Project consists of bridge repair and rehabilitation construction. 18 19 218.0 L.F. Retrofit Rail (TY 131RC) 20 790.0 L.F. Metal W Beam Guard Fence (Timber Post) 21 57.0 S.F. Concrete Structure Repair (Vertical & Overhead) 22 23 24 DOCUMENT EXAMINATION AND PROCUREMENTS 25 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 26 of Fort Worth's Purchasing Division website at http://www.fortworthgov.org//purchasing/ and 27 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 28 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 29 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 30 Parties Form 1295 and the form must be submitted to the Project Manager before the 31 contract will be presented to the City Council. The form can be obtained at 32 https://www.ethics.state.tx.us/tec,/1295-Info.htm 33 34 Copies of the Bidding and Contract Documents may be purchased from Nikki McLeroy, 817- 35 392-8363. City of Fort Worth, TPW, 200 Texas St., Fort Worth, TX 76102. 36 37 The cost of Bidding and Contract Documents is: $30.00 38 39 PREBID CONFERENCE 40 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 41 BIDDERS at the following location, date, and time: 42 DATE: Wednesday, May 1, 2019 43 TIME: 10.00 A.M. 44 PLACE: Transportation and Public Works, Street Services, 5001 James Avenue, Suite #: 45 201, Fort Worth, Texas 76115 46 47 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 48 City reserves the right to waive irregularities and to accept or reject bids. 49 CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102099 Revised July 1, 2041 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 001113-2 INVITATION TO BIDDERS Page 2 of 2 INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Tariqul Islam, City of Fort Worth Email: tariqul.islam@fortworthtexas.gov Phone: 817-392-2486 AND/OR Attn: Tom Ashcroft, CP&Y Inc. Email: tashcraft@cpyi.com Phone: 512-349-0700 ADVERTISEMENT DATES April 18, 2019 April25, 2019 END OF SECTION CTI'Y OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102099 Revised July 1, 2011 0021 13--1 INSTRUCTIONS TO BIDDERS Page 1 of 8 I 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 anly 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 Bridge Rehabilitation at Eight I.oeatious (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised August 21, 2015 0021 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 8 1 4.1.3. Consider federal, state and Iocal Laws and Regulations that may affect cost, 2 progress, performance or furnishing of the Work. 3 4 4.1.4.OMITTED 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 Bridge Rehabilitation at Eight Locations (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised August 21, 2015 0021 13 - 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. b 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 generaIIy 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 S. 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 tbereto 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 Bridge Rehabilitation at Eight Locations (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised August 21, 2015 002113-4 INSTRUCTIONS TO BIDDERS Page 4 of 8 1 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 2 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 3 of -way, easements, and/or permits are not obtained, the City -reserves the right to cancel 4 the award of contract at any time before the Bidder begins any construction work on the 5 project. 6 7 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 8 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: 817-392-7969 29 Email: tariqui.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://projeetpoint.buzzsaw.conVfortworthgov/Advertised/102099- 36%20Bridge%2ORehabilitation%o20at%2OEight%2OL.ocations%20%o282019-2%a29?public 37 38 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 39 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 40 Project. Bidders are encouraged to attend and participate in the conference. City will 41 transmit to all prospective Bidders of record such Addenda as City considers necessary 42 in response to questions arising at the conference. Oral statements may not be relied 43 upon and will not be binding or legally effective. 44 45 7. Bid Security 46 47 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 48 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 49 the requirements of Paragraphs 5.01 of the General Conditions. 50 CITY OF FORT WORTH Bridge Rehabilitation at Bight Locations (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102099 Revised August 21, 201S 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 Form, Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no later than 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 may be 48 obtained from the City. 49 CITY OF FORT WORTH Bridge Rebabilitation at Eight Locations (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised August 21, 2015 0021 13-6 INSTRUCTION'S 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 Bridge Rehabilitation at Figbt Locations (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised August 21, 2015 0021 13 - 7 INSTRUCTIONS TO BIDDERS Page 7 of 8 14. Modification. and Withdrawal of Bids 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 tame 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 CITY OF FORT WORTH Bridge Rehabilitation at Eight Locations (2019-2) STANDARD CONSTRUCTION SPECMCATION DOCUMENTS City Project No. 102099 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 11 evaluation of any Bid and to establish the -responsibility, qualifications, and financial 12 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization, work of a value not less than 17 35% of the value embraced on the Contract, unless otherwise approved by the City. 18 19 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21. best interests of the City. 22 23 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's 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 PORT WORTH Bridge Rehabilitation at Eight Locations (2019--2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102099 Revised August 21, 2015 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page I 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 1. 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 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD SPECIFICATION City Project No. 102099 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 8 10 11 12 13 14 15 16 17 18 Master Project Schedule The master project schedule is a holistic representation of the scheduled activities and milestones for the total project and be Critical Path Method (CPM) based. The City's Project Manager is accountable for oversight of the development and maintaining a master project schedule for each project. When the City contracts for the design and/or construction of the project, the master project schedule will incorporate elements of the Design and Construction schedules as deemed appropriate by the City's Project Control Specialist. The assigned City Project Control Specialist creates and maintains the master project schedule in P6 (City's scheduling software). 2. Construction Schedule 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 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD SPECIFICATION City Project No. 102099 Revised IULY 20, 2018 00 32 15 - 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. 10 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 CrrY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD SPECIFICATION City Project No. 102099 Revised JULY 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 1.4 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format. City Project Number_Project Name _Baseline Example: 101376 North Montgomery Street HMAC_Baseline • Progress Schedule File Name Format: City Project Number —Project Name_YYYY-MM Example: 101376_North Montgomery Street HMAC 2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number —Project NamePN_YYYY-MM Example: 101376_North Montgomery Street HMAC PN_2018-01 C. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. • Arterials • Aviation • Neighborhood Streets • Sidewalks (later) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water D. Schedule Calendar The City's standard calendar for schedule development purposes is based on a 5-day workweek and accounts for the City's eight standard holidays (New Years, Martin Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptance of their Baseline project schedule. E. WBS & Milestone Standards for Schedule Development The scope of work to be accomplished by the Contractor is represented in the schedule in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the development of the schedule activities and shall be imbedded and depicted in the schedule. CITY OF FORT WORTH STANDARD SPECIFICATION Revised JULY 20, 2018 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) City Project No. 102099 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 1 - 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 mare 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. 1f 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 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD SPECIFICATION City Project No. 102099 Revised JULY 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 WBS Code WI3S Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX.80.85 Inspection XXXXXX.80.86 Landscaping XXXXXX90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure I. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. Activity ID Activity Name Design 3020 Award Design Agreement 3040 Issue Notice To Proceed - Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Conduct Design Public Meeting #1 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting #2 (required) 3260 Preliminary Design Complete CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2D19-2) STANDARD SPECIFICATION City Project No. 1D2099 Revised JULY 20, 2018 00 32 15 - 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 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 A. Schedule Submittal & Review The City's Project Manager is responsible for reviews and acceptance of the Contractor's schedule. The City's Project Control Specialist is responsible for ensuring alignment of the Contractor's baseline and progress schedules with the Master Project Schedule as support to the City's Project Manager. The City reviews and accepts or rejects the schedule within ten workdays of Contractor's submittal. Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xm4 .mpx) and the second in a pdf format, in the City's document management system in the location dedicated for this purpose and identified by the Project Manager. In the event the Contractor does not use Primavera P6 or MS Project for scheduling purposes, the schedule information must be submitted in .xls or .xlsx format in compliance with the sample layout (See Specification 00 32 115.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form (in the file formats noted above), in the City's document management system in the location dedicated for this purpose within ten workdays of the Notice of Award. CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD SPECIFICATION City Project No. 102099 Revised JULY 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing (within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re -submits the corrected Progress Schedule within 5 workdays, following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. • Baseline Start date • Baseline Finish Date • % Complete • Float • Activity Logic (dependencies) • Critical Path • Activities added or deleted • Expected Baseline Finish date • Variance to the Baseline Finish Date B. Monthly Construction Status Report The Contractor submits a written status report (referred to as a progress narrative) at the end of each month to accompany the Progress Schedule submittal, using the standard format provided in Specification 00 32 15.3 Construction Project Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative should be concise and complete to: • Reflect the current status of the work for the reporting period (including actual activities started and/or completed during the reporting period) • Explain variances from the baseline on critical path activities • Explain any potential schedule conflicts or delays • Describe recovery plans where appropriate • Provide a summary forecast of the work to be achieved in the next reporting period. C. Submittal Process CITY OF FORT WORTH STANDARD SPECIFICATION Revised J UL1' 20, 2018 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) City Project No. 102099 00 32 15 - 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 1.9 QUALITY ASSURANCE ll 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 duality of all submittals in this section meeting the 17 standard of care for the construction industry for similar projects. 18 1.10 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 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD SPECIFICATION City Project No. 102099 Revised JULY 20, 20t8 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 10 of 10 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD SPECIFICATION City Project No. 102099 Revised JLLY 20, 2018 00 32 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 1 of 5 I SECTION 00 3215.1 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 BRIDGE REHABILrrATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised TULY 20, 2018 00 32 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 2 of 5 ------------- F--------- ¢------- =-'-------------} ---------- +---------- I ---------- I ----------F---------- 1--------- ---------- -------------------�--- CQ i , 57 ry4k5 ----'--- ---'---'----------'------------------ -------------- --------' - ------ - - ------ - - - ------ I - --r I j----------i ------------ I,--- u.p fA EmIW al'a �f r, r+.i ,r_t.+� u, .qr �J'F �� •'+1 a�l'k+ljo �. ,F,i. �- �'�_ C_ yy'�yy 4 m FBI '.1 i , r,'�r• .0 u I� �y�I .. :� 'h. +� I*W' u r �i L�y; 0 46 M'� � a 4� .I a� {wi p p 6 o p ��i yop q4 .09 rq�J tea{ Yq$ k$} IPA- q8 rqY z 9 M dkIi _ 0 NA q YF ry i7 5t R 5i rS.�rr rl •k h} /I irk rl /1 �rF NI +1 {1 g1 a ., rp al G � y L � ..nLi,, � `i 'r; IA4 `/S}i fr �'� +I �Ij1{, f,i 11 ,11 � � YI S �ygryy5y ,g2].Liy,J1�. +�q] � l v { f: {+Y ♦-^� u .. L4' y 7C }L ib i � rl O a• n o u .r o o N 14 ., c r, R'., w Mr N rl � ; P o i� qq ��jl�. R :� p V11 y� I:E � I••I r+r rp�J ,W A y 49 `S•j 45 n 0 L�r 1p 5 - Qom} WSJ rL i i } IS •J a� d w_ 4A E f!' }},, j� y�' g c 'eF r njuFp. lu 4 �l�J n �7 3 '� C a' .S K n i F I% ,(y{p•1 - ,} i J ' F II k} L} F . � LI iL � IJ [JJ 1� N 1- v � !1 QI LYR;d p 6.tl � 9 r:k r] r¢a ✓} � F3 I apri f.� rr a{ In' CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised JULY 20, 2018 1 2 003215.1-0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 3 of 5 I.......... t---i .......... ....... t ------ ---------- i --------- I ----------- ----------- 4 ----------- ---------- ---------- t ------- ------------ -------------------- ----------- --------- ----------- ---------- ---------- ----------- T ------ ----------- L ---------- ----------- ----------- ---------- ----------- --------- ---------- ----------- i ---------- t --------- i ---------- t ---------- T --------- 1 ----t --------- li-R4� ---------- ....... ------T ---------- r --------- T ---------- - — 22, ------------- ---------- ------- ----- -- ---------- 7-- -- --------- ---------- --- ---------- ------------------- ---------- ------- ---------- ------ • • r,-. L. 2 L Z .-u Eii -u w 14. 1 11 10 w � Ll i;k, r'k C. Ll 1 n A 1;1; r 1' Q M LL 0- w I. A 041 FF "1 .0 qi rr 4n rl IMP CL E jai IF p u, it CP . ... .. ... ... 53 4 2; 5y. L CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised JULY 20,2018 1 Of) 32 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 4 of 5 -a----------+ t---------- t--- ------------- 1 FAq �........w I� I i rn JI ul i�t �i LM yp O ii 6 O' O 0 .,. L�19kt 1 C Y 'i? y L J; O. O I I��p7{j � J E c�a r.� c w I CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised DULY 20, 2018 0032 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 5 of 5 1 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019 2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 102099 Revised JULY 20, 2018 1 2 -9 4 5 6 7 8 9 to 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 0032 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 1 of 4 SECTION 00 3215.2 CONSTRUCTION PROJECT SCHEDULE — PROGRESS EXAMPLE PART1- GENERAL The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the progress for the project. This version of the schedule is referred to as a "progress" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a progress schedule. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. .CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised JULY 20, 2018 00 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE -- PROGRESS EXAMPLE Page 2 of 4 r q - - ----'------- F----------- -_ ----- ------ --- ------------- --- --- — - — r I , i i , , ----------- - 1 ------------ F_________F--------- F.----------- {-------------------- ------- _c}______y------------ F--------- .{.----------- F----------- H--------- A___________--___ _ e i -. I , I , i i i i . _ _._ _ jEiv , , ' ' [. G'a', O O •13 ,d T fl •IY {1 f•'IY WN s -, , r, „ I•, I ,, 1 ei ,f ,. r, , i'FS +i FF,M . R}——'a'��I=G,"' `�i='al-J=i=l=i=� x 10 a 4:4 yF �� Y O J ,{a FF �_ ., ., .FM .� . 'r n ,a w 41r,� yy p r_ ry rr.,I —I D. Cl. FI ^I 'fit 1:+ r� " ri " C �� FI rl ry 1.1 A.1!� '•r n Yi .� `��.. 'Ly�gyS�'I: �I fJ' � �r O h .r 'R Jti4 •� n k r. „ r} r� 0 4� 4'4 O 4 4 4 { fru RI^ l i�,�4 � q I ,1'I, sl •J ,I.� +� � y r. , ,, .u ,i �1 .,1 �-�'�.Y. '�. ,I. ,,. V, %i � •. rf Y''-y' � � it �1 .'Y. y • �I Fl 5 E, — �.{i - ,r, R- 1!.,q:O�n A .' "1; ,�. �,n r� q 4 W a„ q g Ora 2 12 i i E ' III 44 U u' �' Ch yI:I 0-3 51 FY } CL iU'LTi} 1i Y T{ t ,f' I It lu 1r M1' 1c �1 f5 I{ cl ti � t, a ad 9-1 III EL CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised JULY 20, 201 S 003215.2-0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 3 of 4 w .ram,. -•k ----------------T----------- ---------i----------?---------i-- - i F„_____—_I '______—_{--------- +---------- t--------- 1---------- t--------- {___—___._+___._—____{---------- -----i-------- --------- ----------=----------7-------------- I I I I f----------- F---------- 1---------- t--------- 1--- � r I I I . ------- _' I. . L____.___J.__________1--------- J---------- 1--------- _t__ - _ __.J____----- --------- ]___ p I ----- -------- - ------ ----- - ----- - i - ------------'--------- 11 -------- - ----- a i, IR +F rl ,-I •ai it 11. to IV 14 i, ., ir.1 r'li N fr Fr ur fr fr - .r ri 9r'Ir1 iN el:fl :14 dh dq rs II•I I I I IN 0; i ¢ d i8 i1 CP � 16 rll 7 Ti.wlo 4 w of rr F w c ra ra rt IIt ra n n o:W I� R n rl n fl p�6t� AA y� •I M N M W Ii Wlnt MIM�Ii,M la •r au % r I iflpy#}Jr GR�'" � I� uh in ICI'�,I rn i M lY tX •I ,n III w3 3 1� rw' +krd III f' - � � I'I � n n m m r III �o a Ig w P ? at '.u� 4i 79 Ir ' qjj � ��'� rs uo 41 urn {n rT UI } "I I 2a � /� O *•. O.� 1� y I� In at fF V. YI $' P 9 S Yr la-y �i f� ,. tr �:s r M r V .I ,. � u u'r �,_ .I w m In m .I ,II rFBp�I s;5 c1 0 '1] l ki { .a, A max M .n � •n W .1 In M m:al W ' J_.p n ILLE � nt o n al [u :: � � o, WI} A o ':a �II a m�~ Pl.m •' � xl �I rn al QJ � �ua m r � ut }j,ij L u 'KI a}-�• }" y1 ri 4I r. r'�#y�a1n u 9 9�Fy /6 1. �fl� :a3 c} � g q w 9. 4 J J 31�Y!. K:v. ..• - 9-: a3 3 w: f, P4 l� • e.s'� qq pp pp �y,I y q sy IyN��:i4 /! r' 11y31+r�1 L p };� r I� � II. �5 Y1 rl r� �A ,�F, �• 116 I�yy1 r{��I .- r1 Ir\ Q 14 14 t} A Fl v � I A r :St , Q I�11 # � f _ . v y� Y� M r} I;i' Kr ��} u � I �tl C - fQ 8 F I■ F .p, T th rr x `l '1 Y VII y R ii 55 Iti r' RII r.l� J, 0 111 *7 .J CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised IULY 20, 2018 00 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 4 of 4 1 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised JULY 20, 2018 00 32 15.3 - 0 — PROGRESS NARRATIVE Page 1 of 1 SECTION 00 3215.3 CONSTRUCTION PROJECT SCHEDULE PROGRESS NARRATIVE Reporting Period: Date Issued: Project Name: Company Name: City Project No: Engineer's Project No: City Project Manager: Engineer's Project Manager: A. List oT activities accompiisnea in ine reporting perloa. 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 oT activities to oe accompiisnea in the next reporting perloa 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) S. (insert text here) 6. (insert text here) List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) ]. 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 0032 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 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 The following information provides the process steps for the Contractor to follow for submitting a project baseline or progress schedule for a capital project to the City of Fort Worth. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. If you are not a registered CFW Buzzsaw user, please email or contact: Fred Griffin, Buzzsaw Administrator City of Fort Worth Fred. Griffin @ fortworthgov. org 817-392-8868 Using your registered username and password log into the City's Buzzsaw Site Navigate to your Project polder. Verify that your Project ID and Project Name are consistent with Project Folder Name. Navigate to the Schedule Directory under your Project Folder. The 00701-Flaxseed Drainage Improvements project is used for illustration. CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised JULY 20, 2018 E 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 17 0032 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE— SU1 MrI TAL PROCESS Page 2 of 7 a EN l m 1�& Lbb 0 J I 1dd- S 1 1 4 tp X ' t tk 'M3 1- VW -d I � d'fJ`a'nF ' � eaarseir ses ;j Y,nrthrpxe i ;� Ceor!lrg cmrswr � Cq►cY'endence . -:J Prgx=lorannP -;� P" pinmtr � uL�hn . PA 09m- Qb" VIMN cv!lrw llmter: * IN I)M5- LkhYVhW.4 C"W MkIarF IN DaaK- - LYfami slupr sE cLs umv F lb MM - L*M 1AMM ft Oshs Ika' r W-M&-HESCRdm Au mo-7TS T'+r J 0 D"M-alsdow-NT"2+m brn L num-Ld. C,u l �! � fl@7%• an�a t.red[ Biymrnre 3� + ,U011-Qw*urPrhW-?41 a bri 1 1 We 4 orb (WWr.rrt 2AGFPk wfra- IN dpiL- ] kft- Two isles will be uploaded for each submittal. A native schedule file format either Primavera .xer or MS Project .mpp and a PDF version of the schedule will be uploaded Verify that the file name contains the 5-digit Project ID, Project Name, and Submittal Date and follows the standard naming convention. Initial schedule submittal will be labeled as `Baseline' for example: 00701-FlaxseedDrainageImprovements-Baseline Schedule submittal updates will be labeled with Schedule Submittal Date `YYYY_MM' for example: 00701-FlaxseedDrainagelmprovements-2009_01 Expand or select the Schedules folder and add both the native file and PDF file to the directory. From the Toolbar Select I lAdd Document CITY OF FORT WORTH BRIDGE REIIAMLITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised JULY 20, 2018 1 2 3 4 5 6 7 8 9 10 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 3 of 7 de Wit Vrew T-..... lit(; . Add . r� Hll�snw �:� r4�lr Imo' _V__. #7?31 •Flatsee�.flraR>.gt irMY{i�11P_# n FnItY_� C:�8d fir' !, �j GlrullL^rILL rl Crtrarlu WF. C] GQetel cane ad 6aaaldalm'd Spec +.:I P.,,WtlkuruLg1 k n Ivuk M51mw 'F, n pil'-, t7 " p.dox.A C1 tmhF VI t*M5-urban Wages Central Cluster 5ixf jll 00705 -Urban Vdlages Central Cluster Saul } 00706-Lkban 4'dlagesSE Clusizr Herry-Rh 00706 -urban Wlages SE Oster Near Eas 3 0073G - Sultary Sever Rehab Conkad Lb 1 00755 - Mesquite Rd M-1 QP Year 1(Des 4 00768-9rks Road- Bryant Ir*r to Grain, 9i 60778-Lebun Channel 0078E - Summpr Creek a Svramore Srdmol w.. t } 1 ?ICI log W m - I rodderstZk�:.11.�I__r� l Jwtra _ �m 7�a Fred Gram 16,384 K�r ah Select Browse and go to the location of the Piles on your desktop. Select Open Q NeLt�---'- lu n]I rJ Lheerie-l%rbslL--. Yrr..lLM.%* nlll WdI ll Yfooumen13 Alrarl, Cwnrnt r�drrry.l W L liok �4fy Lluimits �KiufI4L K�+W+«gFi Ply? }k1 I�r# �MY S-omL�rter �1, INxcrrrs P4r/c ?N_%Cot ICY n#Nm races _;,IAttive Projects _ er:e.=tea^.: oaardUtpra:a: 1Y Y �hdae,�autrot .. 111. 4rxbf �: BLfa2W 7L,:8 y� {en�[rpe TlnF+H; R14 huillly .F�0j ')} Fr I rtLLV1 J yy4�iiu[IW r`tL W Crow 1 P]T Itxam 55n 7.1 iCli rill d:Lvvl C pWAletva L-117- J CK'T Ed��l 3� {�11�(jL[{d'MIILS--Al-� I'.Il pluiarytlu .Rhutarlrrert&r _s li Get+5oeella drhooll"All P' *f Fre[$lF1idRHAd1' SP�duGaS CnCtr JVFre-'-� +7 -.^J Jassr+�vre[t ftaptar5eas" 'A pkooxh Wbo N_rrail 2W4ick CIii e2,iok All. tr^ My Wwk lib imm ilaoea FdFrdlne Ju Fhr fL.1 The file will appear in the Buzzsaw Add to Project — Select Documents window Select Next. CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised 7ULY 20, 2018 1 Do not select Finish at this time. 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 0032 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE -- SUBMITTAL PROCESS Page 4 of 7 « nr_,Ue2alasoAbWOil! III v!&L,tbMv.+k•Jl�,l,423,11)�; llrLzr.nr doarrl V sleet X orin>w=nt Rl 1K r l4c �GODI bmeecd�i7fnugdn�xvymlen�_]509_]eRiler C--0 Jmts ard— Lpp-- 94,M 1'u- baw `J:14111'�Ntl1Y -•nnw IY1.1. r 42Lil#I1 rr•.• IJ4efrl3 � � C.erar€ I llr�J You will be placed into the Attach Comment window to enter a record into the Project Schedule Submittal Lag. Enter the Project ID -Project Name -Submittal in the Subject Line. Type Submittal and Company Name into the Comment window along with Contact Name and Contact Phone Number. Select Next. Z� 11—� r rstn a gnu L Ht Lbe he � dLmrppo d kat d� llra for fia kmig added. ni; sep k rp♦k and Sderrl)a x ments V gid•I iiE•?ITh�M SI t� r✓i'14�J5�h•I rsd.' nni Soil [r� 1�I}r4L+1aa5eedpfsrl6arllrRp'ptmplYR�pedkte Fsctr�atrRl asrli-r 5d5edfr94nilEry' knm Company Name" Contact Flame ::nntact phone ]r Jpdabe Schedule SuhmitU frem'Company Flame Tar work performed up to January 31, 21704 II ^ntact Name -ntact?hnnel ( Wit, l FOM camd� CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised JULY 20, 2018 I 2 3 4 5 6 7 8 9 10 11 12 13 14 15 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE. SUBMITTAL PROCESS Page 5 of 7 You will be placed into the Send Email Notification window. Select To and the Select Recipients window will appear with a list of Project Contacts. Select the Project Manager as the To Recipient and the Project Controls Group as the Copy Recipient. ..�ws..u•.�u,i�.lbel..•.a-,..rx. v-�uoall.���al•t ..... �.�..w - n.l.41-1nl.nr...n 31 L.. P 3r � m+n sFce 1 Yuslev 51;.1 - serrv+xl. C rvea rnnp'aU cI�L.Y Ya [M� .+7. V,Fx� V... N... ,'�„ BSu YT ,..� Yvette + FS[ NE; c1r... roam•/. � .x.bEt --_ M... M... A... rv.., No cat. i•3 . T•—. � f{eLLzW. r I iL 14fi,w _ -J Select the Paste Comment button to copy the Comment into the body of the email Select Finish. CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised .ICILY 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE -- SUBMITTAL PROCESS Page 6 of 7 [4 ®S�rd4��P rt�u pro -per mernhnrs noliymq:hrm of flee new or updeled llnnllrbe�sopGwed seLet ❑aruments -- leaarwnnnt- ..� r F4rrJi �nment 4T- w A ,6 t r �lanl El.lad So.., red&Mbn- . FW AKA H1 - - - - SL�}� 01575}]�+eren9rpuogelrnptrane�lsfienefre Name Phone lJpdate Scheduhe Submittal from'Company Name' fur work periu reed up to Jarnuary 31,.2009 ContactName contact Phone K Bad I 1 1" ca. g F*6D The schedule file is uploaded to the directory. An email is sent to the City's Project Manager and Project Control Specialist. Fk tar �n �=dIlitF SI raa - S _1 in 0. f fs X P �ia-- - I 94FF. iFn�d Q� W�,� t MFWM li � gq�epprses � Cmnnrw J Curvr+r.derax J larl-dP e+'u: t � F4VCMyh'F n.swC*EEh {4FFL�+nna +- cam -OUP F"Pso�hd oteb Sa F + WAn-ub—vft �1 i. {UOd dnitr Kwrfb. + onpN-:Fhm+7bi�g Q.xhr Nt EK + WFN-LF"r S¢ zHlyb oF- lLf 4 ,On-1F.Fd• lid J13M[.In rir 101� i Gona uRsrraaR -9'iuilni4,7arb � - �flJll :xlak4wrx-0 .4 Upload the PDF file using the same guideline. Abb.rpn..Y4" %W46 END OF SECTION CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised JULY 20, 2018 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. JarreIl Initial Issue CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised JULY 20, 2018 003513-1 CONFLICT OF INTEREST AFFIDAVIT Page 1 of 2 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 6 CIQ Form) 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.pdf 13 14 http:awww.ethics.state.tx.us/forms/CIS.Pdf 15 16 17 0 CIQ Form does not apply 18 19 © CIQ Form is on file with City Secretary 20 21 0 CIQ Form is being provided to the City Secretary 22 23 El CIQ Form does not apply 24 0 25 CIS Form is on File with City Secretary 26 27 [] CIS Form is being provided to the City Secretary 28 CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No. 102099 Revised August 21, 2018 00 35 13 - 2 CONFLICT OF INTEREST AFFIDAVIT Page 2 of 2 1 2 3 BIDDER: 4 5 Gibson & Associates, Inc. I By: Alan C. Meador 6 Company (Please Print) 7 8 11210 Ryliecrest Signature: G 9 Address 10 11 Balch Springs, TX 75180 Title: Vice President 12 City/State/Zip (Please Print) 13 14 15 END OF SECTION CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSCity Project No. 102099 Revised August 21, 2018 0041 00 BID FORM Page i of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division Texas Street City of Fort Worth, Texas 76102 FOR: BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) City Project No.: 102099 Units/Sections: BRIDGE REHABILITATION 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2A, 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. Copy of 00 41_00_00_42_43_00_43_13_00_43_37_Revised3_Bid—Form-Proposal-Bond_Vendor_Compliance(7) BRIDGE REHABILITATION AT EIGHT CITY OF FORT WORTH LOCATIONS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (2018-2), CPN 1002099 Form Revised 20750821 0041 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification: OMITTED 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 150 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. OMITTED g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid 7. Bid Submittal $286.599.00 Copy of 00 41_00 00 42_43_00_43_13_00_43_37_Revised3_Bid_Form-Proposal-Bond_Vendor Compliance(i) BRIDGE REHABILITATION AT EIGHT CITY OF FORT WORTH LOCATIONS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (2019-2), CPN 1002099 Form Revised 20150821 This Bid is submitted on 05/16/2019 by the entity named below. Respectfully submitted, By: (Signature) Alan C. Meador (Printed Name) Title: Vice President Company: Gibson & Associates, Inc. Address: 11210 Ryliecrest Batch Springs, TX 75180 State of Incorporation: Texas Email: treymagibsonassoc.net Phone: 972-557-1199 END OF SECTION 00 41 00 BID FORM Page 3 of 3 Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: Copy of0041_00_00 42_43_00_43_13_00_43 37_Revised3_Bid_Form-Proposal-Bond_Vendor—Compliance(1) BRIDGE REHABILITATION AT EIGHT CITY OF FORT WORTH LOCATIONS STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS (2019-2). CPN 1002099 Form Revised 20150821 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2), City Project No. 102099 004243 DID PROPOSAL Page 1 42 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Infonnalion Bidder's Proposal Bidlist Item No. Description Specification Section No. TxDOT Item No. Unit of Measure Bid Quantity Unit Price Bid Value FLOWABLE BACKFILL 401 6001 CY 0.7 $15,000.00 10,500.00 2 CONC STR REPAIR (RAPID DECK REP) (PRT DPT) 4296004 SF 27 $350.00 9,450.00 3 CONC STR REPAIR (VERTICAL & OVERHEAD) 4296007 SF 57 $350.00 19,950.00 4 RIPRAP (STONE COMMON) (DRY) (18") 4326026 CY t 18 $250.00 29,500.00 5 RETROFIT RAIL (TY T131RC) 451 6004 LF 218 $562.00 122,516.00 6 PIPE (PVC) (SCH 40) (4 IN) 481 6011 LF 5 $1,500.00 7,500.00 7 MTL W-BEAM GD FEN (TIM POST) 5406001 LF 790 $25.00 19,750.00 8 MTL W-BEAM GD FEN (INSTALL TIM POST) 5406021 EA 20 $61.00 1,220.00 9 MTL W-BEAM GD FEN (STEEL POST) 5406002 LF 50 $61.00 3,050.00 10 MTL BEAM GD FEN TRANS (THRIE-BEAM) 5406006 EA 4 $1,815.00 7,260.00 11 MTL BEAM GD FEN TRAN S (T 101) 5406008 EA 2 $950.00 1,900.00 12 DOWNSTREAM ANCHOR TERMINAL SECTION 540 6016 EA 6 $1,210.00 7,260.00 13 REMOVE METAL BEAM GUARD FENCE 5426001 LF 834 $4,50 3,753.00 14 GUARDRAIL END TREATMENT (INSTALL) 5446001 EA 3 $3,100.00 9,300.00 15 REMOVE TIMBER POST 7706056 EA 20 $22.00 440.00 16 CONCRETE RAIL REPAIR (IN -KIND) 7786001 LF 5 $1,750.00 8,750.00 17 REP STL BRIDGE MEMBER (DIAPHRAGM) 7846003 EA 2 $2,000.00 4,000.00 r 18 REMOBILIZATION 01 70 00 EA 1 $500.00 500.00 19 BRIDGE CONSTRUCTION ALLOWANCE EA 1 $20,000.00 20,000.00 TOTAL BID: $286,599,00 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCSj9NBR&fl1_MaXDJQN 904)WMENB500 43_37_Revised3_Bid_Form-Proposal-Bood_Vendor Complitmce(I )BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2), CPN 102099 Form Revised 20120120 SECTION 00 4313 BID BOND KNOW ALL BY THESE PRESENTS: 004313 Bib BOND Pap 1 of 2 That we, Gibson & Associates, Inc. , known as "Bidder" herein andecJeraf insurance Corripariy ._- _� .. - a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (5%) 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 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) 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 falls 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 FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant county, Texas or the United States District court forthe Northern District of Texas, FortWorth Division. IN WITNESS WHEREOF, the Principal and the Surety have SIGNER and SEALED this instrument by duly authorized agents and officers on this the 3rd day of _ May _ 12019, ATTEST:fl Witness as to Princip I foi7tf� A- L, �1,6LJ( �, Cor�orr�e S�cl'e CITY OF FORT WORTH STANDARD CONSTRUCTION SPFCIFICA7I0N DOCUMENTS Form RevMd20Vt109 PRINCIPAL: Gibson & Associates, Inc. BY: �/ �- �2v Signature 610s'L . Viu Bfn lie � Blame and Title BRIDG£ Rr:HAMLITATION AT FIGHT LOCATIONS (2010.2). CPN 1020901 A � Witness as to Surety Attach Power of Attorney (Sur*) for Attorney -in -Fact p0 A313 MD BOND Page 2 of 2 Address: 11210 Ryliecrest fir. _ Balch Springs, TX 75180 SURETY: Federal Insurance Company Signature Robbi Morales, Attorney -in -fact Name and Title Address: 2711 N. Haskell Ave., Suite 800 Dallas TX 75204 Telephone Number: 2141989-0000 '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. EMI) fll' srCTION CITY OF FORT WORT" STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 9RjcGE REMILITATION AT EIGHT LOCATIONS (2019-21, CPN'102OS9j Form Revised 20171109 C�HUEW Power of Attorney Federal. Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Don E. Cornell, Sophinie Hunter, Tina McEwan, Robbi Morales, Tonle Petranek, Ricardo J. Reyna, Joshua Saunders and Kelly A. Westbrook of Dallas, Texas; Steven Dwain Brockinton of Little Flock, Arkansas----------- eachas their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and detiver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Wltness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed theircorporate seals onthis 20j° day ofMarch, 2019. Dawn M. Chlctrot;, Assistant Secretary STATE OF NEW JERSEY County of Hunterdon Stephen M. flaney. lice President *,(a'- - - •4 on this 201 day of March, 2019, before me, a Notary Public of New Jersey, personally came Dawn M. Chloros, to me known to be Assistant Secretary of PEDRRAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn, did depose and say that she is Assistant Secretary of FEDERAL, INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with Stephen M. Haney, and knows him to be Vice President of said Companies; and that the signature of Stephen M. Haney, subscribed to said Power of Attorney is in the genuine handwriting of Stephen M. Haney, and was thereto subscribed by authority of said Companies and in deponents presence- "" Notarial Seal ROSE C Ho�,er I4DTWIYPUBL 07240f NEW 1YJriiSEY Notary Public CERTIFICATION Resolutions adopted by the Boards ofDirectors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016: "RESOLVED, that the following authorizations relate to the execution,forand onbehaif oftbeCompany, of bonds, undertakings, recognizances, contractsand other written commitments o€the Company entered into in the ordinary course of business (eacha "written Commitment'): (1) Each of the Chairman, -the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or otherwise. (2) Each duly appointed attorney -in -fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of rite Company or otherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney -in -fact. (3) Each of the chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalfof the Company, to appointin writing any person the attorney - in -fact of the Company with full power and authority to execute, for and on behalfofthe Company, under the seat of the Company or otherwise, such Written Commitments of the Company as may be specified in such written appointment, which specification maybe by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vim Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, for and on behalf of the Company, under the Company s seal or otherwise, such Written Commitments of the Company as are specified in such written delegatton,whichspecification may be by general typeor classof Written Commitments or by specification ofoneormore particular Written Commitments. (5) The signature of arty officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to bean exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested." 1, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies') do hereby certify that (1) the foregoing Resolutions adopted by the Board of Directors ofthe Companies are true, correct and in full force and effect, (ii) the foregoing Power of Attorney is true, correct and in full force and effect. Given corder my hand and seals of said Companies at Whitehouse Station, NJ, this May 3, 2019 Dawn SDI. Chlorcc, Assistant Sccreta IN THEEWNf YOtJ WISTITO VERIFYTHEAUTHENTICITY OF TINS BOND ORNOTIFY US OFANY OTHER MATTER, PLEASE CONTACTTIS AT: Telephone (908) 903-3493 Fax (908) 903-3656 e-mail: surety@diubb.com FED- VIG-PI (rev. 08-18) Policyholder Information Notice IMPORTANT NOTICE To obtain information or make a complaint You may call Chubb's toll -free telephone number for information or to make a complaint at 1-60036-CHUBS You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1@300 252-3439 You may write the Texas Department of Insurance P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. AVISO IMPORTANTE Para obtener informacion o Para someter una queja: Usted puede 1lamar at numero de telefono gratis de Chubb's Para informacion o Para someter una queja at 1-600 36-CHUBS Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos o quejas at 1-300-2523439 Puede escribir at Departamento de Seguros de Texas P.O. Box 149104 Austin, TX 78714-9104 FAX # (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.state.tx.us DISPUTAS S®SRE PRIMAS ® RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente primero. Si no se resueve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA: Este aviso es solo Para proposito de informacion y no se convierte en parte o condicion del documento adjunto. Form 99-10-0299 (Rev. 1-08) 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of Stale Mere or Blank , our principal place of business, are required to be `Yo E lets= percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of StafQ-, Mere or Blank , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas.l] BIDDER: Gibson & Associates, Inc. By: Alan C. Meador 11210 Ryliecrest Balch Springs, TX 75180 (Signature) 0 Title: Vice President Date: 511,011, _ END OF SECTION CITY 06fpfbTWQR-1U_00 42_43_00 43_13_00_43_37_Revised3_Bid_Form-Proposal-Bond_Vendor_Compliance(1) BRIDGE REHABILITATION AT EIGHT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS LOCATIONS (2019-2), CPN 102099 Form Revised 20140627 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 0045 12-1 PREQUALIFICATION STATEMENT Page 1 of I SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Ex iration Date Bridge Repair Not Applicable Not Applicable The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: Gibson & Associates Inc. By: M4 � - gwu( Company (Please Print) 11210 RYLIECREST DR. Signature: �V4 Address r� l BALCH SPRING, TEXAS 75180 Title: Y l %,e City/State/Zip (Please Print) Date: -7 11a)I� END OF SECTION CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 im 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKERS COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 102099 Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: Gibson & Associates, Inc. Company 11210 RYLIECREST DR. Address By: mm C • M r (Please Print) Signature: BALCH SPRING, TEXAS 75180 Title: V�� �, ��� 'k41 City/State/Zip (Please Print) THE STATE OF TEXAS § (Dw,tlet s COUNTY OF +A-R**f1T § BEFORE ME, the undersigned authority, on this day personally appeared Ca s, C• • 04. ia�d f , known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and deed of j/!G -p for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this I ;z day of 20, S Notary Public in and for the State of Texas `��uuyy PAM N D, S = Notary Public, Sta te of Texas q;.., ,.' Comm. Expires 03-30-2021 END OF SECTION uOFn i,,1AN Notary ID 283117-2 CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised duly 1, 2011 004540-1 Minority Business Enterprise 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 PROJECT GOALS 13 The City's MBE goal on this project is 9 % of the total bid value of the contract (Base bid applies to 14 Parks and Community Services). 15 16 Note: If both MBE and SSE 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 MBE Joint Venture participation, or 24 3. Good Faith Effort documentation, or; 25 4. Prime Waiver documentation. 26 27 SUBMITTAL OF REOUIRED 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 Oflamr F,41t l 30 deliver die 11MH -documentation in person to the appropriate employee of the: parcliasivg division ,arid ,arid obtain wdate/time receipt. Stich receipt shall be evidence that the Cily received the daeuni&itatiott is tho 32 time allocated. A taxed'andlar-emailed copy will not be aeccpted. 33 34 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. CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102099 Revised June 9, 2015 2 4 004540-2 Minority Business Enterprise Specifications Page 2 of 2 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 7 Any Questions, Please Contact The A4["E Office at (8I7) 2I2-2674. 8 END OF SECTION 10 11 CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 102099 Revised June 9, 2015 00 52 43 - 1 Agreement Page 1 of 5 1 SECTION 00 52 43 2 AGREEMENT 3 THIS AGREEMENT, authorized on June 25, 2019 is made by and between the City of Forth 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and Gibson & Associates, Inc., authorized to do business in Texas, acting by and 6 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 I. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the I t 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 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) 16 CITY PROJECT NUMBER 102099 17 Article 3. CONTRACT PRICE 18 City agrees to pay Contractor for performance of the Work in accordance with the Contract 19 Documents an amount, in current funds, of TWO HUNDRED EIGHTYSIX THOUSAND, FIVE 20 141 NDRED NINETY-NINE and 00/100 Dollars ($286,599.00}. 21 Article 4. CONTRACT TIME 22 4.1 Final Acceptance. 23 The Work will be complete for Final Acceptance within 150 days after the date when the 24 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 25 plus any extension thereof allowed in accordance with Article 12 of the General 26 Conditions. 27 4.2 Liquidated Damages 28 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 29 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 30 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 31 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 32 the actual Ioss suffered by the City if the Work is not completed on time. Accordingly, 33 instead of requiring any such proof, Contractor agrees that as liquidated damages for 34 delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty Dollars 35 ($650.00) for each day that expires after the time specified in Paragraph 4.1 for Final 36 Acceptance until the City issues the Final Letter of Acceptance. 37 Article 5. CONTRACT DOCUMENTS 38 5.1 CONTENTS: 39 A. The Contract Documents which comprise the entire agreement between City and 40 Contractor concerning the Work consist of the following: CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS BRIDGE REHABILITATION AT EIGHT LOCATIONS (20I9-2) Revised 11.15.17 CITY PROJECT NO. 102099 005243-2 Agreement Page 2 of 5 41 1. This Agreement. 42 2. Attachments to this Agreement: 43 a. Bid Form 44 1) Proposal Form 45 2) Vendor Compliance to State Law Non -Resident Bidder 46 3) Prequalification Statement 47 4) State and Federal documents (project specific) 48 b. Current Prevailing Wage Rate Table 49 c. Insurance ACORD Form(s) 50 d. Payment Bond 51 e. Perfonnance Bond 52 f. Maintenance Bond 53 g. Power of Attorney for the Bonds 54 h. Worker's Compensation Affidavit 55 i. MBE and/or SBE Utilization Form 56 3. General Conditions. 57 4. Supplementary Conditions. 58 5. Specifications specifically made a part of the Contract Documents by attachment 59 or, if not attached, as incorporated by reference and described in the Table of 60 Contents of the Project's Contract Documents. 61 6. Drawings. 62 7. Addenda. 63 8. Documentation submitted by Contractor prior to Notice of Award. 64 9. The following which may be delivered or issued after the Effective Date of the 65 Agreement and, if issued, become an incorporated part of the Contract Documents: 66 a. Notice to Proceed. 67 b. Field Orders. 68 c. Change Orders. 69 d. Letter of Final Acceptance. 70 71 Article 6. INDEMNIFICATION 72 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 73 expense, the city, its officers, servants and employees, from and against any and all 74 claims arising out of, or alleged to arise out of, the work and services to be performed 75 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 76 under this contract. This indemnification provision is specifically intended to operate 77 and be effective even if it is alleged or proven that all or some of the damages being 78 sought were caused, in whole or in part, by any act, omission or negligence of the city_. 79 This indemnity provision is intended to include, without limitation, indemnity for 80 costs, expenses and legal fees incurred by the city in defending against such claims and 81 causes of actions. 82 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) Revised 11,15.17 CITY PROJECT NO. 102099 005243-3 Agreement Page 3 of 5 83 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 84 the city, its officers, servants and employees, from and against any and all loss, damage 85 or destruction of property of the city, arising out of, or alleged to arise out of, the work 86 and services to be performed by the contractor, its officers, agents, employees, 87 subcontractors, licensees or invitees under this contract. This indemnification 88 _provision is specifically intended to operate and be effective even if it is alleged or 89 proven_ that all or some of g sough were damages being _.., ,t w _.. re caused, in whole or in part, 90 by any act, omission or negligence of the city. 91 92 Article 7. MISCELLANEOUS 93 7.1 Terms. 94 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 95 have the meanings indicated in the General Conditions. 96 7.2 Assignment of Contract. 97 This Agreement, including all of the Contract Documents may not be assigned by the 98 Contractor without the advanced express written consent of the City. 99 7.3 Successors and Assigns. 100 City and Contractor each binds itself, its partners, successors, assigns and legal 101 representatives to the other party hereto, in respect to all covenants, agreements and 102 obligations contained in the Contract Documents. 103 7.4 Severability. 104 Any provision or part of the Contract Documents held to be unconstitutional, void or 105 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 106 remaining provisions shall continue to be valid and binding upon CITY and 107 CONTRACTOR. 108 7.5 Governing Law and Venue. 109 This Agreement, including all of the Contract Documents is performable in the State of 110 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 111 Northern District of Texas, Fort Worth Division. 112 7.6 Authority to Sign. 113 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 114 than the duly authorized signatory of the Contractor. 115 116 7.7 Prohibition On Contracts With Companies Boycotting Israel. 117 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 118 Code, the City is prohibited from entering into a contract with a company for goods or 119 services unless the contract contains a written verification from the company that it: (1) 120 does not boycott Israel; and (2) wilI not boycott Israel during the term of the contract. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS BRIDGE REHABILITATION AT RIGHT LOCATIONS (20I9-2) Revised 11.15.17 CITY PROJECT NO. 102099 00 52 43 - 4 Agreement Page 4of5 121 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 122 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 123 certifies that Contractor's signature provides written verification to the City that 124 Contractor: (1) does not boycott Israel; and (2) will not boycott Israel during the term of 125 the contract. 126 127 7.8 Immigration Nationality Act. 128 Contractor shall verify the identity and employment eligibility of its employees who 129 perform work under this Agreement, including completing the Employment Eligibility 130 Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of 131 all 1-9 forms and supporting eligibility documentation for each employee who performs 132 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 133 establish appropriate procedures and controls so that no services will be performed by any 134 Contractor employee who is not legally eligible to perform such services. 135 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 136 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 137 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 138 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 139 Contractor, shall have the right to immediately terminate this Agreement for violations of 140 this provision by Contractor. 141 142 7.9 No Third -Party Beneficiaries. 143 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 144 and there are no third -party beneficiaries. 145 146 7.10 No Cause of Action Against Engineer. 147 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 148 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 149 subcontractors, for any claim arising out of, in connection with, or resulting from the 150 engineering services performed. Only the City will be the beneficiary of any undertaking by 151 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 152 whether as on -site representatives or otherwise, do not make the Engineer or its personnel 153 in any way responsible for those duties that belong to the City and/or the City's construction I54 contractors or other entities, and do not relieve the construction contractors or any other 155 entity of their obligations, duties, and responsibilities, including, but not limited to, all 156 construction methods, means, techniques, sequences, and procedures necessary for 157 coordinating and completing all portions of the construction work in accordance with the 158 Contract Documents and any health or safety precautions required by such construction 159 work. The Engineer and its personnel have no authority to exercise any control over any 160 construction contractor or other entity or their employees in connection with their work or 161 any health or safety precautions. 162 163 SIGNATURE PAGE TO FOLLOW 164 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) Revised 11.15.17 CITY PROJECT NO. 102099 165 166 167 168 169 170 171 172 173 174 175 176 177 005243-5 Agreement Page 5 of 5 IN WITNESS WHEREOF, City and Contractor have each executed this Agreement to be effective as of the date subscribed by the City's designated Assistant City Manager ("Effective Date"). Contractor: Gibson & Associates, Inc. By: oe:24c,4�z (Signature) Alaft L. feaov- (Printed Name) Title: Vitt We�l �Mk Address: 11210 Ryliecrest Dr. City/State/Zip: Balch Springs, Texas 75180 �1a,11 I Date City of Fort Worth By: Dana Burg off Acting Assistant C.Manager Date Attest: City Secretary 10 (Seal) M&C Date: 6/25/2019 Form 1295 No. 2019-497950 Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting requirements. Tariqul Islam (Project Manager) A roved a Form and Legality: Douglas W. Black Assistant City Attorney jAPI'ROV L RECOMMINDED: 5tevef(- ke - INTEPPM DIRECTOR, Transportation and Public Works CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS BRIDGE REHABILITATION AT Revised 11.15.17 OFF10AL RECORD CID SECRETARY PROTECT NO. Bond No. 8258-62-67 0061 13 - 1 PERFORMANCE BOND Page 1 of 2 1 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, Gibson & Associates, Inc., known as "Principal" herein and 8 Federal Insurance Company , a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 11 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, TWO HUNDRED 12 EIGHTYSIX THOUSAND, FIVE HUNDRED NINETY NINE AND 00/100 DOLLARS 13 ($286,599.00), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 14 Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, 15 executors, administrators, successors and assigns, jointly and severally, firmly by these presents. 16 WHEREAS, the Principal has entered into a certain written contract with the City 17 awarded the 25th day of June, 2019, which Contract is hereby referred to and made a part hereof 18 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 19 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 20 provided for in said Contract designated as BRIDGE REHABILITATION AT EIGHT 21 LOCATIONS (2019-2), City Project No. 102099. 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 BRIDGE REHABILITAITON AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 0061 13 - 2 PERFORMANCE BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 10th day of July , 2019 PRINCIPAL: Gibson & Associates, Inc. ATTEST: (Principal)J5X CEO/President Witness as to Principal Witness as to Surety BY: C Signature Isla,\ L ffitahir VO e DreAm� Name and Title Address: 11210 R liecrest Dr. Balch Spring, Texas 75180 SURETY: Federal Insurance Company_ B<�&,�.� 2; z sr c g Signature Robbi Morales Attorney -in -fact Name and Title Address: 5005 LBJ Freeway Suite 1500 Dallas TX 75244 Telephone Number: 214/989-0000 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-Iaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF PORT WORTH BRIDGE REI IABILITAITON AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 Bond No 8258-62-67 006114-1 PAYMENT BOND Page I of 2 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, Gibson & Associates,_ Inc_., known as "Principal" herein, and 8 Federal 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 TWO HUNDRED EIGHTYSIX THOUSAND FIVE HUNDRED NINETY-NINE 13 AND 00/100 DOLLARS ($286, 999.00), lawful money of the United States, to be paid in Fort 14 North, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind 15 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 16 firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 25th day of June, 2019, which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other 20 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 21 designated as BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2), City Project 22 No.102099. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment band beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I02099 Revised July 1, 201I 1 2 3 4 5 6 7 8 9 10 11 12 0061 14 - 2 PAYMENT BOND Page 2 of 2 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 10th day of Jul 20 19 ATTEST: (Principal) W CEO/President Witness as to Principal ATTEST: (Surety) Secretary Witness as to Surety PRINCIPAL: Gibson & Associates, Inc. BY: " C zz--��Z Slgnature Me L meda Viol Wm&f-V6 Name and Title Address: 11210 Ryliecrest Dr. Balch Spring, Texas 75180 SURETY: Federal Insurance Company BY: f Signature Robbi Morales, Attorney -in -fact Name and Title Address: 5005 L_BJ Freeway, Suite 1500 Dallas, TX 75244 Telephone Number: 214/989-0000 Note: If signed by an officer of the Surety, there must be on file a certified extract from the bylaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019 2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised JuIy 1, 2011 Bond No. 8258-62-67 006119-1 MAINTENANCE BOND Page 1 of 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 _Gibson & Associates, Inc,_, known as "Principal' herein and 9 Federal 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 TWO 13 HUNDRED EIGHTYSIX THOUSAND FIVE HUNDRED NINETY-NINE AND 00/100 14 DOLLARS ($286, 999.00), lawful money of the United States, to be paid in Fort Worth, Tarrant 15 County, Texas, for payment of which sum well and truly be made unto the City and its 16 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 17 and severally, firmly by these presents. 18 19 WHEREAS, the Principal has entered into a certain written contract with the City awarded 20 the 25th day of June, 2019, which Contract is hereby referred to and a made part hereof for all 21 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 22 as defined by law, in the prosecution of the Work, including any Work resulting from a duly 23 authorized Change Order (collectively herein, the "Work") as provided for in said contract and 24 designated as BRIDGE REHABILITATION AT EIGHT LOCAITONS (2019-2), City Project 25 No. 102099; and 26 27 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 28 accordance with the plans, specifications and Contract Documents that the Work is and will 29 remain free from defects in materials or workmanship for and during the period of two (2) years 30 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 31 32 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 33 upon receiving notice from the City of the need therefor at any time within the Maintenance 34 Period. CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019 2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 0061 19 - 2 MAINTENANCE BOND Page 2 of 3 1 2 NOW THEREFORE, the condition of this obligation is such that if Principal shall 3 remedy any defective Work, for which timely notice was provided by City, to a completion 4 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 5 full force and effect. 6 7 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond; and 11 12 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 13 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 14 Worth Division; and 15 16 PROVIDED FURTHER, that this obligation shall be continuous in nature and 17 successive recoveries may be had hereon for successive breaches. 18 19 20 CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 l 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 0061 19-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 10th day of July � 20 19 ATTEST: (Principal) Sr Cl CEO/President _ak�� �� Witness as to Principal ATTEST: UJI /(; �, — — (Surety) Secretary __ - I i,4�� Witness as to Surety PRINCIPAL: Gibson & Associates, Inc. BY: , Signature MME. —M a,�,b�y i�. � kkk Name and Title Address: 11210 Ryliecrest Dr. Balch Spring, Texas 75180 SURETY: Federal Insurance Company Signature Robbi Morales, Attorney -in -fact Name and Title Address: 5005 LBJ Freeway, Suite 1500 Dallas, TX 75244 Telephone Number: 214/989-0000 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by-Iaws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH BRIDGE REI-LABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 H U E3 Se Power of Attorney Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby constitute and appoint Don E. Cornell, Sophinie Hunter, Tina McEwan, Robbi Morales, Tonie Petranek, Ricardo J. Reyna, Joshua Saunders and Kelly A. Westbrook of Dallas, Texas; Steven Dwain Brockinton of Little Rock, Arkansas ---------- each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 201 day of March, 2019. fkaem NJ. Ch loros, Assistant Secretary STATE OF NEW JERSEY County of Hunterdon r Stephen M. Haney, Vice President ARN On this 201 day of March, 2019, before me, a Notary Public of New Jersey, personally came Dawn M. Chloros, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros, being by me duly sworn, did depose and say that she Is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and that she signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that she is acquainted with Stephen M. Haney, and knows him to be Vice President of said Companies; and that the signature of Stephen M. Haney, subscribed to said Power of Attorney is in the genuine handwriting of Stephen M. Raney, and was thereto subscribed by authority of said Companies and in deponent's presence. Notarial Seal ROSE CURTIS p*sir N(t7AAYP0BlfC8FNEWd,eY /� �� we4tio (arnnYnraaF>�frdt�wennfirir22,� Notary Public CERTIFICATION Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016: "RESOLVE©, that the following authorizations relate to the execution, for and on behalf of the Company, of bands, undertakings, recognizances, contracts and other written commitments of the Company entered into in the ordinary course of business (each a "Written Commitment"): (1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized W execute any Written Commitment for and on behalf of the Company, under the sea] of the Company or otherwise. (2) Each duly appointed attorney -in -fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of die Company, under the seal of the Company or otherwise, to the extent that such action is authorized by thegrant of powers provided for in such person's written appointmentas such attorney -in -fact. (3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalrof the Company, to appoint in writing any person the attorney - in -fact of the Company with full power and authority to execute, for and on behalf of die Company, under the seal of the Company or otherwise, such Written Commitments of the Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the Company the authority to execute, far and on behalf of the Company, under the Company`s seal or otherwise, such Written Commitment% of the Company as are specified in such written delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments. (5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by facsimile on such Written Commitment or written appointment or delegation. FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of the Company, andsuch Resolution shall not limit or otherwise affect the exercise ofany such poweror authority otherwise validlygranted or vested" I, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby certify that (i) the foregoing Resolutions adopted by the Board of Directors ofthe Companies are true, correct and in full force and effect, (u) the foregoing Power of Attorney is true, correct and in full force and effect. Given under my hand and seals of said Companies at Whitehouse Station, Nj, this July 10, 2019 9) Smair* Dawn lI.''.Itloros, Assistant Secretar? IN THE EVENT YOU WISHTO VERIFYTHE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT: Tele hnne(908)903-3493 Fax(908)903-3656 e-mail: surety@chubbxom FED- VIG-PI (rev. 08-18) Policy #61 UEAHFg624 Effective Gates: 06130/2019-0613012020 THIS ENDORSEMENT CHANCES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURE® ® OWNERS, LESSEES OR CONTRACTORS ® OPTION I This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE name Of Additional insured Person(s) I Designated Project(s) Or Lacotion(s) Or Oroanizatinnisl: Of Covered Operations: Any Orprgzalon when requlred by written mntrad, written permit or nrr&ten ggreement A. With respect to those person(s) or organization(s) shown in the Schedule above when you have agreed In a written contract or written agreement to provide insurance such as is afforded under this policy to them, Subparagraph f., Any Other Party, under the ,Additional Insureds When Required By Written Contract, Written Agreement Or Permit Paragraph of Section fI — Who Is An Insured is replaced with the following: f. Any Other Party Any other person or organization who is not an insured under Paragraphs a. through e. above, but only with respect to liability for "bodlly injury", "property damage" or "personal and advertising Injury" caused, in whole or In part, by your acts or omissions or the acts or omissions of those acting on your behalf: (1) In the performance of your ongoing operations for such additional insured at the project(s) or location(s) designated in the Schedule; (2) In connection with your premises owned by or rented to you and shown In the Schedule; or P'orrn RS 24 80 0713 (3) In connection with "your wort(" for the additional insured at the project($.) or location(s) designated in the Schedule and included within the "products - completed operations hazard", but only if: (a) The written contract or written agreement requires you to provide such coverage to such additional insured at the project(s) or location(s) designated in the Schedule; and (b) This Coverage Part provides coverage for "bodily injury" or "property damage" included within the "products -completed operations hazard". The insurance afforded to the additional Insured shown in the Schedule applies: (1) Only if the "bodily injury" or "property damage" occurs, or the "personal and advertising injury" offense is committed: (a) During the policy period; and (b) Subsequent to the execution of such written contract or written agreement; and © 2013, The Hartford (includes copyrighted material of Insurance Services Office, Inc., with its permission.) Page 1 of 2 Policy 1161 UEAHF8624 Effective Dates: 06130/2019-06130/2020 (c) Prior to the expiration of the period of time that the written contract or written agreement requires such insurance be provided to the additional insured. (2) Only to the extent permitted by law; and (3) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. With respect to the insurance afforded to the person(s) or organization(s) that are additional insureds under this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising Injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders, designs or specifications; or (2) Supervisory, Inspection, architectural or engineering activities. The limits of insurance that apply to the additional insured shown in the Schedule are described in the Limits Of Insurance section. How this insurance applies when other Insurance is available to the additional insured is described in the Other Insurance Condition in Section IV — Commercial General Liability Conditions, except as otherwise amended below. S. With respect to insurance provided to the person(s) or organization(s) that are additional insureds under this endorsement, the When You Add Others As An Additional Insured To This Insurance subparagraph, under the Other Insurance Condition of Section IV — Commercial General Liability Conditions Is replaced with the following: When You Add Others As An Additional Insured To This Insurance (a) Primary Insurance When Required By Contract This insurance Is primary If you have agreed in a written contract or written agreement that this insurance be primary. If other insurance is also primary, we will share with all that other insurance by the method described in Paragraph (c) below. This insurance does not apply to other insurance to which the additional insured in the Schedule has been added as an additional insured. (b) Primary And ikon -Contributory To Other Insurance When Required By Contract This insurance is primary to and will not seep contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured in the Schedule is a Named Insured under such other insurance; and (11) You have agreed in a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured in the Schedule. (c) method Of Sharing To If all of the other insurance permits contribution by equal shares, we will follow this method also. Under this approach, each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other insurance does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of Insurance of all insurers. All other terms and conditions in the policy remain unchanged. Page 2 of 2 Form HS 24 80 0713 Policy #61 UEAH F8624 Effective Dates: 06i3012019-0613W020 THIS ENDORSEMENT CHANCES THE POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) This policy is subject to the following additional Conditions: A. If this policy is cancelled by the Company, other than for nonpayment of premium, notice of such cancellation will be provided at least thirty (30) days in advance of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company, B. if this policy is cancelled by the Company for nonpayment of premium, or by the insured, notice of such cancellation will be provided within (10) days of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. If notice is mailed, proof of mailing to the last known mailing address of the certificate holder(s) on file with the agent of record or the Company will be sufficient proof of notice. Any notification rights provided by this endorsement apply only to active certificate holder(s) who were issued a certificate of insurance applicable to this policy's term. Form lH 03 07 06 11 page 1 of 1 0 2011, The Hartford Policy #61 UEAHF8900 Effective Dates: 06130/2019-06130/2020 THIS ENDORSEMENT CHANGES THIS POLICY. PLEASE READ IT CAREFULLY. NOTICE OF CANCELLATION TO CERTIFICATE HOLDER(S) This policy is subject to the following additional Conditions: A. If this policy is cancelled by the Company, other than for nonpayment of premium, notice of such cancellation will be provided at least thirty (30) days in advance of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. B. If this policy is cancelled by the Company for nonpayment of premium, or by the insured, notice of such cancellation will be provided within (10) days of the cancellation effective date to the certificate holder(s) with mailing addresses on file with the agent of record or the Company. If notice is mailed, proof of mailing to the last known mailing address of the certificate holder(s) on file with the agent of record or the Company will be sufficient proof of notice. Any notification rights provided by this endorsement apply only to active certificate holder(s) who were issued a certificate of insurance applicable to this policy's term. Form IH 03 07 0611 Page 1 of 1 0 2011, The Hartford Texasmutuar WORKERV COMPENSATION INSURANCE wORKERS' COMPENSATION AND VIC 42 06 ©`Y EMPLOYERS LIABILITY POLICY Insured copy TEXAS S NOTICE OF ANATERlAL CHANGE ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A, of the Information Page. In the event of cancellation or other material change of the policy, we will mail advance notice to the person or organization named in the Schedule. The number of days advance notice is shown in the Schedule. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. 1. Number of days advance notice: 2. Notice will be mailed to: Schedule ANY CERTIFICATE HOLDER ANY STREET ANY TOWN, TX99999 US This endorsoment changes the policy to which it is attached effective on the inception date of the policy unlaas a different date Is indicated below. (rho following "attaching clause" need be completed only when this sndomement is Issued subsequent to preparation of the policy.) This endorsement, effective on 6/30118 at 12:01 a.m, standard time, forms a part of: Policy noA00132710Sof Texas Mutual Insurance Company effective on 06/30/2019 Issued to: GIBSON & ASSOCIATES INC This is not a bill NCCI Carrier Code: 29939 PO Box 12058, Austin, TX 78711 2058 1 of 1 texasmutual.com 1 (800) 859-59951 Fax (800) 3594650 dR Authorized icprr��enttive MGM WC 42 06 01 Policy #TUE429571604 Effective Dates: 06f30/2019-06130/2020 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION - ADDITIONAL PROVISIONS (BLANKET EXCEPTION FOR ADDITIONAL INSUREDS) NOTWITHSTANDING THE CANCELLATION PROVISIONS OF THIS POLICY, WE HEREBY AGREE TO ENDEAVORTO PROVIDE 30 DAYS WRITTEN NOTICE OF CANCELLATION TO THE PERSON OR ORGANIZATION, WHO IS AN ADDITIONAL INSURED UNDER THIS POLICY AND SPECIFICALLY NAMED IN SCHEDULE A BELOW FOR ANY CANCELLATION, EXCEPT CANCELLATION FOR NOW PAYMENT OF PREMIUM. IF WE CANCEL FOR NON-PAYMENT OF PREMIUM, WE WILL GIVE NO LESS THAN (10) DAYS ADVANCED WRITTEN NOTICE TO THE NAMED INSURED. IT IS FURTHER AGREED AND UNDERSTOOD THAT THIS NOTIFICATION IS MERELY PROVIDED AS A COURTESY SERVICE TO THE FIRST NAMED INSURED SHOWN IN ITEM 9.. OF THE DECLARATIONS PAGE AND DOES NOT INFLUENCE OR AMEND THE RIGHTS, DUTIES, OR OBLIGATIONS OF THE COMPANY OR THE NAMED INSURED UNDER THIS POLICY IN ANYWAY. FAILURE TO PROVIDE SUCH NOTIFICATION AS INDICATED ABOVE WILL NOT BE INTERPRETED TO EXTEND THE POLICY CANCELLATION DATE OR NEGATE THE CANCELLATION OF THIS POLICY. SCHEDULE Ai NAME OF PERSON OR ORGANIZATION MAILING ADDRESS ANYPERSON OR ORGANIZATION, WHO QUALIFIES AS AN ADDITIONAL INSURED UNDER THIS POLICYAND HAS REQUIRED VIA WRITTEN CONTRACTFOR THE NAMED INSURED TO PROVIDE NOTICE OF CANCELLATION FOR REASONS OTHER THAN NON-PAYMENT OF PREMIUM, BUT ONLY IF AN ACCURATE LIST OF SUCH PERSONS OR ORGANIZ47IONS WITH CORRECT MAILING ADDRESSESAND CONTACT NAMES HAVE BEEN PROVIDED TO US UPON THE LATTER DATE OF EITHER. (1) WITHIN 10 DAYS OF THE INCEPTION DATE OF THIS POLICY, OR (2) WITHIN 10 DA YS OF ISSUING THIS -ENDORSEMENT THIS ENDORSEMENT DOES NOT CHANGE ANY OTHER PROVISION OF THE POLICY. (HO APPROVAL, ONLY) STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2, 2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Article 1 — Definitions and Terminology .......................................... 1.01 Defined Terms............................................................... 1.02 Terminology......................•........................................... Article 2 — Preliminary Matters........................................................ 2.01 Copies of Documents ................................................... 2.02 Commencement of Contract Time; Notice to Proceed 2.03 Starting the Work ......................................................... 2.04 Before Starting Construction ....................................... 2.05 Preconstruction Conference ......................................... 2.06 Public Meeting............................................................. 2.07 Initial Acceptance of Schedules ................................... Page ..........................................1.1 ............................................1 ............................................ 6 11 ......................................................... 7 ......................................................... 7 ......................................... I............... 8 ......................................................... 8 ......................................................... 8 .........................................I....1.......... 8 ......................................................... 8 Article 3 — Contract Documents: Intent, Amending, Reuse............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................11 Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands ....................................... ............................... 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points................................................................................. ..14 ...................................... 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 — Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 — Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCHON SPECIFICATION DOCUMENTS Revision: Febnuuy 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....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties........................................................................................................... 26 6.09 Permits and Utilities.................................................................................................................... 27 6.10 Laws and Regulations.................................................................................................................27 6.11 Taxes............................................................................................................................. .............. 28 6.12 Use of Site and Other Areas....................................................................................................... 28 6.13 Record Documents...................................................................................................................... 29 6.14 Safety and Protection..................................................................................................................29 6.15 Safety Representative.................................................................................................................. 30 6.16 Hazard Communication Programs............................................................................................. 30 6.17 Emergencies and/or Rectification............................................................................................... 30 6.18 Submittals...........................................................•........................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification......................................................................................................................... 33 6.22 Delegation of Professional Design Services.............................................................................. 34 6.23 Right to Audit..............................................................................................................................34 6.24 Nondiscrimination.......................................................................................................................35 Article 7 - Other Work at the Site................................................................................................................... 35 7.01 Related Work at Site................................................................................................................... 35 7.02 Coordination................................................................................................................................36 Article 8 - City's Responsibilities................................................................................................................... 36 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data..........................•.....................................................................................................36 8.03 Pay When Due............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals.............................................................................................. 36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9 - City's Observation Status During Construction........................................................................... 37 9.01 City's Project Manager............................................................................................................ 37 9.02 Visits to Site................................................................................................................................ 37 9.03 Authorized Variations in Work.................................................................................................. 38 9.04 Rejecting Defective Work.......................................................................................................... 38 9.05 Determinations for Work Performed.......................................................................................... 38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdutmy2, 20I6 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 ............................. 14.01 Schedule of Values............................................................... 14.02 Progress Payments............................................................... 14.03 Contractor's Warranty of Title ............................................ 14.04 Partial Utilization................................................................. 14.05 Final Inspection.................................................................... 14.06 Final Acceptance.................................................................. 14.07 Final Payment....................................................................... 14.08 Final Completion Delayed and Partial Retainage Release. 14.09 Waiver of Claims ................................................................. ....................................................... 52 ....................................................... 52 ....................................................... 52 ....................................................... 54 ....................................................... 55 ....................................................... 55 ....................................................... 55 ....................................................... 56 ....................................................... 56 ....................................................... 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: l'bnoryZ 2016 Article 17 — Miscellaneous .............. 17.01 Giving Notice .............. 17.02 Computation of Times . 17.03 Cumulative Remedies.. 17.04 Survival of Obligations 17.05 Headings ....................... ....................................................... ....... .............62 ............................................................................................................. 62 ............................................................................................................. 62 ............................................................................................................. 62 ............................................................................................................. 63 ............................................................................................................. 63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febuary2,20I6 00 72 00 - I GENERAL. CONDITIONS Page I of 63 ARTICLE 1 — DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms 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: Fehnmy 2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 2 of 03 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: Febnimy 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. cnY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements —Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste —Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations —Any and all applicable laws, rates, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens --Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award —The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs —Polychlorinated biphenyls. 49. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 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. CrfY OF FORT WORTFI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fetnaary 2, 2015 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 perfomling 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.E 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: Cn'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or 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 — PRELEMNARY 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. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICA ION DOCUMENTS Revision: Fduuary2,2016 00 72 00 - 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 form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehmary2, 2016 00 72 00 - 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 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 of Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: F&=y 2, 2016 0072W-I 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page I 1 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 casements 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 anal/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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS Revision: FeWmy2,2016 00 72 00 - 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 PORT WORTH STANDARD CONSTRUCTION SPECIPiCATION DOCUMENTS Revision; Febw&y2, 2016 00 72 00 - l GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have fa 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 CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy 2, 20 ] 6 00 72 00 --1 GENERAL CONDITIONS Page 14 of63 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 SPECTFiCATION DOCUMENTS Revision: Febnmuy2,2016 00 72 00 - 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; (h) 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 whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehruay2.2016 00 72 00 - 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 farm 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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECLFICATION DOCUMENTS Revision: F xuary 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10, Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF PORT WORTH STANDARD CONSTRUCTION SPECiFiCATiON DOCUMENTS Revision: Febniary2, 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 performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2, claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCHON SPFCIFICATION DOCUMENTS Revision: F&waiy2, 2016 00 72 CO - 1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 -- CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION sPEC1FICAUON DOCUMENTS Revision: F lmary2, 2016 007200-I 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 shalt be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febamry 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 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: 1f 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; CrFY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdxuary 2, 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; CUY OF FORT WORTH STANDARD CONSTRUCTJON SPECIFICATION DOCUMENTS Revision: Fdxtmry2, 2016 007200-i GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: if a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by City. Contractor shall submit sufficient information to allow City, in City's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. Contractor shall make written application to City for review in the same manner as those provided in Paragraph 6.05.A.2. C. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or submittal made pursuant to Paragraphs 6.05.A and 6.05.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 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. Cn'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATFON DOCUMENTS Revision: February 2, 2016 00 72 00 - I GFNFRAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shalt 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: Febnrary2, 2016 00 72 00 - 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy 2, 2016 007200-1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the ttth 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: Febivary 2, 2016 00 72 00 - I 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 SPE+CIPiCATION DOCUMENTS Revision: Febmazy2, 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 Taxes A. On a contract awarded by the City, an organization which qualifies for exemption pursuant to Texas Tax Code, Subchapter H, Sections 151.301-335 (as amended), the Contractor may purchase, rent or lease all materials, supplies and equipment used or consumed in the performance of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said exemption certificate to comply with State Comptroller's Ruling .007. Any such exemption certificate issued to the Contractor in lieu of the tax shall be subject to and shall comply with the provision of State Comptroller's Ruling .011, and any other applicable nilings pertaining to the Texas Tax Code, Subehapter 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/taxfonns/93-forrns.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shalt confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febuuacy 2, 2016 00 72 00 - i GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnky2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 30 of 53 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. F. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FeLwazy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations froze. 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.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. S. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Felmiary2,2016 00 72 00 - L 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: Fdnixy2,2016 007200-1 GENERAL CONDITIONS Page 33 or63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with: the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6, any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its oven expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THLS 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 O&M PART• BY ANY_ ACT. OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS �EMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SYECDACXHON DOCUMENTS Revision: Febma 72, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN MAT ALL OR SOME OF THE DAMAGES BUNG_SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT. OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent 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 C1 rY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febntacy2,2016 00 72 00 -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'S — 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: February2, 201b 00 72 00 - 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: 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. 8.05 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CrrY of FORT WORTH STANDARD CONSTRUCTION SPFCTFICATION DOCUMENTS Revision: FebnwyZ 2016 00720o-I 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 Tariqul Islam, or his/her successor pursuant to written notification from the Director of Transportation and Public Works. 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 CONSTRUCITON SPECIFICATION DOCUMENTS Revision: F42bru y2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work Per 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 T CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdxuacy2, 2016 00 72 00 - 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: Fdxumy2, 20 i 6 00 72 00 - 1 Gr7NFRAL 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 PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febrmy2, 2016 00 72 00 -1 GENFRAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.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 11.0LB, 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 SPECIF[CATION DOCUMFNTS Revision: Febmary2, 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 cdnsumed 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. CrTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmuy 2, 2016 0072W_I 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.1 or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdx=y2, 20i6 007200-I 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. 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. CrPY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdmtmy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnwy 2, 2016 00 72 00 - t 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 TEVIE 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 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (deten-nined as provided in Paragraph 12.01.Q. C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.01.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 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY of FORT WORTH STANDARD CONSTRUCTION SPECtF7CATTON DOCUMENTS Revision: Fehmary2, 2016 00 72 00 - 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 11.01.13; 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. CTCY OF FORT WORTH STANDARD CONSTRUCTION SPFC[FICATION DOCUMENTS Revision: Febnmry Z 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: Febcu wy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 49 of 63 Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 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: F huuyZ 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmaiy2, 2016 00 72 DO - 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 CPrY OF FORT WORT4-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary 2, 2016 007200-1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor staring 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. S. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: C'ebnmy Z 2016 00 72 00 - 1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CRY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCIUNIENTS Revision: FUnuary 2, 2016 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (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 setoff 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: Fehmary2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: F wmy2,20I6 00 72 00 - 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 confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February Z 2016 007200-I GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTTION SPECIFICATION DOCUMENTS Revision: Felnuazy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECETCATION DOCUMENTS Revision: February 2, 2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary Z 2016 00 72 00 - E GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Pe6mazy 2, 2016 007260-1 GFNFRAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 -- DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Fehmary2, 2d16 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 1.7 — 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FdxuaiyZ 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: FaSnay 2, 2016 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 00 73 00 - 1 SUPPLEMENTARY CONDITIONS Page 1 of 5 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and ,supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.L, "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of September 18, 2018: Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER NONE TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line Iocations. SC-4.01A.2, "Availability of Lands" Utilities or obstructions to be removed, adjusted, and/or relocated CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 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 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 EXPECTED UTILITY AND LOCATION OWNER NONE TARGET DATE OF ADJUSTMENT The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A "None" Report No. , dated , prepared by "None", a sub -consultant of "None" a consultant of the City, providing additional information on "None" The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: "None" SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: "None" SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant "None" (3) Other: "None" SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accidentloccurrence $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., "Contractor's Insurance" CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICA`1'ION DOCUMENTS City Project No. 102099 007300-3 SUPPLEMENTARY CONDMONS Page 3 of 5 1 5.04B. Commercial General Liability, under Paragraph GC-5.04B. 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 11 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: 17 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: N/A 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 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right--of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company, 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right -of --way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: GC 6.07: 2013 Prevailing Wage Rates (Heavy and Highway Construction Project) SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: Fort Worth City Street use Permit SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: "None" SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of April 9, 2019: Outstanding Permits and/or Licenses to Be Acquired CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 '1" ON "None" SC-7.02., "Coordination" 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION The individuals or entities listed below have contracts with the City for the performance of other work at the Site: "None" Vendor Sco a of Work Coordination Authority None None None SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Tariqul Islam or his successor pursuant to written notification from the Director of Transportation and Public Works ,SC-13.03C., `Vests and Inspections" "None" SC-16.01C.1, "Methods and Procedures" "None" 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. CPf Y OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 011100-1 SUMMAIZY 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 Fort Worth Standard Specification 8 1 _ M OBU,I ATION AND DEMOB ILIZATION'SHALL DE SUB 9[DIARY TO 9 TINS PROTEC! PAY ITEMS, NO SEPARATE PAY. NO PAYMFtNT'WILL HE 10 IMADE FOR MOBIL1'Z.ATIDN AND DC MOB ILfZATIONF'RC}M ONE 11 LOC `.FIGN TO ANoTiim rN NORMAL PROGRESS OF PERFORIMING THi' 12 WORK. REMOFILIZATION PAY FTF. M SHALI- HF PAID FOR MISPVNS'[() 13 OF WORK SPFC1FICAI ,Y RFIQ01RHO IN `f`W` (.'[)N"TR1"►.C"r D(]CUME3w,1'TS 14 OR AS. REQUTRHI) iiY THE C11'y 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 I - 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. Work Covered by Contract Documents 25 1. Work is to include furnishing all labor, materials, and equipment, and performing 26 all Work necessary for this construction project as detailed in the Drawings and 27 Specifications. 28 B. Subsidiary Work 29 1. Any and all Work specifically governed by documentary requirements for the 30 project, such as conditions unposed by the Drawings or Contract Documents in 31 which no specific item for bid has been provided for in the Proposal and the item is 32 not a typical unit bid item included on the standard bid item list, then the item shall 33 be considered as a subsidiary item of Work, the cost of which shall be included in 34 the price bid in the Proposal for various bid items. 35 2. MOBILIZATION AND DEMOBILIZATION SHALL NOT BE PAID DIRECTLY 36 BUT SHALL BE CONSIDERED SUBSIDIARY TO THE MAJOR ITEMS OF 37 WORK. NO PAYMENT WILL BE MADE FOR MOBH.IZATION AND 38 DEMIBILIZATION FROM ONE LOCATION TO ANOTHER IN NORMAL 39 PROGRESS OF PERFORMING THE WORK. CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised December 20, 2012 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 1 C. Use of Premises 2 1. Coordinate uses of premises under direction of the City. 3 2. Assume full responsibility for protection and safekeeping of materials and 4 equipment stored on the Site. 5 3. Use and occupy only portions of the public streets and alleys, or other public places 6 or other rights -of -way as provided for in the ordinances of the City, as shown in the 7 Contract Documents, or as may be specifically authorized in writing by the City. 8 a. A reasonable amount of tools, materials, and equipment for construction 9 purposes may be stored in such space, but no more than is necessary to avoid 10 delay in the construction operations. 11 b. Excavated and waste materials shall be stored in such a way as not to interfere 12 with the use of spaces that may be designated to be left free and unobstructed 13 and so as not to inconvenience occupants of adjacent property. 14 c. if the street is occupied by railroad tracks, the Work shall be carried on in such 15 manner as not to interfere with the operation of the railroad. 16 1) All Work shall be in accordance with railroad requirements set forth in 17 Division 0 as well as the railroad permit. 18 D. Work within Easements 19 1. Do not enter upon private property for any purpose without having previously 20 obtained permission from the owner of such property. 21 2. Do not store equipment or material on private property unless and until the 22 specified approval of the property owner has been secured in writing by the 23 Contractor and a copy furnished to the City. 24 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 25 obstructions which must be removed to make possible proper prosecution of the 26 Work as a part of the project construction operations. 27 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 28 lawns, fences, culverts, curbing, and all other types of structures or improvements, 29 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 30 appurtenances thereof, including the construction of temporary fences and to all 31 other public or private property adjacent to the Work. 32 5. Notify the proper representatives of the owners or occupants of the public or private 33 lands of interest in lands which night be affected by the Work. 34 a. Such notice shall be made at least 48 hours in advance of the beginning of the 35 Work. 36 b. Notices shall be applicable to both public and private utility companies and any 37 corporation, company, individual, or other, either as owners or occupants, 38 whose land or interest in land might be affected by the Work. 39 c. Be responsible for all damage or injury to property of any character resulting 40 from any act, omission, neglect, or misconduct in the manner or method or 41 execution of the Work, or at any time due to defective work, material, or 42 equipment. 43 6. Fence 44 a. Restore all fences encountered and removed during construction of the Project 45 to the original or a better than original condition. CITY OF FORT WORTH BRIDGE REHABILITATION AT FIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised December 20, 2012 011100-3 SUMMARY OF WORT{ Page 3 of 3 1 b. Erect temporary fencing in place of the fencing removed whenever the Work is 2 not in progress and when the site is vacated overnight, and/or at all times to 3 provide site security. 4 c. The cost for all fence work within easements, including removal, temporary 5 closures and replacement, shall be subsidiary to the various items bid in the 6 project proposal, unless a bid item is specifically provided in the proposal. 7 1.5 SUBMITTALS [NOT USED] 8 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12. WARRANTY [NOT USED] 15 PART 2 - PRODUCTS [NOT USED] lb PART 3 - EXECUTION [NOT USED] 17 18 19 END OF SECTION IRevision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102099 Revised December 20, 2012 012500--1 SUBSTITUTION PROCEDURES Page 1 of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- 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. Tirade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 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 BRIDGE REHABILITAITON AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 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 SUBMffTALS 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. Fox 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 marled to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City, 38 c. For construction methods; 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 I . 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 andlor time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF PORT WORTH BRIDGE REHABILITAITON AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED 10 1.9 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 24 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 30 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH BRIDGE REHABILITAITON AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 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 fallowing product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 11 Proposed Substitution: 12 Reason for Substitution: 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 Include complete information on changes to Drawings and/or Specifications which proposed substitution will require for its proper installation. Fill in Blanks Below: A. Will the undersigned contractor pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? B. What effect does substitution have on other trades? C. Differences between proposed substitution and specified item? D. Differences in product cost or product delivery time? E. Manufacturer's guarantees of the proposed and specified items are: Equal Better (explain on attachment) The undersigned states that the function, appearance and quality are equivalent or superior to the specified item. Submitted By: For Use by City Signature as noted Firm Address Date Telephone For Use by City: Approved City Recommended Recommended Not recommended Received late By Date _ Remarks Date Rejected CITY OF FORT WORTH BRIDGE REIIABILITAIi'ON AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 11 SUMMARY SECTION 013119 PRECONSTRUCTION MEETING 01 31 19-1 PRECONSTRUCTION MEETING Page I of 3 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1, None, 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division t — 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 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination I. Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting. 3. Attendance shall include: a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised August 17, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking It. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals rn. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System Y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBEISBE procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments CITY OF FORT WORTH BRIDGE REHAB ILfTATtON AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised August 17, 2012 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1..9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised August 17, 2012 01 31 20 - 1 PROJECT MEETINGS Page I of 3 I 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 J. 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 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre -Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend l 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 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 01 31 20 - 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. i0 2. Additional progress meetings to discuss specific topics will be conducted on an as - II needed basis. Such additional meetings shall include, but not be limited to: 12 a. Coordinating shutdowns 13 b. Installation of piping and equipment 14 c. Coordination between other construction projects 15 d. Resolution of construction issues 16 e. Equipment approval 17 3. The Project Representative will preside at progress meetings, prepare the notes of 18 the meeting and distribute copies of the same to all participants who so request by 19 fully completing the attendance form to be circulated at the beginning of each 20 meeting. 21 4. Attendance shall include: 22 a. Contractor's project manager 23 b. Contractor's superintendent 24 c. Any subcontractor or supplier representatives whom the Contractor may desire 25 to invite or the City may request 26 d. Engineer's representatives 27 e. City's representatives 28 f. Others, as requested by the Project Representative, 29 5. Preliminary Agenda may include: 30 a. Review of Work progress since previous meeting 31 b. Field observations, problems, conflicts 32 c. Items which impede construction schedule 33 d. Review of off -site fabrication, delivery schedules 34 e. Review of construction interfacing and sequencing requirements with other 35 construction contracts 36 f. Corrective measures and procedures to regain projected schedule 37 g. Revisions to construction schedule 38 h. Progress, schedule, during succeeding Work period 39 i. Coordination of schedules 40 j. Review submittal schedules 41 k. Maintenance of quality standards 42 1. Pending changes and substitutions 43 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 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 1 2 3 4 5 6 7 S 9 10 11 12 13 14 15 16 17 18 19 013120-3 PROJECT MEETINGS Page 3 of 3 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 22 23 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Farms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 110 DELIVERY, STORAGE, AND HANDLING [NOT USE, 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH BRIDGE REHABILrrATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 013233-2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END Of SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102099 Revised July 1, 2011 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY SECTION 0133 00 SUBMITTALS 01 33 00 - 1 SUBMITTALS Page I of 9 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division I — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of perforining the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH BRIDGE RENABII.1 i'ATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 01 33 00 - 2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B-3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following; a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of -submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 z/z inches x 11 inches to 8'/2 inches x I lznches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items I Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF PORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I02099 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 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised December 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: 11 1) Sections of manufactured or fabricated Warp 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 1. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on -site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 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) 1f Contractor requires more than 1 hard copy of Shop Drawings 38 -returned, Contractor shall submit mare 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 BRIDGE REHABILITATION AT EIGHT LOCATIONS (20I9-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised December 20, 2012 013300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies listed above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 C. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples, where required, to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 1. The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor remains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance, the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 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 FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised December 20, 20M 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 01 33 00 - 6 SUBN11'1`I'A1S Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non-confoxming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised December 20, 2012 01 33 00 - 7 SUBMrf TAT_.S Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. CIarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information (RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED 34 1.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING f NOT USED] 36 1.11 FIELD (SITE] CONDITIONS fNOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised December 20, 2012 0133 00- 9 SUBMITTALS Page 8 of 8 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4_K.8. Working Days modified to Calendar Days C17TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) City Project No. 102099 013513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 SECTION 0135 13 2 SPECIAL PROJECT PROCEDURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. The procedures for special project circumstances that includes, but is not limited to: 7 a. Coordination with the Texas Department of Transportation 8 b. Work near High Voltage Lines 9 c. Confined Space Entry Program 10 d. Air Pollution Watch Days 11 e. Use of Explosives, Drop Weight, Etc. 12 f. Water Department Notification 13 g. Public Notification Prior to Beginning Construction 14 h. Coordination with United States Army Corps of Engineers 15 i. Coordination within Railroad permits areas 16 j. Dust Control 17 k. Employee Parking 18 B. Deviations from this City of Fort Worth Standard Specification 19 1. None. 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment 26 1. Coordination within Railroad permit areas 27 a. Measurement 28 1) Measurement for this Item will be by lump sum. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this Item 31 will be paid for at the lump sum price bid for Railroad Coordination. 32 c. The price bid shall include: 33 1) Mobilization 34 2) Inspection 35 3) Safety training 36 4) Additional Insurance 37 5) Insurance Certificates 38 6) Other requirements associated with general coordination with Railroad, 39 including additional employees required to protect the right-of-way and 40 property of the Railroad from damage arising out of and/or from the 41 construction of the Project. 42 2, Railroad Flagmen CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, I02099 Revised December 20, 2012 0I3513-2 SPECIAL PROJECT PROCEDURES Page 2 of 9 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 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 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 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised December 20, 2012 0135 13 - 4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing Lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on I to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No (CPN) 30 c) Scope of Project (i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any block until the flyer is 41 delivered to all residents of the block. 42 1. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised December 20, 2012 01 35 13-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 J. Coordination with United States Army Corps of Engineers (USAGE) 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 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised December 20, 2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of S 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 USEDI 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.B — Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead fines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A - (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.> Mr. ¢CITY INSPECTORS AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised December 20, 2012 1 2 3 4 01 35 13-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B FORTWORTH D&RB• DOE NO. X1I7C7I Project 1 wxw. NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH BRIDGE REHABILPPATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised December 20, 2012 014523-1 TESTING AND INSPECTTION SERVICES Page I of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1- GENERAL 4 11 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to, 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 General Requirements 12 11.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will 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 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 014523-2 TESTING AND INSPECTION SERVICFS 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) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic distribution) 6 1) Tests performed by City 7 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 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS [NOT USED] 27 PART 3 - EXECUTION [NOT USED] 28 29 30 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pioject No. 102099 Revised Atly 1, 2011 01 50 00 - 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 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily limited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 11 d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1--- General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH BRIDGE REHABILITAITON AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 1.6 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 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities 1. Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings I . Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH BRIDGE REHABILITAITON AT BIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 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 SUBMITTALS/IlVFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 112 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] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD [oRl SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH BRIDGE REHABILTTATFON AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 015000-4 TEMPORARY FACILYT1ES 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 7 8 END OF SECTION 1 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH BRIDGE REHABILPTAITON AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 01 55 26 - 1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 or 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Permit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 3. Section 34 71 13 —Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 A. Traffic Control 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B_ Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 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. t6 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 SUBMITTALSANF'ORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USEDI 31 IAO DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USEDI 33 IA2 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] g END OF SECTION CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 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 CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised .July 1, 2011 01 57 l3 - 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1, Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None, 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2. Division 1 — General Requirements 13 3. Section 3125 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than 1 acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOT 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 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 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 TXR 150000 11 a) Sign and post at jab site 12 b) Prior to Preconstruction Meeting, send I copy to City Department of 13 Transportation and Public Works, Environmental Division, (817) 392- 14 6088. 15 2) Provide erosion and sediment control in accordance with: 16 a) Section 3125 00 17 b) The Drawings 18 c) TXR150000 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 N01 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) 392-608S. 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 015713-3 STORM WATER POLLUTION PREVENTION Page 3 or 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section 0133 00. 1.6 ACTION SUBMITTALSIMORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 14 15 END OF SECTION fRevision Log 1 DATE TIAME SUMMARY OF CHANGE CITY OF PORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 015813 2 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL C�l�i �.Yi � I►Ti_Il_�'� 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 015813-2 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 / RESTORATION [NOT USED] 19 3.5 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [oti] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 313 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 31 END OF SECTION CITY OF FORT WORTH BRIDGE REHABILrrATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH BRIDGE REHABILrrATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 016000-1 PRODUCT REQUIREMENTS Page I of 2 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 I — 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 DocumentslStandard Products List 17 B. Only products specifically included on City's Standard Product List in these Contract 18 Documents shall be allowed for use on the Project. 19 1. Any subsequently approved products will only be allowed for use upon specific 20 approval by the City. 21 C. Any specific product requirements in the Contract Documents supersede similar 22 products included on the City's Standard Product List. 23 1. The City reserves the right to not allow products to be used for certain projects even 24 though the product is listed on the City's Standard Product List. 25 D. Although a specific product is included on City's Standard Product List, not all 26 products from that manufacturer are approved for use, including but not limited to, that 27 manufacturer's standard product. 28 E. See Section 0133 00 for submittal requirements of Product Data included on City's 29 Standard Product List. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USE, 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised December 20, 2012 I 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 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised December 20, 2012 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 6 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PARTI- GENERAL 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a, Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from 1 location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. 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 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 102099 Revised November 22, 2016 017000-2 MOBILIZATION AND REMOBILIZATION Page 2 of 6 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 I b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [Consult City Department/Division for direction on if 26 Mobilization pay item to be included or the item should be subsidiary. Include the 27 appropriate Section 1.2 A. 1.1 28 1. Mobilization and Demobilization 29 a. Measure 30 1) This Item is considered subsidiary to the various Items bid. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 TOR-} 36 37 38 39 a.. "�; 40 1) This Item will be ffleaft�r-ed by the laffT sufa of eaeh as the wE)fk 41 42 . 43 2) Demobilization shall he a si efe.i g absidiai= , to the t s bid it&ms. 44 h. -payfRent CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 102099 Revised November 22, 2016 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 6 11"•r_rss:-p-q--n�er.MJ"-- -- k�:r.�s�rsseesrrrras:rir_ez� 3 made in paftial payments follows.: as 4 a) When % % of the lump bid 6,� mobilization sum or fhi;ye?4 the ma-,yi % % to Previous payments the Item be ffem this amo undef will Ele&eted 0. 00n_ of the lump bid the nieffin mobilization sum or fln,yeil 13 u. 16 maximum allojpedi % total contract be considered unbalanced of shall 17 and a cause foir consideration of rejection. 'q%4obilization 18 e) The Lump Sum bid feF PaAngfWainage"NOT v. 22 . 23 c c » Shall -NOT- i-flejud 24 any cost or sum for mobilization items assoeiated with drainage items, 25 ccW-AAll Dr-ainfige"hufftp 26 27 . 28 'cAlobifizafion 2 29 30 'cMoblfization w 31 32 , 33 2) The work performed and materials furnished for demobilization in 34 accordance with this Item are subsidiary to the various Items bid and no other 35 compensation will be allowed. 36 fOR-1 37 » 38 39 40 , 41 42 a.. " 43 44 various_items id. 45 << „ « „ ,liwaf " 46 P rge" willb .. w...d by the lump suim or- eh as the w .,wi. 47 pfvgfesses. Mobilization ...,1..,,l.,te d on the bage bidonly andwill .;11 not b 48 paid for separately on any additive altemate items added to the Contmet. 49 . 50 b• Payment CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROTECT NUMBER: I02099 Revised November 22, 2016 017000-4 MOBILIZATION AND REMOBIL1ZATION Page 4 of 6 1 2 for- Wftt&E4SeAA ­ents are subsidiary to the various Items bid and no 3 other conapensadon.-li?i,rill 1- e .,llow e . 4 "Mobilization 5 ", 6 7 8 payffiefits as follows.: 9 10 eafned, 11 , 12 , Will be PaiEh 13 14 eamed, 75% of the mobiiizfftian lump stun bid of [hisert the nta*ii 15 16 ffinount, zsae ".�1. Pfey4euspay+3eatsuitder the Rei 17 . 18 e) When 10% f the adjusted Co tfaet . t for n nst.. et; n rta,Y,., ;is 19 eafned, 20 , 21 afflauft wliiehevef is less, will be paid. Wevious paymetits tifide-F the Rem 22 w411 be Eleclueted fFam this ainaunt. 23 25 eORtFact shall be considered unbalanced and a cause for consideration 26 ofr-ejeetion: 27 3) The work performed and materials furnished for demobilization in 28 accordance with this Item are subsidiary to the various Items bid and no other 29 compensation will be allowed. 30 2. Remobilization for suspension of Work as specifically required in the Contract 31 Documents 32 a. Measurement 33 1) Measurement for this Item shall be per each remobilization performed. 34 b. Payment 35 1) The work performed and materials furnished in accordance with this Item 36 and measured as provided under "Measurement" will be paid for at the unit 37 price per each "Specified Remobilization" in accordance with Contract 38 Documents. 39 c. The price shall include: 40 1) Demobilization as described in Section 1.I.A.2.a.1) 41 2) Remobilization as described in Section I.I.A.2.a.2) 42 d. No payments will be made for standby, idle time, or lost profits associated this 43 Item. 44 3. Remobilization for suspension of Work as required by City 45 a. Measurement and Payment 46 1) This shall be submitted as a Contract Claim in accordance with Article 10 47 of Section 00 72 00. 48 2) No payments will be made for standby, idle time, or lost profits associated 49 with this Item. CrrY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 102099 Revised November 22, 2016 017000.5 MOBILIZATION AND REMOBILIZATION Page 5 of 6 1 4. Mobilizations and Demobilizations for Miscellaneous Projects 2 a. Measurement 3 1) Measurement for this Item shall be for each Mobilization and 4 Demobilization required by the Contract Documents 5 b. Payment 6 1) The Work performed and materials furnished in accordance with this Item 7 and measured as provided under "Measurement" will be paid for at the unit 8 price per each "Work Order Mobilization" in accordance with Contract 9 Documents. Demobilization shall be considered subsidiary to mobilization 10 and shall not be paid for separately. 11 c. The price shall include: 12 1) Mobilization as described in Section 1.1.A.3.a.1) 13 2) Demobilization as described in Section I.I.A.3.a.2) 14 d. No payments will be made for standby, idle time, or lost profits associated this 15 Item. 16 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 17 a. Measurement 18 1) Measurement for this Item shall be for each Mobilization and 19 Demobilization required by the Contract Documents 20 b. Payment 21 1) The Work performed and materials furnished in accordance with this Item 22 and measured as provided under "Measurement" will be paid for at the unit 23 price per each "Work Order Emergency Mobilization" in accordance with 24 Contract Documents. Demobilization shall be considered subsidiary to 25 mobilization and shall not be paid for separately. 26 c. The price shall include 27 1) Mobilization as described in Section I.I_.A.4.a) 28 2) Demobilization as described in Section I.I.A.3.a.2) 29 d. No payments will be made for standby, idle time, or lost profits associated this 30 Item. 31 1.3 REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 SUBMITTALS [NOT USED] 34 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 35 1.7 CLOSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSURANCE [NOT USED] 38 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 39 1.11 FIELD [SITE] CONDITIONS [NOT USED] 40 1.12 WARRANTY f NOT USED] CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 102099 Revised November 22, 2016 0170 00 - 6 MOBILIZATION AND REMOBILIZATION Page 6 of 6 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NUMBER: 102099 Revised November 22, 2016 017123-1 CONSTRUCTION STAKING AND SURVEY Page l of 8 1 ,SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 14 15 16 17 is 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum, b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102099 Revised February 14, 2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 2) Payment for "Construction Staking" shall be made in partial payments 2 prorated by work completed compared to total work included in the lump sum 3 item. 4 c. The price bid shall include, but not be limited to the following:: 5 1) Field measurements and survey shots to identify location of completed 6 facilities. 7 2) Documentation and submittal of as -built survey data onto contractor redline 8 plans and digital survey files. 9 10 1.3 REFERENCES 11 A. Definitions 12 1. Construction Survey - The survey measurements made prior to or while 13 construction is in progress to control elevation, horizontal position, dimensions and 14 configuration of structures/improvements included in the Project Drawings. 15 2. As -built Survey —The measurements made after the construction of the 16 improvement features are complete to provide position coordinates for the features 17 of a project. 18 3. Construction Stakint —The placement of stakes and markings to provide offsets 19 and elevations to cut and fill in order to locate on the ground the designed 20 structures/improvements included in the Project Drawings. Construction staring 21 shall include staking casements and/or right of way if indicated on the plans. 22 4. Survey "Field Checks" — Measurements made after construction staking is 23 completed and before construction work begins to ensure that structures marked on 24 the ground are accurately located per Project Drawings. 25 B. Technical References 26 1. City of Fort Worth -- Construction Staking Standards (available on City's Buzzsaw 27 website) — 01 71 23.16.01_ Attachment A Survey Staking Standards 28 2. City of Fort Worth - Standard Survey Data Collector Library (fxl) files (available 29 on City's Buzzsaw website). 30 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 31 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land 32 Surveying in the State of Texas, Category 5 33 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. The Contractor's selection of a surveyor must comply with Texas Government 36 Code 2254 (qualifications based selection) for this project. 37 1.5 SUBMITTALS 38 A. Submittals, if required, shall be in accordance with Section 0133 00. 39 B. All submittals shall be received and reviewed by the City prior to delivery of work. 40 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 41 A. Field Quality Control Submittals CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102099 Revised February 14, 2018 017123-3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1 1. Documentation verifying accuracy of field engineering work, including coordinate 2 conversions if plans do not indicate grid or ground coordinates. 3 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 4 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards), 5 1.7 CLOSEOUT SUBMITTALS 6 B. As -built Redline Drawing Submittal 7 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 8 constructed improvements signed and sealed by Registered Professional Land 9 Surveyor (RPLS) responsible for the work (refer to 01 71 23,16.01 Attachment A 10 — Survey Staking Standards) . 11 2. Contractor shall submit the proposed as -built and completed redline drawing 12 submittal one (1) week prior to scheduling the project final inspection for City 13 review and comment. Revisions, if necessary, shall be made to the as -built redline 14 drawings and resubmitted to the City prior to scheduling the construction final 15 inspection. 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Construction Staking 19 1. Construction staking will be performed by the Contractor. 20 2. Coordination 21 a. Contact City's Project Representative at least one week in advance notifying 22 the City of when Construction Staking is scheduled. 23 b. It is the Contractor's responsibility to coordinate staking such that 24 construction activities are not delayed or negatively impacted. 25 3. General 26 a. Contractor is responsible for preserving and maintaining stakes. If City 27 surveyors are required to re -stake for any reason, the Contractor will be 28 responsible for costs to perform staking. If in the opinion of the City, a 29 sufficient number of stakes or markings have been lost, destroyed disturbed or 30 omitted that the contracted Work cannot take place then the Contractor will be 31 required to stake or re -stake the deficient areas. 32 B. Construction Survey 33 1. Construction Survey will be performed by the Contractor. 34 2. Coordination 35 a. Contractor to verify that horizontal and vertical control data established in the 36 design survey and required for construction survey is available and in place. 37 3. General 38 a. Construction survey will be performed in order to construct the work shown 39 on the Construction Drawings and specified in the Contract Documents. 40 b. For construction methods other than open cut, the Contractor shall perform 41 construction survey and verify control data including, but not limited to, the 42 following: 43 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102099 Revised February 14, 2018 017123-4 CONSTRUCTION STAKING AND SURVEY Page 4 of 8 1 2) Use of Benchmarks to furnish and maintain all reference lines and grades 2 for tunneling. 3 3) Use of line and grades to establish the location of the pipe. 4 4) Submit to the City copies of field notesused to establish all lines and 5 grades, if requested, and allow the City to check guidance system setup prior 6 to beginning each tunneling drive. 7 5) Provide access for the City, if requested, to verify the guidance system and 8 the line and grade of the carrier pipe. 9 6) The Contractor remains fully responsible for the accuracy of the work and 10 correction of it, as required. 11 7) Monitor line and grade continuously during construction. 12 8) Record deviation with respect to design line and grade once at each pipe 13 joint and submit daily records to the City. 14 9) If the installation does not meet the specified tolerances (as outlined in 15 Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct 16 the installation in accordance with the Contract Documents. 17 C. As -Built Survey 18 1. Required As -Built Survey will be performed by the Contractor. 19 2. Coordination 20 a. Contractor is to coordinate with City to confirm which features require as- 21 built surveying. 22 b. It is the Contractor's responsibility to coordinate the as -built survey and 23 required measurements for items that are to be buried such that construction 24 activities are not delayed or negatively impacted. 25 c. For sewer mains and water mains 12" and under in diameter, it is acceptable 26 to physically measure depth and mark the location during the progress of 27 construction and take as -built survey after the facility has been buried. The 28 Contractor is responsible for the quality control needed to ensure accuracy. 29 3. General 30 a. The Contractor shall provide as -built survey including the elevation and 31 location (and provide written documentation to the City) of construction 32 features during the progress of the construction including the following: 33 1) Water Lines 34 a) Top of pipe elevations and coordinates for waterlines at the following 35 locations: 36 (1) Minimum every 250 linear feet, including 37 (2) Horizontal and vertical points of inflection, curvature, 38 etc. 39 (3) Fire line tee 40 (4) Plugs, stub -outs, dead-end lines 41 (5) Casing pipe (each end) and all buried fittings 42 2) Sanitary Sewer 43 a) Top of pipe elevations and coordinates for force mains and siphon 44 sanitary sewer lines (non -gravity facilities) at the following locations: 45 (1) Minimum every 250 linear feet and any buried fittings 46 (2) Horizontal and vertical points of inflection, curvature, 47 etc. 48 3) Stormwater —Not Applicable CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS C= PROJECT NO. 102099 Revised February 14, 2018 017123.5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 b. The Contractor shall provide as -built survey including the elevation and 2 location (and provide written documentation to the City) of construction 3 features after the construction is completed including the following: 4 1) Manholes 5 a) Rim and flowline elevations and coordinates for each manhole 6 2) Water Lines 7 a) Cathodic protection test stations 8 b) Sampling stations . 9 c) Meter boxes/vaults (All sizes) 10 d) Fire hydrants 11 e) Valves (gate, butterfly, etc.) 12 f) Air Release valves (Manhole rim and vent pipe) 13 g) Blow off valves (Manhole rim and valve lid) 14 h) Pressure plane valves 15 i) Underground Vaults 16 (1) Rim and flowline elevations and coordinates for each 17 Underground Vault. 18 3) Sanitary Sewer 19 a) Cleanouts 20 (1) Rim and flowline elevations and coordinates for each 21 b) Manholes and Junction Structures 22 (1) Rim and flowline elevations and coordinates for each 23 manhole and junction structure. 24 4) Stormwater — Not Applicable 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED) 26 111 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY 28 PART 2 - PRODUCTS 29 A. A construction survey will produce, but will not be limited to: 30 1. Recovery of relevant control points, paints of curvature and points of intersection. 31 2. Establish temporary horizontal and vertical control elevations (benchmarks) 32 sufficiently permanent and located in a manner to be used throughout construction. 33 3. The location of planned facilities, easements and improvements. 34 a. Establishing final line and grade stakes for piers, floors, grade beams, parking 35 areas, utilities, streets, highways, tunnels, and other construction. 36 b. A record of revisions or corrections noted in an orderly manner for reference. 37 c. A drawing, when required by the client, indicating the horizontal and vertical 38 location of facilities, easements and improvements, as built. 39 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all 40 construction staking projects. These cut sheets shall be on the standard city template 41 which can be obtained from the Survey Superintendent (817-392-7925). 42 5. Digital survey files in the fallowing formats shall be acceptable: 43 a. AutoCAD (.dwg) 44 b. ESRI Shapefile (.shp) CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102099 Revised February 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of $ 1 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use 2 standard templates, if available) 3 6. Survey files shall include vertical and horizontal data tied to original project 4 control and benchmarks, and shall include feature descriptions 5 PART 3 - EXECUTION 6 3.1 INSTALLERS 7 A. Tolerances: 8 1. The staked location of any improvement or facility should be as accurate as 9 practical and necessary. The degree of precision required is dependent on many 10 factors all of which must remain judgmental. The tolerances listed hereafter are 11 based on generalities and, under certain circumstances, shall yield to specific 12 requirements. The surveyor shall assess any situation by review of the overall plans 13 and through consultation with responsible parties as to the need for specific 14 tolerances. 15 a. Earthwork: Grades for earthwork or rough cut should not exceed 0.1 ft. vertical 16 tolerance. Horizontal alignment for earthwork and rough cut should not exceed 17 1.0 ft. tolerance. 18 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. 19 c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and 20 walkways shall be located within the confines of the site boundaries and, 21 occasionally, along a boundary or any other restrictive line. Away from any 22 restrictive line, these facilities should be staked with an accuracy producing no 23 more than 0.05ft. tolerance from their specified locations. 24 d. Underground and overhead utilities, such as sewers, gas, water, telephone and 25 electric lines, shall be located horizontally within their prescribed areas or 26 easements. Within assigned areas, these utilities should be staked with an 27 accuracy producing no more than 0.1 ft tolerance from a specified location. 28 e. The accuracy required for the vertical location of utilities varies widely. Many 29 underground utilities require only a minimum cover and a tolerance of 0.1 ft. 30 should be maintained. Underground and overhead utilities on planned profile, 31 but not depending on gravity flow for performance, should not exceed 0.1 ft. 32 tolerance. 33 B. Surveying instruments shall be kept in close adjustment according to manufacturer's 34 specifications or in compliance to standards. The City reserves the right to request a 35 calibration report at any time and recommends regular maintenance schedule be 36 performed by a certified technician every 6 months. 37 1. Field measurements of angles and distances shall be done in such fashion as to 38 satisfy the closures and tolerances expressed in Part 3.1.A. 39 2. Vertical locations shaII be established from a pre -established benchmark and 40 checked by closing to a different bench mark on the same datum. 41 3. Construction survey field work shall correspond to the client's plans. Irregularities 42 or conflicts found shall be reported promptly to the City. 43 4. Revisions, corrections and other pertinent data shall be logged for future reference. 44 CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CrrY PROJECT NO. 102099 Revised February 1d, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 1 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATION 4 3.5 REPAIR / RESTORATION 5 A. If the Contractor's work damages or destroys one or more of the control 6 monuments/points set by the City, the monuments shall be adequately referenced for 7 expedient restoration. 8 1. Notify City if any control data needs to be restored or replaced due to damage 9 caused during construction operations. 10 a. Contractor shall perform replacements and/or restorations. 11 b. The City may require at any time a survey "Field Check" of any monument 12 or benchmarks that are set be verified by the City surveyors before further 13 associated work can move forward. 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD loR] SITE QUALITY CONTROL 16 A. It is the Contractor's responsibility to maintain all stakes and control data placed by the 17 City in accordance with this Specification. This includes easements and right of way, if 18 noted on the plans. 19 B. Do not change or relocate stakes or control data without approval from the City. 20 3.8 SYSTEM STARTUP 21 A. Survey Checks 22 1. The City reserves the right to perform a Survey Check at any time deemed 23 necessary. 24 2. Checks by City personnel or 3d party contracted surveyor are not intended to 25 relieve the contractor of his/her responsibility for accuracy. 26 27 3.9 ADJUSTING [NOT USED] 28 3.10 CLEANING [NOT USED] 29 3.11 CLOSEOUT ACTIVITIES [NOT USED] 30 3.12 PROTECTION [NOT USED] 31 3.13 MAINTENANCE [NOT USED] 32 3.14 ATTACHMENTS [NOT USED] 33 END OF SECTION 34 Revision Log CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102099 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.5; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text'; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH BRIDGE REIIABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102099 Revised February 14, 2018 FORTWORTH,, Section 01 i1 23.01-AttachmentA Survey Staking Standards February 2017 C:\Users\lslamT�AppData\Local\Temp\Q1 71 23,16,01_Attachment A_Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on MOTright-of-way or through joint MOT participation, adherence to the TXDOT Survey Manual shall he followed and if a discrepancy arises, the MOT manual shall prevail. (http://onlinemanuals.txdot.gov/txdotmanuals/ess/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information 11. 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\lslamT\AppData\Local\Temp\01 71 23.15.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 I. SuMey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC OfiAIVGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINT( 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 35' 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\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 Ili. 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 I. A minimum of a 10 arc -second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. it is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. II. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anything that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set 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, T 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. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.88, 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 paint=North: 0, East=o C. Geoid model used, Example: GEOID12A C:\Users\lslamT\Apppata\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD_1983_StatePlane_Texas_North_Central_FIPS_4202_Feet Projection: Lambert_ Conformal —Conic False —Fasting: 1968500.00000000 False —Northing: 6561666.66666667 Central Meridian:-98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33,96666667 Latitude _Of Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS _North —American 1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit: Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format txt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv File 2: C1234_As-built of Water on Main Street —Project Specific Datum.csv C:\Users\lslamT\AppData\Local\Temp\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 0 n--," LL- Example Control Stakes V LL-J m o -j 0 CL- 0 w 101 C) EL.'=" 100'.O,D-" Ld z 2E F- T- Cl- -i V) CY - ro (D 0 C) n -1- .. .. ... ... ... ... ... ... ... --- - - ------------ VP #1 .. - -------- ----- - N=5000.00 CE 0 < T < X Ld ry ------ ------ Ld 0 E--=5000.00 C:\Users\jslamT\AppData\Loca[\Ternp\OI 71 23,16.01-Attachment A -Survey Staking Standards.docx Page 6 of 22 V. Water Staking Standards A. Centerline Staking — Straight Line Tangents I. Offset lath/stakes every 200' on even stations If. Painted blue lath/stake only, no hub is required Ill. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.50' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional. Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IL Same grading guidelines as above III. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box IL Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants I. Center of Hydrant should be 3.0' behind proposed face of curb if. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main Ill. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main if. RIM grades should only be provided if on plans C:\Users\IslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 eta 1__F _ (i ] �l 7'0jS�-W [Y�� H-- O z Lr i �[ a: U Z t� it �li Example Water Stakes w ai iL lit � Z la0 W W {(] Z Z G1 � � Z it 9 W �' u� [Wa U cS � d a w a � w u1 a S� C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 VI. Sanitary Sewer Staking A. Centerline Staking — Straight Line Tangents 1. Inverts shall be field verified and compared against the plans before staking 11. 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 atone 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 II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans C:\Users\1slamT\AppData\Loca1\Temp\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 9 of 22 Example Sanitary Sewer Stakes s as � z Qd LL- 2 Ci f S q 55 STA-3+71 ti m C-3 LLJ LL_. �-N a.'r 0 C�q LL.. W l3 cn Z 778 0 0 LLJ L1_ � a � ;f 7' S3Gk=� Uj CS iS x Al � d R E3 L w� a 2 Z O N ELCs x` ca S tL' C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A -Survey Staking Standards.docx Page 10 of 22 VII. Storm Sewer & Inlet Staki 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' maybe 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. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans C:\Users\lslamT\AppData\Loca1\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 11 of 22 BACK {901: FAWC RMW..j AC{NT # :[�J i ,I HIM E1.ElMnEN 1 �L Example Storm Inlet Stakes FRONT (SIDE FACING ) IQ �n i m m m IDENTIFIES tiMCH END OF THE S1iN0 BEING STAKED VJ ' IA INLET STATION i } (IV NOTED CIN FLANS) i ' ITC l ICETITIFIES GRACE TO TOP OF CURB 1 � IDENTIFIES CRAPE TO FLOWLINE C3 BACK {sos FAwnc a.o w.} POINT 0 3 HUG ELEVATUN im -� L FRONT (SIDE FACING CQ I DISTANCES FOR INLETS STANDARD 113' 0 16' —�— RHESSED W - 2d STANDARD DOUBLE ia' — 76.67 HUB YAnl TACK RECESSED DOUBLE IO` — 36.6Y RACK OF INLET I-f Iv 4 C3I 05411FlE5 \SHICH END CF THE YANG BEING STAKED BACK CF CURD FLOYLINE — — —SAGE OF PAVEMENT FACE OF INLET EDGE OF PAVEMENT FACE OF INLET EWIE OF PAVEMENT C:\Users\lslamT\AppData\Loca1\Temp\01 71 23,16.01_Attachment A Survey Staking Standards.docx Page 12 of 22 WK OF CURB — — Fl1i&UNE — — — —E—DOE S7F PA4EME r— — VIII. Curb and Gutter StakinjR A. Centerline Staking— Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VI I. 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 Ill. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted Example Curb & Gutter Stakes FRONT (SIDE FACING �) tT rr -�� T ' FRONT IDENTREP ENQ F R lJ N I U3 I {9DE FACING ¢} PQIIIT 4F �:.,,. T�FdGENT Val FRONT f/ (SIDE FACING IgENnrl s S7ART MPj. {SIDE FACING �) c ^T. PONT CF CURVATURE I U`1 C� C I P3 BACK _— _ IoenrnFIEs ©FFSEr 38 ra � � (SIDE FACIN0 R.0,M) BACK AC FOR FACE ORCURF/r CT/0 o '� :z a Par ? Fr€: D/C I I ! I + Ili I IC£Yil7FlE5 canoe I� Ii TA` TD roll aor NO GRPEIE ONI HUB ELEA�AlION '. RAalus PON75 -- ,r J E---� TOP OF CURE J- `x BACK OF CURB FACE OF CURB I I ----� FLOW-1HE EDGE OF PAVDIE•iT C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 13 of 22 male Curb & Gutter Stakes at Intersection rANp 44�JJ �j i { a_ i k0 0/S m 3TA-2t50� �.+per CY Q F� � 0 a O yr 3 4 K W N N (� a X � 6 K � e ILa r M p C� 4 � Zwn ¢- M, �3� 3Utib15U3 '7CVfi ,OS F t? t aana so H��a y� A +n 4, 8klh'J J0 MWO X y-- o�01 x n w nU. �} I <<J I-ti _ W %L o C.-\Users\IslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard CitV Cut Sheet Date: ❑ TOTAL Staking Method: ❑ GPS STATION LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS City Project Number: Project Name: ❑ OTHER ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET -LTI+RT DESCRIPTION PROP, GRADE STAKED ELEV. -CUT + FILL C:\Users\lslam`f\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 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 IV. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters C:\Users\lslamT\AppData\Local\Temp\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 16 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "NOT FOUND" to notify the City. C:\Users\lslamT\AppData\Local\Temp\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 of 22 — ITWL tii:t:LlYiAJ N0 S7A 0675 � -� Ir NL lFLA)'D EM [flYP A% SILY ��y ffl j ON1"a exisr. i ATFR tzTEE fRS Aw )6rZ'Sdw sfz Vr s7AtA2aIx-JrWL .sE~v arr�x a REIx t�rsrrw �%fav� eaua� * E / )� E?56i37'.I�ga .E v rlt?' *'VERT. HElia ca9atanFnn OU 6 Ip'r 7. jqy :.'� RAFOY5d91 /Uiemv>kS�iYtl.ljJ REA7M4 I:x}St. -� ILFMER ror SM Mw - Z K (Fura C lM ULb 67IF OF IrN'AMR PIPE MYNECr TO E'MI?WATER E•236 -RElWE Jb SAWACE E J1;t GATE VALYE rat' a r�r src�5 IMSFAU. �..,, 1-,sex 61 ME f rcr�tr€ V,vs - I-RRE lil List w-4 11IF 7' LEAY! IE DVAME h�fa4NQ;�12?l79 Dry -rcw STA&MM-/ZM 015TAUj h 12`�5'YER): �illU N^s4t7pSG5E53 lil / iya:a», ■tam annn M PROPOSED SAWARY SEE SHEF_ C:\Users\lslamT\AppData\Local\Temp\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 18 of 22 MEOX 9 &Oy "M x9 ixtwV 40 'j4wA Im LVUJAW Mr. N3LYM ^N 3 - oa 11 a? b pp `j II y g � � 11pG �87�1lyayj1� ��� 3e �� � _ � i :: �, 5 �R ��° � i •. �Ilf _F fl Y ii ��I �'•� �?tLK � E�� 7 M F11 tl 4N17 55'dQt+d 05.0'6'.LS,3N77 NJ14rW •,_ r' � .:.y..,...r,ap ;1y,.�� '., .. .. tG ... .....: IF ' y I� I I 11 1 L # + ANN Alt El N C:\Users\lslamT\AppData\Local\Temp\01 71 23.16A1-,Attachment A —Survey Staking Standards,docx Page 19 of 22 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING EASTING ELEV. DESCRIPTION 1 6946257.189 2296029.165 726-09 SSMH RIM { 2 6946260.893 2296062,141 725,668 GV RIM 3 6946307.399 2296038.306 726,85 GV RIM ce; $`-= tt>i, 4 6946220,582 2296011.025 723.358 SSMH RIM 5 6946195.23 2296015,116 722.123 GV RIM t 6 6946190,528 2296022.721 722.325 FH n 4 7 6946136.012 2295992,115 719,448 WM RIM & 6946002,267 2295919.133 713.331 WM RIM k ; y �� i^ 9 6946003,056 2295933,418 713.652 co RIM ,; 14 10 6945984,677 2295830,52 711.662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 12 6945895,077 2295860,962 707.72 WM RIM 13 6945896,591 2295862,188 708.205 WM RIM �✓ w � C_ 14 6945934,286 2295841.925 709.467 WM RIM 15 6945936.727 2295830,441 710.084 CO RIM t. ti y Cj {-_, 'j ` < I6 6945835.679 2295799.707 707.774 SSMH RIM 1 J 17 694581.7.489 2295827.011 708.392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM I-) A u7� , 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 RIMS 27 6945519,834 2295619.49 732,689 WM RIM f 28 6945417.879 2295580,27 740,521 WM RIM 29 6945456.557 2295643,145 736,451 CO RIM 30 6945387.356 2295597,101 740,756 GV RIM --T-H ✓ P� 31 6945370.688 2295606,793 740,976 GV RIM . 32 6945383.53 2295610.559 740.408 FH�uf� 33 6945321,228 2295551,105 746.34 WM RIM 34 6945319,365 2295539.728 746,777 CO RIM 35 15945241289 2295570.715 748.454 WM RIM 36 6945233.624 2295544.626 749.59 SSMH RIM F 37 6945206.483 2295529.305 751.058 WM RIM . `= 38 6945142,015 2295557.666 750.853 WM RIM *V,0 39 6945113.445 2295520.335 751.871 WM RIM 40 41 6945049.02 6945041.024 2295527.345 2295552,675 752.257 SSMH RIM 751.79 WM RIM f TF { 42 6945038.878 2295552.147 751.88 WM RIM 43 6945006.397 2295518.135 752.615 WM RIM 41 ,tom 44 6944944.782 2295520.635 752.801 WM RIM 45 6944943.432 2295556.479 752.156 WM RIMS 46 6944860.416 2295534.397 752,986 SSMH RIM A C:\Users\lslamT\AppData\Local\Temp\O17123.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 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. 9LD s ' a V S $ M r� ffl to 46 a a a a a .eye Yg .5y 6 d� pJ_ N .cam d Ilk •I ry r ti g, FFz Ai ye ie a= E K i A C:\Users\lslamT\AppData\Local\Temp\01 7123.16.01_Attachment A_Survey Staking Standards.docx Page 22 of 22 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 limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 General Requirements 13 3. Section 32 92 13 — Hydro -Mulching, Seeding and Sodding 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 L 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 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 017423-2 CLEANING Page 2 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 2.1 OWNER -FURNISHED loR] 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] 23 310 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an 32 alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 017423-3 CLEANING Pagc 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight -exposed surfaces. 24 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 25 3. Wash and shine glazing and mirrors. 26 4. Polish glossy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable Filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior (Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re -seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 U. 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 BRIDGE REHABILITATION AT FIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 2 3 4 5 6 7 8 9 10 01 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log I DATE NAME SUMMARY OF CHANGE MY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0177 19 CLOSEOUT REQUIREMENTS 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 5 A. Section Includes: 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 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 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 1s A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or Claims 23 1. No application for final payment will be accepted until satisfactory evidence of 24 release of liens has been submitted to the City. 25 1.5 SUBMITTALS 26 A. Submit all required documentation to City's Project Representative, CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 1 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDURE 9 A. Prior to requesting Final Inspection, submit: 10 1. Project Record Documents in accordance with Section 0178 39 11 2. Operation and Maintenance Data, if required, in accordance with Section 0178 23 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 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation I . Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time e. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED1 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES f NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not Iimited 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 %2 inches x I 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 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised December 20, 2012 01 78 23 - 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 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) Clearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised December 20, 2012 017523-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and texture designations 11 3) Information required for reordering special manufactured products 12 b. Instructions for care and maintenance 13 1) Manufacturer's recommendation for types of cleaning agents and methods 14 2) Cautions against cleaning agents and methods which are detrimental to 15 product 16 3) Recommended schedule for cleaning and maintenance 17 3. Content, for moisture protection and weather exposure products: 18 a. Manufacturer's data, giving full information on products 19 1) Applicable standards 20 2) Chemical composition 21 3) Details of installation 22 b. Instructions for inspection, maintenance and repair 23 D. Manual for Equipment and Systems 24 1. Submit 5 copies of complete manual in final form. 25 2. Content, for each unit of equipment and system, as appropriate: 26 a. Description of unit and component parts 27 1) Function, normal operating characteristics and limiting conditions 28 2) Performance curves, engineering data and tests 29 3) Complete nomenclature and commercial number of replaceable parts 30 b. Operating procedures 31 1) Start-up, break-in, routine and normal operating instructions 32 2) Regulation, control, stopping, shut -down and emergency instructions 33 3) Summer and winter operating instructions 34 4) Special operating instructions 35 c. Maintenance procedures 36 1) Routine operations 37 2) Guide to "trouble shooting" 38 3) Disassembly, repair and reassembly 39 4) Alignment, adjusting and checking 40 d. Servicing and lubrication schedule 41 1) List of lubricants required 42 e. Manufacturer's printed operating and maintenance instructions 43 f. Description of sequence of operation by control manufacturer 44 1) Predicted life of parts subject to wear 45 2) Items recommended to be stocked as spare parts 46 g. As installed control diagrams by controls manufacturer 47 h. Each contractor's coordination drawings 48 1) As installed color coded piping diagrams CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised December 20, 2012 0I7823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 c. Maintenance procedures 20 1) Routine operations 21 2) Guide to "trouble shooting" 22 3) Disassembly, repair and reassembly 23 4) Adjustment and checking 24 f. Manufacturer's printed operating and maintenance instructions 25 g. List of original manufacturer's spare parts, manufacturer's current prices, and 26 recommended quantities to be maintained in storage 27 h. Other data as required under pertinent Sections of Specifications 28 4. Prepare and include additional data when the need for such data becomes apparent 29 during instruction of City's personnel. 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 32 1.9 QUALITY ASSURANCE 33 A. Provide operation and maintenance data by personnel with the following criteria: 34 1. Trained and experienced in maintenance and operation of described products 35 2. Skilled as technical writer to the extent required to communicate essential data 36 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH BRIDGE REHABII,rrATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised December 20, 2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USE, 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.1 — title of section removed CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised December 20, 2012 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0178 39 PROJECT RECORD DOCUMENTS 01 78 39 -1 PROJECT RECORD DOCUMENTS Page 1 of 4 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE 30 A. Accuracy of Records 31 1. Thoroughly coordinate changes within the Record Documents, making adequate 32 and proper entries on each page of Specifications and each sheet of Drawings and 33 other Documents where such entry is required to show the change properly. 34 2. Accuracy of records shall be such that future search for items shown in the Contract 35 Documents may rely reasonably on information obtained from the approved Project 36 Record Documents. CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102099 Revised July 1, 2011 017839-2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual information regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 110 STORAGE AND HANDLING 7 A. Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 112 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Job set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, 1 complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City I complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL f 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 BRIDGE REHABILrrATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 017839_3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. 'Transfer of data to Drawings 44 a. Carefully transfer change data shown on the jab 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 BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102099 Revised hily 1, 2011 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 I 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. 10 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 [NOT USED] 16 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 311 CLOSEOUT ACTIVITIES [NOT USED] 21 312 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 END OF SECTION 25 26 IRevision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102099 Revised July 1, 2011 3471 13 - I TRAFFIC CONTROL Page 1 of 6 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Port Worth Standard Specification 8 .I.. FOR'M-US i!ROJEf CT`I'RA -IIC` CON'['.ROI.. SEA" 1'.10N ,141.1 ;J'SHA.LI..13F7 9 CONS 16F.kE D 8IJIISTD1ARY WORK, NO 9EPARA'I'L PAY_ 10 "__ 'C'kAFI~IC(70K1'R01, f9PLEN1L-W `ATIO , IN S'VAL1,A"E10N, 11 i41ALN'1'f?NANCE, AENUST ..M'S, REPLACEMENTS AND €tf?MOVAL d 12 TRAFFIC CONTROL DEVICES S HALL BE CONS IDERED 8UBS €UEARY 13 WORK Mitt} SEPARATR PAY. 14 3. PREPARKRON OF TRAFFIC. CON'TR0L P AL%r DFFAII.- . ADHff. ENCE TO 15 CITY AN 1) TEXAS MALNIJAI., ON tINIFORM T'RA.MC (`'[.7NTROL DEVICES 16 I'IMUt(M), CtBTA&I(NC, 8KiNATtIRI;. A N1) S E.A.Q. OF A 1.WEIJ89, D'1TXA8 17 11-ROVESSIONA1,, I"NGINFER tiI; M,L ICE CUNSW1~:R I) S'.I-1I3MIA" 18 WORX, NO. SEPARATE PA Y 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division I — General Requirements 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Installation of Traffic Control Devices; SUBSIDIARY NO SEPARATE PAY 25 a. M .,f 26 27 dxfatieii. 28 . 29 b. payRwn 30 31 ,l ed d ,l i6 nt" shall be paidf. at rl a and � icirS�li -u� �v'c':��ac� b���Slli•�r� 32 unit pfiee bid faf " 33 34 35 -2) histallatio* 36 3) mffinteii 37 38 39 ) Removal 40 7) P94iee ftssis�iice"finK vea4E haafs 41 2. Portable Message Signs CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROTECT NO. 102099 Revised November 22, 2013 3471 13 - 2 TRAFFIC CONTROL Page 2 of 6 1 a. Measurement 2 1) Measurement for this Item shall be per week for the duration of use, 3 b. Payment 4 1) The work performed and materials furnished in accordance to this Item and 5 measured as provided under "Measurement" shall be paid for at the unit 6 price bid per week for "Portable Message Sign" rental. 7 c. The price bid shall include: 8 1) Delivery of Portable Message Sign to Site 9 2) Message updating 10 3) Sign movement throughout construction 11 4) Return of the Portable Message Sign post -construction 12 3. Preparation of Traffic Control Plan Details: SUBSIDIARY NO SEPARATE PAY 13 a. Measufefnea 14 . 15 12ayfflent 16 he '.�1 F .,t the 't bid 'q7 f; 1 rl 17 vc-pain-rvi-ur-cn2-Hiircpr'rE�via-Fci-EciC —r -nc TrtF6ract�r 18 pfepafed. 19 6. TF o . 0 4;d ';I 11 ; 1,,do-; 20 21 longer 22 23 '�r'n,rrr Tom,,, �,r'„ 24 3) Obt.,i-Ai g the s atuf, -A;;d - .,1 .,f., 1;Lll T-ex-as Dref-ess;i.,.,-a1 Eingi-ne,.- 25 4) lfieerper-atien of City comments 26 1.3 REFERENCES 27 A. Reference Standards 28 1. Reference standards cited in this Specification refer to the current reference 29 standard published at the time of the latest revision date logged at the end of this 30 Specification, unless a date is specifically cited. 31 2, Texas Manual on Uniform Traffic Control Devices (TMUTCD). 32 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of . 33 Transportation, Standard Specifications for Construction and Maintenance of 34 Highways, Streets, and Bridges. 35 1.4 ADMINISTRATIVE REQUIREMENTS 36 A. Coordination 37 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 38 implementing Traffic Control within 500 feet of a traffic signal. 39 B. Sequencing 40 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 41 approved by the City and design Engineer before implementation. 42 1.5 SUBMITTALS 43 A. Provide the City with a current list of qualified flaggers before beginning flagging 44 activities. Use only flaggers on the qualified list. CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102099 Revised November 22, 2013 3a7113-3 TRAFFIC CONTROL Page 3 of 6 1 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 2 Engineering Division, 311 W. 10"' Street. The Traffic Control Plan (TCP) for the 3 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 4 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 5 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 6 Engineer. 7 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 8 Specifications. The Contractor will be responsible for having a licensed Texas 9 Professional Engineer sign and seal the Traffic Control Plan sheets. 10 E. Lane closures 24 hours or longer shall require a site -specific traffic control plan. 11 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 12 changes to the Traffic Control Plan(s) developed by the Design Engineer. 13 G. Design Engineer will furnish standard details for Traffic Control. 14 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 15 1.7 CLOSEOUT SUBMITTALS [NOT USED] 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE [NOT USED] 18 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 19 1.11 FIELD [SITE] CONDITIONS [NOT USED] 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER -FURNISHED [ox] OWNER -SUPPLIED PRODUCTS [NOT USED] 23 24 25 26 27 28 29 30 31 32 33 2.2 ASSEMBLIES AND MATERIALS A. Description 1. Regulatory Requirements a. Provide Traffic Control Devices that conform to details shown on the Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control Device List (CWZTCDL). 2. Materials a. Traffic Control Devices must meet all reflectivity requirements included in the TMUTCD and TxDOT Specifications — Item 502 at all times during construction. b. Electronic message boards shall be provided in accordance with the TMUTCD. CITY OR FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102099 Revised November 22, 2013 347113-4 TRAFFIC CONTROL Page 4 of 6 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1. EXAMINATION [NOT USED] 5 3.2 PREPARATION 6 A. Protection of In -Place Conditions 7 1. Protect existing traffic signal equipment. 8 3.3 INSTALLATION 9 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 10 the Drawings and as directed. 11 B. Install Traffic Control Devices straight and plumb. 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 C. Do not make changes to the location of any device or implement any other changes to the Traffic Control Plan without the approval of the Engineer. 1. Minor adjustments to meet field constructability and visibility are allowed. D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 1. Corrective action includes but is not limited to cleaning, replacing, straightening, covering, or removing Devices. 2. Maintain the Devices such that they are properly positioned, spaced, and legible, and that retroreflective characteristics meet requirements during darkness and rain. E. If the Inspector discovers that the Contractor has failed to comply with applicable federal and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, lights, signs, or other precautionary measures for the protection of persons or property), the Inspector may order such additional precautionary measures be taken to protect persons and property. F. Subject to the approval of the Inspector, portions of this Project, which are not affected by or in conflict with the proposed method of handling traffic or utility adjustments, can be constructed during any phase. G. Barricades and signs shall be placed in such a manner as to not interfere with the sight distance of drivers entering the highway from driveways or side streets. H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may be erected and mounted on portable supports. 1. The support design is subject to the approval of the Engineer. 1. Lane closures shall be in accordance with the approved Traffic Control Plans. J. If at any time the existing traffic signals become inoperable as a result of construction operations, the Contractor shall provide portable stop signs with 2 orange flags, as approved by the Engineer, to be used for Traffic Control. CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102099 Revised November 22, 2013 347113-5 TRAFFIC CONTROL Page 5 of 6 1 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 2 turn-ons, street light pole installation, or other construction will be done during peak traffic 3 times (AM: 7 am — 9 am, PM: 4 pm - 6 pm). 4 L. Flaggers 5 1. Provide a Contractor representative who has been certified as a flagging instructor 6 through courses offered by the Texas Engineering Extension Service, the American 7 Traffic Safety Services Association, the National Safety Council, or other approved 8 organizations. 9 a. Provide the certificate indicating course completion when requested. 10 b. This representative is responsible for training and assuring that all flaggers are 1 I qualified to perform flagging duties. 12 2. A qualified flagger must be independently certified by 1 of the organizations listed 13 above or trained by the Contractor's certified flagging instructor. 14 3. Flaggers must be courteous and able to effectively communicate with the public. 15 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 16 anal follow the flagging procedures set forth in the TMUTCD. 17 S. Provide and maintain flaggers at such points and for such periods of time as may be 18 required to provide for the safety and convenience of public travel and Contractor's 19 personnel, and as shown on the Drawings or as directed by the Engineer. 20 a. These flaggers shall be located at each end of the lane closure. 21 M. Removal 22 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 23 and other Traffic Control Devices used for work -zone traffic handling in a timely 24 manner, unless otherwise shown on the Drawings. 25 3.4 REPAIR / RESTORATION [NOT USED] 26 3.5 RE -INSTALLATION f NOT USED] 27 3.6 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 28 3.7 SYSTEM STARTUP [NOT USED] 29 3.8 ADJUSTING [NOT USED] 30 3.9 CLEANING [NOT USED] 31 3.10 CLOSEOUT ACTIVITIES [NOT USED] 32 3.11 PROTECTION [NOT USED] 33 3.12 MAINTENANCE [NOT USED] 34 3.13 ATTACHMENTS [NOT USED] 35 END OF SECTION 36 Revision Log CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CITY PROJECT NO. 102099 Revised November 22, 2013 3471 13 - 6 TRAFFIC CONTROL Page 6 of 6 DATE NAME SUMMARY OF CHANGE 1 I/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required CITY OF FORT WORTH BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) STANDARD CONSTRUCTION SPECIFICATION! DOCUMENTS CITY PROJECT NO. 102099 Revised November 22, 2013 GC-6.06m1l Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY ENTIONALLY BLANK Bridge Rehabilitation at Eight Locations (2019-2) City Project No. 102099 FORT NORTH COMPANY NAME: City of Fort Forth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Forlm. Gibson & Associates, Inc. PROJECT NAME: BRIDGE REHABILITATION (2019-2) City's MBE Project Goal: 9 % 10.60 ATTACHMENT IA Page 1 of 4 to describe Offeror MMIIDBE V NON-MIWIDBE BID DATE 5-16-19 PROJECT NUMBER 102099 Identify All subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant Dallas Denton Johnson Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered 1'tier, a payment by a subcontractor to its supplier is considered 2w tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and Counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another l\ABE firm, including MBE owner -operated, and receive full MBE credit. The MBE may lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 2/10115 FORTWORTH ATTACHMENT IA Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non -MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTORISUPPLIER Company Name Address Telephone/Fax Email Contact Person T i e NCTRCA - N n B E Detail Subcontracting Work Detail Supplies Purchased Dollar Amount -- ful E B E Comen Enterprise 4500 Mercantile Plaza Dr. Suite 300 Ft. Worth, TX 76137 ❑ Guardrail $33,186.00 Fabian Mendez 817 616-3377 817 887-0872 (F) Odum Services, LLC 6555 Harris Lake Rd. Marshall, TX 75672 Greg Odum ❑ ❑ Retrofit Rail & guardrail $86,834.50 903 938-8059 903 938-8830 (F) Stoic Civil Construction 2652 FM 407 Suite 235 Bartonville, TX 76226 ❑ ❑ RipRap Stone $19,116.00 Aaron Neron 940 455-2660 940 455-2693 (F) ❑ ❑ ❑ ❑ ❑ ❑ Rev. 2110115 aRTWORTx ATTACHMENT1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non -MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTORISUPPLIER Company Name Address Telephone/Fax Email Contact Person T i r NCTRCA N n B E Detail Subcontracting Work Detail Supplies Purchased Dollar Amount B E B E 0 ❑ 0 0 0 0 0 0 Rev. 2110115 FoRT W_ o» Total Dollar Amount of ]iir°iBE Subcontractors/Suppliers f s 33,186.00 Total Dollar Amount of Non -MBE Subcontractors/Suppliers I $ 105,950.50 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS I $ 139,136.50 ATTACHMENT 1A Page 4 of 4 The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o Change/Addition form. Any unjustified change or deletion Shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested &angeladdition or deletion will affect the committed MBE goal, If the detail explanation is not submitted, it will alert the flnai cornpl+Ynce 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 Signat re Vice President Title Gibson & Associates, Inc. Company Name 11210 Ryliecrest Drive Address Balch Springs, TX 75180 City/State/Zip Printed Signature Alan C. Meador, III Contact Name/Title (if different) (972) 557-1199 Telephone and/or Fax troym@gibsonassoc.net E-mail Address 05/17/2019 Date Rev. 2110/15 DOE PROJECT 102099 BID NUMBED FORT WORTH R'a H (Please check one) Minority/Women Business Enterprise Office LETTER OF INTENT TO PERFORM AS A SUFICONTRACTOR/SUBCONSULTANT [NOTE: Pursuant to the City of Fort Worth M/WBE Ordinance, M/WBE firms participating in the program must have current certification status with the City of Fort Worth prior to award of a contract where they are counted towards subcontracting participation. If the City of Fort Worth determines that a firm is not an eligible MMBE firm for City of Fort Worth subcontracts, that firm should immediately submit a completed certification application to the North Central Texas Regional Certification Agency (NCTRCA), 624 Six Flags Drive, Suite 216, Arlington, TX 76011.1 1. Name of Project Bride Rehabilitation at Eight Locations 2019-2 2. game of offeror/prime contractor Gibson & Associates Inc. 3. The undersigned is prepared to perform the following described work and/or supply the material listed in connection with the above project (where applicable specify "supply' or "install" or both): Guardrail Furnish & Install Guardrail at the price of $33,186.00 (Name of MiWBE Firm) (Date) Fabian Mendez Circle one (Owner/Authorized Agent of MNVBE firm) Type or Print Name (Signature of O fner or Author A ent of MWE firm) 817 616-3377 fabian cmoenente rise.com 817 887-0872 (Phone Number) (Fax Number) AFFIDAVIT OF PRIME CONTRACTOR HEREBY DECLARE AND AFFIRM that I, Alan C. Meador am the duly authorized representative of Circle one (Owner/Authorized Agent) Gibson & Associates Inc. and that I have personally reviewed the material and Name of Prime Contractor facts set forth in this Letter of Intent to Perform. To the best of my knowledge, information and belief, the facts in this form are true, and no material facts have been omitted. Pursuant to the City of Fort Worth MIWBE Ordinance, any person [entity] who makes a false or fraudulent statement in connection with participation of a MIWBE in any City of Fort Worth contract may be referred for debarment procedures under the City of Fort Worth M/WBE Ordinance. I do solemnly swear or affirm that the signatures contained herein and the information provided by the Prime Contractor are true and correct, and that I an authorized on behalf of the Prime Contractor to make the affidavit. Alan C. Meador Circle One (Owner! Authorized Age a or Print Name Signature of Owner or Authorized Agent) 972-557-1199 (Phone Number) Gibson & Associates Inc. (Name of Prime Contractor -Print or Type) 17-19 (Date) 972 57-1552 (Fax Number) 05/ 19/03 "C-6o07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK RIDGE REHABILITATION AT EIGHT LOCAITONS (2019-2) City Project No. 102099 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 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 Reciaimer/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 GN-1®0 General Notes THIS PAGE CLEFT IN17ENTIO AL LY BLANK RIDGE REHABILITATION AT EIGHT LOCAITONS (2019-2) City Project No. 102099 General Notes Division 01-- General Requirements General: 1. The Contractor shall be responsible for locating all utilities, whether public or private, prior to excavation. The information and data shown with respect to existing underground facilities at or contiguous to the site is approximate and based on information furnished by the owners of such underground facilities or on physical appurtenances observed in the field. The City and Engineer shall not be responsible for the accuracy or completeness of any such information or data. The Contractor shall have full responsibility for reviewing and checking all such information or data, for locating all underground facilities, for coordination of the work with the owners of such underground facilities during construction and for the safety and protection thereof and repairing any damage thereto resulting from the Work. This Work shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. The Contractor shall notify any affected owners (utility companies) or agencies in writing at least 48 hours prior to construction. a. Notify TEXAS 811 (1-800-DIG-TESS or www.texas811.org) to locate existing utilities prior to construction. b. Caution! Buried electric lines may exist along this project. Contact electrical providers 48 hours prior to excavation: * ONCOR Will Riegler 817-215-6707 c Tri County Kevon Mooney 817-752-8160 c. Caution! Buried gas lines may exist along this project. Contact Atmos Energy 48 hours prior to excavation, and within two (2) hours of encountering a gas line (John Crane: 817-207-2845) d. Caution! Buried communication cables may exist along this project. Contact communication companies 48 hours prior to excavation: * Spectrum/Charter Communication Sherri Trahan 817-271-8108 a AT&T Gary Tilory 817-338-6202 o One Source Communications Jeremy Hegwood 817-745-2243 e. Caution! When doing work within 200 feet of any signalized intersection, the Contractor shall notify Traffic Management Division of City of Fort Worth TIPW, 72 hours prior to excavation (Kassem Elkhalil: 817-392-8742). The Contractor shall protect existing signal hardware, ground boxes, detection loops, and underground conduit at signalized intersections. Any damages at signalized intersections shall be replaced at the expense of the Contractor. The Contractor shall contact the City at 817-392-8100 to perform conduit line locates at signalized intersections 72 hours prior to commencing work at the intersection. f. The Contractor shall notify the City of Fort Worth Project Manager 48 hours prior to the start of any excavation (Tariqul Islam: 817-392-2486) 2. Contractor's personnel shall have identifying clothing, hats or badges at all times which identify the Contractor's name, logo or company. 3. Protect concrete curb and gutter, driveways, and sidewalks that are not designated for removal. Removal and replacement of these items shall be as designated in the drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18, 2017 Division 32 — Exterior Improvements General: 1. At locations where the curb and gutter are to be replaced, the Contractor shall assume all responsibility for the re-establishment of existing street and gutter grades. Establishment of grades shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. 2. All driveways, which are open cut, shall have at least a temporary driving surface at the end of each day. The temporary surface shall be considered as a subsidiary item of Work. The cost of which shall be included in the price bid in the Proposal for various bid items. Bike Lanes and Shared Pavement Markings: 1. Proposed bike lanes should maintain a minimum effective width of 4 feet (measured from edge of gutter to center of stripe). 2. Bicycle pavement markings should be located 20 feet from the curb return, stop bar, or cross walk (whichever is applicable) unless denoted otherwise in the drawings. 3. Combined width of bike lane and on -street parking should not be less than 13 feet. 4. 7f travel lane is greater than 14 feet wide, shared pavement markings shall be placed 4 feet from face of curb or edge of on -street parking (whichever is applicable). 5. if travel lane is less than or equal to 14 feet wide, shared pavement markings shall be placed in the middle of the travel lane. 3. Bike lane symbol, arrow, and shared pavement markings should be repeated at the beginning of each intersection. 4. On uninterrupted sections of roadway, bike lane symbol and arrow should not be spaced more than 330 feet apart and shared pavement markings should not be spaced more than 250 feet apart. 5. Bike lane symbol, arrow, and shared pavement markings should not be placed at private driveways or public intersections. 6. Bike lane striping should be 4 inches solid white, hot -applied thermoplastic unless specified otherwise in the drawings. All other bike lane pavement markings shaII also be white, hot applied thermoplastic unless otherwise specified in the drawings. 7. All dimensions are from face of curb and are to center of the pavement marking. 8. Shared pavement markings should not be used on facilities with a posted speed greater than 35 mph. Sidewalks and Curb Ramps: 1. The curb ramp standard details are intended to show typical layouts for the construction of the curb ramps. The information shown on the standard details meet the requirements shown in the "2012 Texas Accessibility Standards" (TAS) and the "2010 ADA Standards for Accessible Design" by the Department of Justice. 2. City of Fort Worth Standard Details are only intended to indicate pay limits for each type of ramp, the Engineer is responsible for the development and design of the sidewalk and curb ramp layout, including actual dimensions and slope percentages. 3. The Contractor may not make changes to the sidewalk and curb ramp layout without approval of the City. The Contractor may propose changes to the sidewalk and curb ramp layout due to field conditions, but any proposed changes must be approved by the City. 4. Curb ramp running slopes shall not be steeper than 8.3% (12:1). Adjust curb ramp length or grade of approach sidewalks as directed by the City. 5. Curb ramp flare slopes shall not be steeper than 10% (10:1) as measured along back of curb. 6. Maximum allowable cross slope on sidewalk and curb ramp surfaces is 2%. 7. The minimum width of sidewalks and curb ramps shall be 4 feet. CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 1 S, 2017 8. Landings shall be provided at the top of curb ramps. The landing clear length shall be 5 feet minimum from the end of ramp. The landing clear width shall be at least as wide as the curb ramp, excluding flares. The landing shall have a maximum slope of 2% in any direction. 9. In alterations where there is no landing at the top of the curb ramp, curb ramp flares shall be provided and shall not be steeper than 8.3% (12:1). 10. Where turning is required, maneuvering space at the top and bottom of curb ramps shall be 5 feet by 5 feet minimum. The space at the bottom shall be wholly contained within the crosswalk markings and shall not project into vehicular traffic lanes. 11. Curb ramps with returned curbs may be used only where pedestrians would normally walk across the ramp, either because the adjacent surface is planting or other non -walking surface or because the side approach is substantially obstructed. 12. Where curb ramps are provided, crosswalk markings shall be required and ramps shall be aligned with the crosswalk. 13. Counter slopes of adjoining gutters and road surfaces immediately adjacent to the curb ramp shall not be steeper than 5% (20:1) in any direction. CITY OF PORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18, 2017 Division 33 - Utilities General: I . For utility work within utility easements, once pipe or appurtenances have been installed or rehabilitated, immediately commence temporary surface restoration. Complete surface restoration to the owner's satisfaction within seven (7) days of work finishing on -site. Failure to maintain surface restoration, as noted above, may result in suspension of work until restoration is complete. 2. Existing vertical deflections and pipe slopes shown on the drawings are approximate and have not been field verified, unless otherwise noted. Rim elevations, flow lines, and horizontal locations of existing manholes were determined from field survey. If field conditions vary from those shown on drawings Contractor shall notify City. 3. Maintain all existing water and sewer connections to customers in working order at all times, except for brief interruptions in service for water and sewer services to be reinstated. In no case shall services be allowed to remain out of service overnight. 4. Establish and maintain a trench safety system in accordance with the excavation safety plan and Federal, State or local safety requirements. 5. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. Confined Spaces shall include manholes and all other confined spaces in accordance with OSHA's Permit required for Confined Spaces. 6. Only City prequalified Contractors, by appropriate Water Department work category, shall be allowed to adjust valve boxes, manholes, ring & covers, etc. Water: 1. Provide thrust restraint by means of restraining joints at fittings and concrete blocking. When specifically indicated on the Drawings, provide thrust restraint at designated joints beyond the fittings. Each method shall be capable of thrust restraint independent of the other system. The Contractor shall refer to City Standard Details for area required to install concrete blocking. 2. All ductile iron mechanical joint fittings shall be restrained to pipe using retainer glands. 3. Proposed water mains shall have a minimum cover of 48-inches cover above the top of pipe, unless shown otherwise on the drawings or details. 4. All water services shall be installed above storm sewers, except where shown otherwise in the drawings. 5. Elevation adjustment at connections may be made with bends, offsets, or joint deflections. Joint deflections shall not exceed fifty percent (50%) of manufacturer's recommendations. 6. Temporary pressure plugs required for sequencing of construction and testing of proposed water lines shall be considered subsidiary to the work and shall be included in the price bid in the Proposal for various bid items. Sanitary Sewer: 1. Verify that all connections to the sanitary sewer system are for sanitary sewer only. Notify City of any discovered illicit connections. 2. The Contractor shall be liable for all damages to properties, homes, and basements from backup, which may result during the installation of new pipe and/or abandonment of existing pipe. The Contractor will be allowed to open clean outs where available. The Contractor will be responsible for all clean up associated with opening clean outs. 3. For all sanitary sewer service connections at manholes, provide a hydraulic slide in accordance with the details. CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL, NOTES Version Release December I S, 2017 Storm Drain: 1. Maintain the existing storm drainage system until the proposed system is in service. In no case should the Contractor leave the existing storm drain out of service whereby runoff would cause damage to adjacent property, 2. Construct all drainage improvements from the downstream end to the upstream end to allow continued storm drain service. If the Contractor proposes to construct the system otherwise, the Contractor shall summit a sequencing plan to the City for approval. 3. Take appropriate measures to preserve wildlife in accordance with applicable federal, state and local guidelines. CrrY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 19, 2017 Division 34 - Transportation General: 1. Prior to activating traffic signals with new or revised signal timing, the contractor should e-mail Aziz Rahman, Sr. Professional Engineer, at Aziz.Rahman@fortworthtexas.gov (and copy Kassem Elkhalid, Professional Engineer, at Kassem.ElKhalil@fortworthtexas. ov at least three (3) weeks in advance to schedule that. 2. If new cabinets and controllers are being installed and the controllers need to be programmed and tested by City Forces; the contractor should deliver them to the City of Fort Worth, Signal Shop at 5001 James Ave., at least three (3) weeks in advance to schedule that. 3. Unless there is a compelling reason, a new traffic signal will be put on flash on Thursdays and working colors the following Tuesday. 4. Switching from old traffic signal to a new one, this should be done on Tuesdays only. 5. Notify Traffic Management Division (817-392-7738) Project Representative at least 24-hours in advance of all concrete pours. Inspector must be present when concrete is placed on the project site. 6. If applicable, equipment supplied by the City will be available for pick up from the Transportation/Public Works (T/PW) Warehouse at 5001 James Avenue and/or the Village Creek Pole Yard (5000 MLK Freeway). The Project Representative must authorize all equipment pickups. 7. Design consultant shall submit electronic file in CAD format as well as PDF (I I" X 17") of final signed and sealed plans to the City. Contractor shall provide a 5-year manufacturer warranty on APS systems. The warranty documentation shall include the start date (when material is delivered to job site) and the end date of the warranty and the serial number of the equipment. Traffic Signals: 1, The City will not provide traffic signal cabinet or traffic signal controller to the Contractor. The cost for these items must be included in the City project budget, or for all privately funded projects, the cost must be included in the bid package for purchase from the vendor. 2. The Contractor shall provide all materials needed to construct a fully operational traffic signal as called out for in the plans and specifications. 3. All existing signal equipment shall remain in place and operating until new equipment is in place and ready to operate. 4. The Contractor is responsible for hauling and properly disposing of salvaged material from the job site to a disposal site of their choosing. The Contractor will not be allowed to drop off salvaged materials at the City yards. Foundations: CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18, 2017 1. Dimensions shown on plans for locations of signal foundations, conduit, and other items may vary in order to meet local conditions. All locations of foundations, conduit, and ground boxes shall be approved by the Traffic Signal Inspector or the City Engineer. 2. Contractor shall contact the City traffic signal inspector prior to pouring cabinet foundation to be sure that template and bolt patterns are correct for type of cabinet being supplied. Foundation shall be installed per City Specification and City Detail. 3. Pier Foundations shall be poured together in one piece. 4. No signal poles shall be placed on foundations prior to five (5) calendar days following pouring of concrete. 5. Contractor shall cleanup and remove all loose material resulting from construction operations each day prior to the work is being suspended. 6. Controller cabinet concrete apron shall be subsidiary to the bid item for the controller cabinet foundation. Cabinet foundation and apron shall be poured together in one piece. Controller and Cabinet: 1. Contractor shall install controller cabinet and connect all associated field wiring. 2. City will install signal timing and program controller. Conduit: 1. A continuous grounded system shall be provided in PVC conduit by running 148 bare copper wire in conduit between foundations and grounding at each foundation ground rod. 2. All conduits shall be Schedule 80 PVC. 3. Electrical service shall be installed per City Specifications and City Detail in separate 2" conduit from the meter to the signal cabinet. Signal Heads: 1. All signal heads shall be McCain1m, Econolite", or approved equivalent style and dimensions. 2. All signal heads shall be covered with burlap or other approved material from the time of installation until the signal is placed in operation. 3. All signal head attachments shall be designed such that the wiring to each signal head shall pass from the mast arm through a rain tight connector to the signal head bracing or attachment hardware to the signal head. A small amount of exposed signal cable shall form a drip loop. 4. All LED signal indications shall be General Electric (GE) Gelcore"m or equivalent and shall meet the latest ITE standards. Signal heads (all displays) and pedestrian Walk and Don't Walk heads with countdown displays shall have LED inserts. Clam -Shell mounting assemblies shall be used for pedestrian indications. CTTX OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18, 2017 7. All LED signals shall be of the incandescent appearance. 8. All signal heads shall have black aluminum, louvered, single piece back plates compatible with McCainTM, EconoliteTM, or approved equivalent signal head housings. Traffic Signs and Pavement Markings: 1. All traffic signs and mounting hardware shown on the plans will be furnished and installed by the contractor including the metro street name signs. The contractor shall provide a detail sheet for the metro street name signs with block numbers to the City for approval prior to fabrication and installation. 2. Existing stop signs and posts will be removed by the contractor upon, or before, the signal turn -on. Detection System: 1. The Contractor shall furnish and install the IterisTM Vantage Vector Hybrid Detection System and cable. 2. The Contractor shall install, aim and program all detectors as per City Standard Specifications and City Details. 3. The Contractor shall refer to and City Standard Details and project plans for detection zones placement. Emergency Vehicle Preemption Equipment (EVP): 1. The Contractor shall furnish and install the OpticomTM EVP (detectors, cable, and discriminator units). 2. The Contractor shall install the EVP detectors on the mast arm as shown on the plans and appropriate City Detail, and run one continuous EVP cable from the detector to the cabinet. Installation of the EVP system will be paid for per bid item. Accessible Pedestrian Signal (APS): 1. APS units with audible message shall be installed on all TxDQT locations or at the direction of the City Engineer. 2. APS units shall comply with the latest version of the Texas Manual on Uniform Traffic Control Devices (TMUTCD). 3. APS units shall be installed per City Standard Specification and City Detail. Battery Backup: 1. If called out for in the plans, battery backup units supplied shall comply With the City Standard Specifications. Installation shall be completed per City Standard Specifications and City Detail. Traffic Control: 1. The Contractor shall submit a Work Schedule, Traffic Control Plan, and acquire a Development Permit from Development Department, at 200 Texas Street. Contact Chuck McLure (817-392- 7219). CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release Deember 1 &, 2017 2. The Contractor shall be responsible for the safety of pedestrians and motorists in the area of the traffic signal construction site. 3. Roads and streets shall be kept open to traffic at all times. Contractor shall arrange construction so as to close only one lane of a roadway at a time. 4. All construction operations shall be conducted to provide minimal interference to traffic. All traffic signal equipment installations shall be arranged so as to permit continuous movement of traffic in all directions at all times. 5. Contractor shall be responsible for any signage necessary during construction. 6. Unless otherwise noted, it is the contractor's responsibility to ensure that signal indications and timing are adjusted and maintained to ensure safety in work zone at all times. 7. Any traffic signal modifications during construction are subsidiary to traffic control plan (TCP) pay item. 8. Any traffic signal modifications should be in compliance with the latest version of the Texas Manual on Uniform Traffic Control Devices (TMUTCD) and the City of Fort Worth Standards. 9. The contractor shall submit any proposed traffic signal modifications to the Traffic Signal Section for their approval ten (10) days prior to any changes. Electric Service: 1. Install the required electric services and obtain an electrical service permit in each instance, cost of which will be paid by the Contractor. 2. The electrical service shall be 100 amps with 120/240 voltage branch circuit and shall comply with City Standard Specifications and City Details as applicable per plans. Luminaires: 1. The City will not furnish luminaire material to the contractor. The Contractor shall furnish and install LED luminaires for traffic signals in accordance with the latest City Standard Specifications, City Details, and plans. 2. All new streetlight pole types shall match those of the surrounding area of Fort Worth for which they are being installed in. Contact the City Traffic Management, Street Light Section at (817) 392- 7738 for direction on light pole types allowed areas. The same poles shall be consistently used throughout subdivisions. CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18, 2017 SD-1a00 Standard Construction Details THIS PAGE ]LEFT INTENTIONALLY FLANK BRIDGE REHABILITATION AT EIGHT LOCATIONS (2019-2) City Project No. 102099 4' � °° FORT WORTH 'z 3" 3 Project Title 1" 2 Funding 3" 12„ Contractor. 1„ 22"_—Contractor's Name-,-2 12„ 12" Questions on this Project Call: 1" 12" (817) 392 - XXXX 1" 12" l After Hours Call: (817) 392 - XXXX R1" TYP. 1" TYP. FONTS: NOTES; FORT WORTH LOGO IN CHELTINGHAM BOLD IF APPLICABLE TO THE PROJECT, ALL OTHER LETTERING IN ARIAL BOLD CONTRACTOR SHALL OBTAIN VINYL STICKER "CITY 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 (817-4514684), PEEL AND PLACE LETTERING - PMS 288 - BLUE IN FUNDING SECTION. BACKGROUND -WHITE BORDER -BLUE PROJECT DESIGNATION SIGN F_......------- -- -- — - -- — — -- - NBI NO.: 02-220—ZS06-87-001 W SETTLEMENT RD WB OVER W FORK TRINITY RIVER E CROSSING NBI NO.: 02-220—ZW45-70-001 LTAMESA BLVD WB JVER TRIB OF SYCAMORE CREEK BI NO.: 02-220—ZA29-10-002 U171;i,�i r,ry {ti 5��irra+r� rt t+Jorr�� re.Ce�r[�r J?Btligt3 iU7�to[iy �iI��H de 1� J?iwer OAS White e 5ettimellt Fort Wor h Wi sMayev Hitt ' iAkl�iGr�r qp G,IdC+rrA I�il L5 � IE� 3 �d��r:tlff � YIIIr�g2 I MR pult2yvilh, MiLauyo Bedford yea Flich land Hills }'lug 3rr Rthl$nd HIII s 041torn CIty 1?1 „ 0 )VER WHITE BRANCH) BI NO.: 02--220—ZB12-35-003 1� VILLAGE CREEK RD OVER WILDCAT BRANCH NBI NO.: 02-220—ZV50-20-001 Flop Ft1i�s# I�III LTAMESA BLVD EBve�i�,;G OVER BNSF RAILROAD IBI NO.: 02-220—ZA29-10-003 Primrose _ ,ISINGER RD WB / OVER TRIG TO SYCAMORE CREEK) LOCATION MAP JBI NO.: 02--220—ZR45-00-001 N.T.S. PA 19jegG - APR 2019 ............................... SfEVEN U. iEWPL>=1i ns I. GFNFRAI 1 TITLE SHEET 2 INDEX OF SHEETS 3 ESTIMATED QUANTITIES 4 II, FIRIOGF BRIDGE REPAIR DETAILS — ALTAMESA BLVD EB 5 BRIDGE REPAIR DETAILS — ALTAMESA BLVD WB 6 BRIDGE REPAIR DETAILS — ANGLIN RD 7 — 8 BRIDGE REPAIR DETAILS — BASSWOOD BLVD EB 9 — 10 BRIDGE REPAIR DETAILS — SAMUELS AVE 11 BRIDGE REPAIR DETAILS — VILLAGE CREEK RD 12 — 13 BRIDGE REPAIR DETAILS — W RISINGER RD 14 BRIDGE REPAIR DETAILS — WHITE SETTLEMENT RD WB 15 III. STANDARDS BED-14 16 14 OF 31IT6A1OTI4 17 GF 31-18 GF 311-13 19 GF 31TR-14 20 SG {1OS)31-16 21 - 22 SRR 23 — 26 T131RC(MOD) THE STANDARD SHEETS SPECIFICALLY IDENTIFIED OVE HAVE BEEN SELECTED BY ME OR UNDER MY RESPONSIBLE SUPERVISION AS BEING APPLICABLE TO THIS PROJECT. J *�? (�, d6D�l P.E. 415119 OMAS G. ASHCRAFT, p.E. DATE := ,-q: A 81411 NO. REVISION BY DATE _ TEXAS REGISIEREcWy D ENGINEERING HELM F-0i47 INDEX OF SHEETS MERN. NO PNW N0. cneawe: CPY I TLXAS orc,.rc CPY asr. 1 crawo- CPY FEN 0 Q 0 r m v 0 Ni W v u7 U a m .3 a` c a N n- S * TIMBER POST ONLY of 9 0 0 x 0 0 0 0 x rnm V V a a'Q aopa Zz� aI� - �aQ n a as u u No. REMSSON BY DATE c Wyj TEXAS REGISTERED ENGINEERING FIRM f-1141 o Q� a 0 CITY OF FORT WORTH BRIDGE REPAIRS Q N �i ESTIMATED QUANTITIES �eelgned: CP7 pN. N0. wAE MOD Ili P80.1 NO. Homy Q N Ch—d: cPY 6 TEXAS D—: CPY asr. CCN HOL st gip++ Nw �?T a i $HEFT 1 OF 1 cne�hed: CPY 3 pw: Active Projects FTWH1700201.00 FTWH1700201.01 8.00 Plans and Drawings 8.30 Cut Sheets 8.3.07 Bridge FTWH1700201_E401.dgn ESTIMATED QUANTITIES BID ITEM NUMBER 401 6001 429 6004 429 6007 432 6026 451 6004 481 6011 540 6001 540 6001 540 6002 540 6006 BID ITEM DESCRIPTION BACKFlLL CONC (RAPID DECK AREBP.) {pRT )) CONC STR REPAIR OVERHEAD) (VERTICAL RIPRAP (STONE COMMON) DRY) (18 INS (�a131 RC) L PIP40 P(4)I SCH (PVC) � MTL W-BEAM GD (1lM POST) MTL W-SEAM Gb FEN (TIM POST)* MTL W-BEAM GD FEN OS'T�) EL MTL BEAM GD (THRIE-BEAM) FACILITY CARRIED FEATURE CROSSED LOCATION CY SF SF CY LF LF LF EA LF EA ALTAMESA BLVD EB BNSF RR 0.5 MI W OF IH 35 W 0.2 225 ALTAMESA BLVD WB TR SYCAMORE CREEK 0.1 MI EAST OF MCCART 25 9 25 2 ANGLIN RD. TRIB TO VILLAGE CK SO F1'. N KENNEDALE ROAD 7 48 218 100 4 BASSWOOD BLVD EB WHITE BRANCH 0.8 MI E OF N BEACH 5i 0.5 11 25 SAMUELS AVE W FORK TRINITY RIVER 0.8 M! S OF SH 183 10 415 18 VILLAGE CREEK RD. WILDCAT BRANCH 0.1 MI N OF GARDEN ST 2 70 RISINGER RD WB TRIB TO SYCAMORE CREEK 0.25 MI W OF MCCART 20 25 W SETTLEMENT RD WB f__�TRINITY RI (E CROSSING) 1.85 MI E SH 183 CARSWELL 5 25 TOTAL 0.7 27 57 118 218 5 790 20 50 4 ESTIMATED QUANTITIES (CONTINUED) BID ITEM NUMBER 540 6008 540 6016 542 6001 544 6001 770 6056 778 6001 784 fi003 BID ITEM DESCRIPTION MTL BEAM GD FEN TRANS (T101) DOWNSTREAM ANCHOR TERMINAL SECTION REMOVE METAL BEAM GUARD FENCE GUARDRAIL END TREATMENT (INSTALL) REMOVE TIMBER POST CONCRETE RAIL REPAIR (IN -KIND) REP STL BRIDGE MEMBER (DIAPHRAGM) FACILITY CARRIED EA EA LF EA EA LF EA ALTAMESA BLVD EBL 227 1 ALTAMESA BLVD WBL 1 27 2 ANGIIN R0. 3 1 BASSWOOD BLVD EBL 25 SAMUELS AVE 2 1 505 1 18 5 VILLAGE CREEK RD. RISINGER RD WB 1 25 W SETTLEMENT RD WB 25 2 TOTAL 2 6 834 3 20 5 2 m TRR IACKSRAILROAD EXIST MBGF EDGE OF PAVEMENT I 3 BEGIN BRIDGE Q• ALTAMESA BLVD „' ABUTMENT N0. 1 REMOVE 152 LF EXIST MBGF EXIST APPROACH SLAB I ; AND TERMINAL ANCHOR 217'-6' !'! AND�TIMSECONBERPPOSTSD)W-BEAM i EDGE OF PAVEMENT ti FILL VOIDS UNDER SIDEWALK ,-,-------- EXIST SIDEWALK--? (0.1 - SEE EXISTING , SIDEWZ VOID DETAIL INSTALL SGT INSTALL 150' MBGF ST EXIST MBGF IRETI AWING WALL-,--' RETAINING REMAIN WALLTO WALL I � TOP OF EXIST 3'-DA+/_ - �TOP of EXIST SIDEWALK 1 — a EXIST GROUND ELEVATION 10 FILL VOIDS UNDER SIDEWALKS WITH FLOWABLE BACKFILL IN ACCORDANCE WITH TXDOT ITEM 401. PLAN (NOT TO SCALE) 4'-1" TOP OF EXIST SIDEWALK EXIST SST J 1 EXIST GROUND EXISTING SIDEWALK VOID DETAIL SECTION EXIST MBGF EXIST APPROACH SLAB 3IDGE .NT NO. 2 — — EXIST MBGF �TO REMAIN 21 T-O" FILL VOIDS UNDER SIDEWALK (0.1 C1� - SEE EXISTING SSIDUM VOID DETAIL REMOVE 75 LF EXIST MBGF TPACTED W-BEAM D TIMBER POSTS) EXIST MBGF INSTALL 75' MBGF TO REMAIN GENERAL NOTES: 1. CONTRACTOR TO COORDINATE WITH CITY ON LANE CLOSURE. TRAFFIC CONTROL IS SUBSIDIARY TO REPAIR COST, 2. CONTRACTOR TO VERIFY REPAIR AREAS AND DIMENSIONS IN THE FIELD PRIOR TO ORDERING MATERIALS. 3. EXISTING BRIDGE INFORMATION ACQUIRED FROM SITE VISIT CONDUCTED ON FEBRUARY 26, 2019. 415119 THOMAS G. ASHCRAFf 81411 r J> —1a1w 4ft* Ly, HO. REVISIONI 9Y I wAi£ c Nyj TEXA5 REGISTERED ENGINEERING FIRM HT41 BRIDGE REPAIR DETAILS ALTAMESA BLVD EB OVER BNSF RAILROAD 0e g.": CE'Y pry,' M STAB FE➢Qt/L ND f&DJ NIX cN. : CPI' 6 TEXAS Drwn: CPY wsr. caurNr —N..oq f10N NO. NO. A 1 Or I �w � �Pr a m EXIST MBGF rTO REMAIN 3z INSTALL DAT a INSTALL 25' MBGF 25'-7- IXIST CONCRET RIPRAP N a EXIST MBGF 12 O REMOVE 27'--2" EXIST MBGF EXIST SIDEWALK, L IMPACTED W-BEAM AND ; ; bETACHED TIMBER POSTS) cc m PAVEMENT (IYP) EXISTAPPROACH ; EXIST APPROACH SU113 SLAB — _4 BEGIN BRIDGE ; ABUTMENT ND. 1 ALTAMESA -- BLYD W$ i. ; END BRIDGE ,' ABUTMENT NO. 2 m 1, o i GENERAL NOTES: W REPAIR CONCRETE SPALLED AREAS 1. CONTRACTOR TO COORDINATE WITH CITY ON LANE CLOSURE. TRAFFIC CONTROL IS ON BRIDGE DECK 25 S - SEE SUBSIDIARY 70 REPAIR CAST. m ; / TYPICAL BRIDGE DECK REPAIR PLAN N........... REMOVE DETACHED OR 4 -'--" ff EXIST SIDEWALK ` ' i ; EXIST EDGE OF 2. CONTRACTOR TO VERIFY REPAIR AREAS AND DIMENSIONS IN THE FIELD PRIOR ROTTED TIMBER POSTS ; ,; ;I ', PAVEMENT (TYP) TO ORDERING MATERIALS. 3. EXISTING BRIDGE INFORMATION ACQUIRED FROM SITE VISIT CONDUCTED ON 00 FEBRUARY 26. 2019. EXIST MBGF 38'-0" 2 D(IST CONCRET RIPRAP EXIST MBGF a a INSTALL 2 TIMBER POSTS MBGF NOTES: o REPAIR CONCRETE SPALLED AREAS I. INSTALL METAL BEAM GUARD FENCE PER u AT ABUTMENT BACKWAL.L CORNER TXDOT GF(31)-14 STANDARD WHERE 0 9 S -SEE ABUTMENT BACKWALL PLAN INDICATED IN PLAN. SPALL REPAIR DETAILS EL (NOT TO SCALE) 2. INSTALL POSTS WHERE DETACHED OR a ROTTED POSTS WITH UNDAMAGED W-BEAMS co ARE INDICATED IN PLAN. MATCH EXIST POST HEIGHT AND SPACING PER DIRECTION FROM 0 CITY. GUARDRAIL SECTION DOES NOT MEET a SAW -CUT LINE (TYP) 2014 SPECIFICATIONS FOR GUARDRAIL HEIGHT. o SPALL AREA (TYP) EXPOSED EXIST a REINFORCEMENT r _ r EDGE OF SIDEWALK o EXIST RAIL q� OF T �4 415119 0 n SAW -CUT LINE ....................... ....:... THOMAS G. ASHCRAFT �N CRACK ABUTMENT BACKWALL SPALL REPAIR NOTES: EDGE OF DECK TYPICAL BRIDGE DECK REPAIR PLAN :.......................:... 81411 RFGISTER� 1. REMOVE ANY DAMAGED OR LOOSE CONCRETE;. (NOT TO SCALE) �N AL- 9 a� mma SPALL AREAS 2. SAW -CUT THE PERIMETER OF REPAIR APPROXIMATELY BRIDGE DECK SPALL REPAIR NOTES: Q ¢ TO % INCHES BUT DO NOT CUT EXISTING ' f�l EXIST FACE OF REINFORCING STEEL. ADJUST DEPTH AS NECESSARY 1. SAW -CUT THE PERIMETER OF REPAIR APPROXIMATELY 2 INCHES u 3 -oa BACKWALL TO AVOID DAMAGING REINFORCEMENT. BUT DO NOT CUT EXISTING REINFORCING STEEL. ADJUST DEPTH AS a a NECESSARY TO AVOID DAMAGING REINFORCEMENT. 3. USE ONLY HAND TOOLS OR POWER -DRIVEN CHIPPING u TOOLS (15-LB HAMMER MAXIMUM) TO REMOVE CONCRETE. 2. USE POWER -DRIVEN CHIPPING TOOLS TO REMOVE CONCRETE. AVOID DAMAGE TO SOUND CONCRETE TO REMAIN. CONTRACTOR MAY USE UP TO 30-La 4. REMOVE ALL RUST AND OTHER DELETERIOUS MATERIAL HAMMERS FOR THE BULK OF THE WORK. HOWEVER, 15-LB HAMMERS OR NO. REVISION BY EXIST FACE FROM THE LADING G REINFORCING STEEL TO ENSURE PROPER BONDING WITH THE REPAIR MATERIAL. SMALLER MUST BE USED AT THE RASE AND PERIMETER OF THE REPAIR AREA TO AVOID DAMAGING THE SOUND CONCRETE. OF GAP Wyj 5. FOLLOW THE TXDOT 'CONCRETE REPAIR MANUAL", 3. SQUARE OR SLIGHTLY UNDERCUT THE REPAIR PERIMETER. CHAPTER 3, SECTION 1 - MINOR SPALL REPAIR, FOR Q CONCRETE SURFACE PREPARATION. 4. REMOVE ALL RUST AND OTHER DELETERIOUS MATERIAL FROM THE EXISTING TEXAS REGISTERED ENGINEERING FIRM F-1141 REINFORCING STEEL TO ENSURE PROPER BONDING WITH THE REPAIR 'c ABUTMENT BACKWALL 6. USE TXDOT TYPE VIII NEAT EPDXY COMPOUND MEETING MATERIAL. + SPALL DETAIL THE REQUIREMENTS OF TXDOT DMS-6100 FOR THE: REPAIR. "CONCRETE 5. FOLLOW THE TXDOT REPAIR MANUAL", CHAPTER 3, SECTION 4 a (NOT TO SCALE) 7. FOLLOW MANUFACTURER'S RECOMMENDATIONS FOR CURING - BRIDGE DECK REPAIR, FOR CONCRETE SURFACE PREPARATION. CITY OF FORT WORTH BRIDGE REPAIRS _ OF REPAIR MATERIAL. BRIDGE REPAIR 6. USE A PREAPPROVED TYPE A RAPID REPAIR MATERIAL MEETING THE REQUIREMENTS OF TXDOT DMS-4655 FOR THE REPAIR. USE REPAIR MATERIAL DETAILS N EXTENDED WITH COARSE AGGREGATE AND WITH A MINIMUM MODULUS OF ELASTICITY, E OF 4000 ALTAMESA BLVD WB OVER TRIBUTARY TO SYCAMORE CREEK 7. FOLLOW MANUFACTURER'S RECOMMENDATIONS FOR CURING OF REPAIR xwww p MATERIAL. � B�y�,a: cPY ADrNaecr xa � N cnax,a: CPY 6 TEXAS Bmwn: CPY da. cauxrr CCNIxO SEC1i0JOB N0. N SHEET 1 OF 1 CPY I5 pvc Active Projects FTWH1700201.00 FTWH1700201.01 8.00 Plans and Drawings 8.30 cut Sheets 8.3.07 Bridge Altamc!ia Blvd W8 FTWH1700201_ALT—WH_BL01.dgn INSTALL MBGF EXIST CONCRETE TRANSITION, GI MBGF AND SGT RAIL TO BE REMOVED EXIST EDGE EDGE OF BANK OF PAVEMENT 25'-4" (ryp) EXIST CONCRETE Z— N. KENNEDALE CURB TO REMAIN 1 ROAD SAW -CUT LINE 2 D 4 ❑ Q EXIST UTILITY POLE O Q 7 o O Q ©i> O Q❑ INSTALL STONE RIPRAP On 7 �O°��° COMMON DRY (18 IN) CURB REPAIR ELEVATION �0�O"'96llui O EXPOSED EXISTING o D�OQD��OQD��o4D�6 TOEWALL EXIST CONCRETE Qc)a O din - l7 nr]o O O o CURB TO REMAIN INSTALL 25' MBGF N CIA ��° 44'-0' 1 AND DAT w� n INSTALL MBGF TRANSITION O O O O R-3O' 1O 23'-0" SEE CONCRETE SPALL REPAIR NOTES. 2 QaD���aD���oD��oO�a O2 CLEAN AND EXTEND EXIST REINFORCEMENT SAW -CUT NV E INTO REPAIR AREA. i PROP CURB EXIST CONCRETE I j PROP CURB ,I li EXTENSION RAIL TO BE REMOVED EXTENSION ; ; ' ; ; ; ; ; ; ; CURB REPAIR PLAN INSTALL T131 RC RAIL 120 1 I i , REPAIR CORNER OF CURB (3 SF) SEE CURB REPAIR PLAN ;I II it ,i " REMOVE EXIST ' END BRIDGE ; GONG RAIL (44 END BRIDGE GENERAL NOTES: I „ 1 Ii it I' II — - ----- - -�--- - --- ' ---� ---- - - - - - — ,-I — - t I — -- -- a i- - - - - - — - — _ _ i1. CONTRACTOR TO COORDINATE WITH THE CITY ON LANE CLOSURE. TRAFFIC CONTROL IS i REMOVE EXIST i i i SUBSIDIARY TO REPAIR COST. GONG RAIL (44 LF) ANGLIN ROAD 2. CONTRACTOR TO VERIFY REPAIR AREAS AND INSTALL T131RU RAIL 98 LF i i i i I DIMENSIONS IN THE FIELD PRIOR TO ORDERING PROP CURB ;; REPAIR BOTTOM ;, EXIST TOE OF ; PROP CURB MATERIALS. OF TOP SLAB CURB P EXTENSION ; I (4_ SF)) ; ; EXTENSION 3. SITE IVISITBCONDUCTEDRON��EBRACQUIRED, F2019. 4. SEE TXDOT TYPE T131RC DETAILS FOR RAIL RETROFIT. 23'-O" 43'-0" 22'-3" INSTALL MBGF TRANSITION! 5• PAYMENT FOR REMOVAL OF EXIST CONCRETE INSTALL MBGF TRANSITION RAIL SUBSIDIARY TO TYPE T131 RC RAIL RETROFIT. EXIST EDGE OF PAVEMENT SEE BOTTOM OF TOP �3 EXISTING 4-10'X1O' INSTALL 25' MBGF SLAB REPAIR PLAN BOX CULVERT AND QAT r1 INSTALL 25' PLAN MDGF &DAT �P��T (NOT To SCALE) ?s 415119 THOMAS G. ASHCRAFT ............................... EXIST RAIL d . _ 81411 i INSTALL STONE RIPRAP EXPOSED EXISTING COMMON DRY (18 IN) TOEWALL i ELEVATION BOTTOM NG CHANNEL (LOOKING SOUTH) EXIST BOX CULVERT SPALL AREA fTYP7-/ �J BOTTOM OF TOP SLAB REPAIR PLAN LINE {GYP) tj 4wa; CONCRETE SPALL REPAIR NOTES: is �14+"• EXIST :MENT (TYP) 1. REMOVE ANY DAMAGED OR LOOSE CONCRETE. 2. SAW —CUT THE PERIMETER OF REPAIR APPROXIMATELY 1/2 TO �4 INCHES BUT DO NOT CUT EXISTING REINFORCING STEEL. ADJUST No. RMioN DEPTH AS NECESSARY TO AVOID DAMAGING REINFORCEMENT. -- 3. USE ONLY HAND TOOLS OR POWER -DRIVEN CHIPPING TOOLS (15-LB HAMMER MAXIMUM) TO REMOVE CONCRETE. cNJ N 4. REMOVE ALL RUST AND OTHER DELETERIOUS MATERIAL FROM THE FEXAS REGISTERED ENGINEERING FIRM F-II4f EXISTING REINFORCING STEEL TO ENSURE PROPER BONDING WITH THE REPAIR MATERIAL. 5. FOLLOW THE TXDOT "CONCRETE REPAIR MANUAL". CHAPTER 3, SECTION 1 -- MINOR SPALL REPAIR, FOR CONCRETE SURFACE PREPARATION CITY OFFORT WO REPAIR: REPAIR 8 USE TXDOT TYPE ITXDOTNEAT COMPOUND THE DETAILS REQUIREMENTS OF DMS-6100 FORT EMREPAIIR. 7. FOLLOW MANUFACTURER'S RECOMMENDATIONS FOR CURING OF ANGLIN ROAD OVER REPAIR MATERIAL TRIBUTARY TO VILLAGE CREEK o Qn.e: CPY W. r"ia s Am FmF uo PMRcT NO. M—.a CPY 6 TEXAS o,n.n: CPY an. caulnr sc N .roe SHFET 1 OF 1 ri 1 CRY pw: CONCRETE RAIL. REPAIR (1 SF) - SEE NORTHEAST CCORNER RAIL REPAIR DETAIL CONCRETE S]!j FACE OF RAIL (4 SF) �D SEE INST 25' CONCRETE RAIL REPAIR DETAIL a µ13GF EXIST MBGF TO REMAIN gyp• � / , / e�i ' _ REMOVE 25 LF EXIST ME � L� '� (IMPACTED W-BEAM AND EXIST MBGF 0" ^ " Y FILL VOID UNDER WINGWALL STEEL POSTS) a ' ; AND ABUTMENT (0.5 CY) - CONCRETE SPALL SEE WINGWALL AND IRAIL E(SFSF)E) OFSEE i .i APPROACH SLAB VOID DETAIL J _ ' .` CONCRETE )TAIL BEGIN BRIDGE EXIST REPAIR DETAIL �� _ �� - END DRIDGE APPROACH SLAB ABUTMENT N0. 1 q BASSWOOD ; -� �- , ; ABUTMENT NO. 2 BLVD EB EXIST M8GF EXIST APPROACH SLAB Xy rr' EXIST SIDEWALKIY� EXIST MBGF I IMPACTED W-BEAM POST NORTHEAST CORNER PLAN EXIST APPROACH SLAB 3 PLAN 3 (NOT TO SCALE) Q FILL VOIDS UNDER WINGWALL AND APPROACH SLAB WITH FLOWABLE BACKFILL IN ACCORDANCE WITH TXDOT ITEM 401. END OF WINGWALL EXIST WINGWALL- --1 3'-0- + NORTHEAST CORNER ELEVATION (LOOKING SOUTH) WINGWALL AND APPROACH SLAB VOID DETAIL r BOTTOM OF WINGWALL GENERAL NOTES: 1. CONTRACTOR TO COORDINATE WITH CITY ON LANE CLOSURE. TRAFFIC CONTROL IS SUBSIDIARY TO REPAIR COST. 2. CONTRACTOR TO VERIFY REPAIR AREAS AND DIMENSIONS IN THE FIELD PRIOR TO ORDERING MATERIALS. 3. EXISTING BRIDGE INFORMATION ACQUIRED FROM SITE VISIT CONDUCTED ON FEBRUARY 25, 2019. MBGF NOTES: 1. INSTALL METAL BEAM GUARD FENCE PER TXDOT GF(31)-14 STANDARD WHERE INCLUDED IN PLANS. `� ................. 415119 THOMAS G. ASHCRAFT -4':.. A..81411 k LDI' / BRIDGE REPAIR DETAILS BASSWOOD BLVD EB OVER WHITE BRANCH CREEK wnry�.e: CPY �.X' Nq SPATE FIDETVL NU PROJECT NO. tn.x.e: CP5' 6 TEXAS Tlmw� CPY psf, tdN�TRdiroN 2 cA.ax.s CPY p w: �a m� z z <I PATCH SPAIED AREA �E4 BAR PINS, 2" 1 O 6" IN LENGTH o cV EXIST RAIL o ON WINGWALL----i EXIST REINFORCEMENT '\�1 SF sAw—cur LINE NORTHEAST CORNER RAIL REPAIR DETAIL FACE OF RAIL BACK QF_ RAIL (LOOKING NORTH) (LOOKING SOUTH) ELEVATION CONCRETE RAIL REPAIR DETAIL EXPANSION JOINT 3'-0" 3'-6" 3' 6 SPA — 3'-0" 3' SAW —CUT io BACK OF RAIL LINE (TYP) SAW )CUT LINE N O FACE OF RAIL / 4 BAR PINS, ' IN LENGTH O2 PLAN CONCRETE RAIL REPAIR DETAIL CONCRETE RAIL REPAIR NOTES: I. REMOVE ANY DAMAGED OR LOOSE CONCRETE. 2. SAW —CUT THE PERIMETER OF REPAIR APPROXIMATELY IIA TO 34 INCHES BUT DO NOT CUT EXISTING REINFORCING STEEL. ADJUST DEPTH AS NECESSARY TO AVOID DAMAGING REINFORCEMENT. 3. USE ONLY HAND TOOLS OR POWER —DRIVEN CHIPPING TOOLS (15—LB HAMMER MAXIMUM) TO REMOVE CONCRETE. 4. WHERE REINFORCEMENT IS EXPOSED, REMOVE CONCRETE FROM AROUND THE BAR SUCH THAT 1 INCH MIN OF CLEARANCE BETWEEN THE BAR AND THE SURROUNDING CONCRETE IS PROVIDED. 5, REMOVE ALL RUST AND OTHER DELETERIOUS MATERIAL FROM THE EXISTING REINFORCING STEEL TO ENSURE PROPER BONDING WITH THE REPAIR MATERIAL 6. FOLLOW THE TXDOT CONCRETE REPAIR MANUAL", CHAPTER 3, SECTION 2 INTERMEDIATE SPALL REPAIR, FOR CONCRETE SURFACE PREPARATION. 7. USE TXDOT TYPE D EXTENDED REPAIR MATERIALS MEETING THE REQUIREMENTS OF TXDOT DMS-4655 FOR THE REPAIR. 8. FOLLOW MANUFACTURER'S RECOMMENDATIONS FOR CURING OF REPAIR MATERIAL. PIN INSTALLATION NOTES: 1. INSTALL PINS A MINIMUM OF 3" INTO SOUND CONCRETE. 2. CLEAN HOLES WITH HIGH PRESSURE AIR OR MECHANICAL BRUSHING TO REMOVE DUST. 3. INSTALL PINS USING A TXDOT TYPE III, CLASS C ANCHORING ADHESIVE MEETING THE REQUIREMENTS OF TXDOT DMS-6100. 4. FOLLOW MANUFACTURE INSTRUCTIONS FOR INSTALLATION AND CURING OF ADHESIVE MATERIAL. 5. REMOVE ANY EPDXY THAT LEAKS ONTO THE PATCH SUBSTRATE AFTER THE PIN IS INSTALLED. 6. PROVIDE lI %' MIN CLEAR TO END OF PIN. Q SEE CONCRETE RAIL REPAIR NOTES. Q2 SEE PIN INSTALLATION NOTES. kk •k .............. THOMAS G. ASHCRAFT ............................... a _ 81411 _ :.71 CITY OF FORT WORTH BRIDGE REPAIRS BRIDGE REPAIR DETAILS BASSWOOD BLVD EB OVER WHITE BRANCH CREEK DsignM: CPY W. M STALE FIDEFLSL HD PRW= 90. H1LiMIAY rA«xaa: CPY 6 11 TEXAS Cm CPY m- I I wWaq sEm_ N & Is ' p w: 6 CANTILEVER REPAIR (5 SF EACH LOCATION) — SSEE CANTILEVER REPAIR DETAIL INSTALL MBGF w INSTALL DAT REMOVE 192 LF EXIST MBGF TRANSITION M INSTALL 175' MBGF z z z z z z z z m 1 m m m BEGIN BRIDGE ' EXIST ^ ¢ SAMUELS AVE 4— 1 ABUTMENT NO. 1 SIDEWALK I EXIST 3 i Li SIDEWALK I RAIL SEE INSTALL SGT INSTALL 150' MBGF CONCRETE RAIL REPAIR DETAIL REMOVE 223 LF EXIST M8GFj INSTALL MBGF TRANSITION EXPANSION JOINT LIMITS OffffF BREAKBACK TOP OF EXIST RAIL - --u EXIST PILASTER EXIST SIDEWALK �. 2 — ---L- BOTTOM OF BRIDGE DECK ELEVATION (SHOWING DIMENSIONS ONLY) = � 4'R z PLAN BARS S SPACING — 1 %' —LIMITS OF SREAKBACK - -TOP OF EXIST RAIL TOP OF DEIST RAIL 1-14 BREAKBACK LINE EXIST PILASTER RAIL EXIST SIDEWALK BOTTOM OF BRIDGE DECK CONCRETE RAIL REPAIR DETAILS EXIST MBGF 50'-0" rTO REMAIN 4" TYP —2M#5 BARS T -2—#5 BARS 2H#5 BARS T ELEVATION (SHOWING REINFORCEMENT ONLY) BARS U AT 6" MAX REMOVE 18 DETACHED OR ROTTED TIMBE/R—POSTS 1 T01 REMAIN ST F MU URIUGE EXIST ABUTMENT NO. 10 FACE OF CURB -- - -- -—-- - — - —- —- EXIST FACE OF CURB EXIST MBGF INSTALL 90' MBGF I TO REMAIN - EXIST MDGF -AND {REMOVE 90 LF EXIST MBGF TO REMAIN 9EETACH MPACTEA MBEW—BR POSTS) EXIST REINFORCEMENT CLEAN AND STRAIGHTEN. 1'-6" MIN EXTEND .INTO NEW RAIL �TYp�. PROVIDE 1 —3 MIN LAP WITH BARS T. TOP OF EXIST RAIL u BREAKBACK LINE LEXIST RAIL CONCRETE RAIL REPAIR NOTES: 1. REMOVE EXISTING CONCRETE RAIL TO LIMITS SHOWN IN ELEVATION. 2. CLEAN AND EXTEND EXISTING REINFORCEMENT INTO NEW RAIL CONSTRUCTION. 3. DRILL AND EPDXY GROUT BARS U 5" MIN INTO EXISTING SIDEWALK CONCRETE. 4. ADD ADDITIONAL REINFORCEMENT WHERE REQUIRED. S. FORM AND POUR RAIL USING CLASS "C" CONCRETE (f'c = 3,600 PSI) TO MATCH EXISTING RAIL. 6. PROVIDE 2" MIN COVER TO CENTER OF REINFORCEMENT EXCEPT WHERE NOTED OTHERWISE. GENERAL NOTES: 1. CONTRACTOR TO COORDINATE WITH CITY ON LANE CLOSURE. TRAFFIC CONTROL IS SUBSIDIARY TO REPAIR COST. 2. CONTRACTOR TO VERIFY REPAIR AREAS AND DIMENSIONS IN THE FIELD PRIOR TO ORDERING MATERIALS. 3. EXISTING BRIDGE INFORMATION AQUIRED FROM SITE VISIT CONDUCTED ON FEBRUARY 26, 2019. MBGF NOTES: 1. INSTALL METAL BEAM GUARD FENCE PER TXDOT GF(31)-14 STANDARD WHERE INDICATED IN PLAN. 415119 ...:.......................:... THOMAS G. ASHCRART .................... 81411,�r� NO. I REVISION BY DATE c Nyj TEXAS REGISTERED ERGINEERING FIRM HT41 BRIDGE REPAIR DETAILS SAMUELS AVENUE OVER WEST FORK TRINITY RIVER o.dgr:ee: CPY pryNp SEMI EE➢E ND P EQ NO. NNE Y CRY 6 TEXAS o— CPY ass. cauNn I C L— I' T ns a I V3 EXIST CONCRETE RIPRAP EDGE (IF EXIST PAVEMENT — 18'-0" 27'-6" 20'-0" CONCRETE REPAIR (2 S 1 SEE CONCRETE REPAIR 15EFAILS LVILLAGE CREEK RD 20'-0" — 4I TOE OF EXIST CONCRETE RIPRAP (TYP) —INSTALL STONE RIPRAP COMMON DRY (18 IN) TOE OF EXIST CONCRETE RIPRAP (TYP) END BRIDGE ABUTMENT NO, 2 EDGE OF EXIST PAVEMENT CONCRETE RIPRAP Iw PLAN (j) SEE CONCRETE REPAIR NOTES Ly EXIST REINFORCEMENT INSTALL STONE RIPRAP 00�p o EXIST ACP OVERLAY COMMON DRY (18 IN) �d ° w _ 27'-6" 20'-0" s i i i r PLAN EXIST CONCRETE (NOT TO SCALE) SLAB AND GIRDER--i ,L r SECTION A -A 8'-0" OR 13'-0" EXIST CONCRETE RIPRAP- INSTALL STONE RIPRAP CONCRETE REPAIR DETAILS �COMMON DRY (18 IN) oa 6 ooM EXIST CHANNEL BOTTOM STONE RIPRAP SECTION GENERAL NOTES: 1. CONTRACTOR TO COORDINATE WITH THE CITY ON LANE CLOSURE. TRAFFIC CONTROL 15 SUBSIDIARY TO REPAIR COST. 2. CONTRACTOR TO VERIFY REPAIR AREAS AND DIMENSIONS IN THE FIELD PRIOR TO ORDERING MATERIALS. 3. EXISTING BRIDGE INFORMATION ACQUIRED FROM SITE VISIT CONDUCTED ON FEBRUARY 26.2019. CONCRETE REPAIR NOTES: 1. REMOVE EXISTING ASPHALT TO AT LEAST 2 INCHES BEYOND THE PERIMETER OF THE CONCRETE AREA. 2. SAW -CUT THE PERIMETER OF REPAIR APPROXIMATELY 1¢ TO 34 INCHES BUT DO NOT CUT EXISTING REINFORCING STEEL ADJUST DEPTH AS NECESSARY TO AVOID DAMAGING REINFORCEMENT. 3. USE POWER -DRIVEN CHIPPING TOOLS TO REMOVE CONCRETE. AVOID DAMAGE TO SOUND CONCRETE TO REMAIN. CONTRACTOR MAY USE UP TO 30-LB HAMMERS FOR THE BULK OF THE WORK. HOWEVER, 15-LB HAMMERS OR SMALLER MUST BE USED AT THE BASE AND PERIMETER OF THE REPAIR AREA TO AVOID DAMAGING SOUND CONCRETE. 4. SQUARE OR SLIGHTLY UNDERCUT THE REPAIR PERIMETER. 5. REMOVE ALL RUST AND OTHER DELETERIOUS MATERIAL FROM THE EXISTING REINFORCING STEEL TO ENSURE PROPER BONDING WITH THE REPAIR MATERIAL 6. FOLLOW THE TXDOT "CONCRETE REPAIR MANUAL". CHAPTER 3. SECTION 4 - BRIDGE DECK REPAIR, FOR CONCRETE SURFACE PREPARATION. 7. USE A PREAPPROVED TYPE A RAPID REPAIR MATERIAL MEETING THE REQUIREMENTS OF TXDOT DMS-4655 FOR THE REPAIR. USE REPAIR MATERIAL EXTENDED WITH COARSE AGGREGATE AND WITH A MINIMUM MODULUS OF ELASTICITY, E. OF 4000 KSL 8. FOLLOW MANUFACTURER'S RECOMMENDATIONS FOR CURING OF REPAIR MATERIAL. 9. REPLACE ASPHALT MATERIAL AFTER REPAIR MATERIAL HAS PROPERLY CURED. PAYMENT FOR ASPHALT MATERIAL SUBSIDIARY TO MAJOR PAY ITEM. ~' 415119 THOMAS G. ASHCRAFf .q . 8141 1 fE%p5 REGISIEREFLY)U ENGINEERING FIR F-1141 BRIDGE REPAIR DETAILS VILLAGE CREEK RD OVER WILDCAT BRANCH Uuagn.d: CPY pN. NV. I 5AE I H]H WfJ P3MIECT N0. HIGHWAY cn.a: CPY 6 1 TEXAS Dro�.k CPY ow. wumm �u:.HO p w: e n Ir N-CUT LINE (TV) AREA (TV) WINGWALL NE END DETAIL (NOT TO SCALE) SPALL AREA pw: ELEVATION WINGWALL NW END DETAIL (NOT TO SCALE) NE WINGWALL REPAIR DETAIL (LOOKING SOUTH) (NOT TO SCALE) c N PLAN SOUTH WINGWALL REPAIR DETAIL Cf UWATInAI SOUTH WINGWALL REPAIR DETAIL SPALL AREA SOUTH HEADWALL PLAN STOP OF CULVERT HEADWALL BOTTOM OF CULVERT HEADWALL) ; - ` - r ` SOUTH HEADWALL ELEVATION ger CONCRETE REPAIR NOTES: 1. REMOVE ANY DAMAGED OR LOOSE CONCRETE. 2. SAW -CUT THE PERIMETER OF REPAIR APPROXIMATELY X TO t4 INCHES BUT DO NOT CUT EXISTING REINFORCING STEEL. ADJUST DEPTH AS NECESSARY TO AVOID DAMAGING REINFORCEMENT. 3. USE ONLY HAND TOOLS OR POWER -DRIVEN CHIPPING TOOLS (15-LB HAMMER MAXIMUM) TO REMOVE CONCRETE. 4. WHERE REINFORCEMENT IS EXPOSED, REMOVE CONCRETE FROM AROUND THE BAR SUCH THAT 1 INCH MIN OF CLEARANCE BETWEEN THE BAR AND THE SURROUNDING CONCRETE IS PROVIDED. S. REMOVE ALL RUST AND OTHER DELETERIOUS MATERIAL FROM THE EXISTING REINFORCING STEEL TO ENSURE PROPER BONDING WITH THE REPAIR MATERIAL. 6. FOLLOW THE TXDOT "CONCRETE REPAIR MANUAL`, CHAPTER 3, SECTION 2 INTERMEDIATE SPALL REPAIR, FOR CONCRETE SURFACE PREPARATION. 7. USE TXDOT TYPE D EXTENDED REPAIR MATERIALS MEETING THE REQUIREMENTS OF TXDOT DMS-4655 FOR THE REPAIR. 8, FOLLOW MANUFACTURER'S RECOMMENDATIONS FOR CURING OF REPAIR MATERIAL OF 415119 :............... ............ THOMAS G. ASHCRAFT :........................ ... 81411 _ REVISION BY DATE c Ryj TEXAS REGISIERED ENGIREERING FIRM F-1741 !;P! CITY OF FORT WORTH BRIDGE REPAIRS BRIDGE REPAIR DETAILS RISINGER RD WB BRIDGE OVER TRIBUTARY_TO SYCAMORE CREEK CPY om. Hoa. mt PmD MO PR Eu M H Y cn.i.a CPY 6 TEXAS o� CPY asr. cauwrc —0 N no00 HST a�m�e: fPY 13 a m REPAIR FRACTURED CROSS MEMBER AT ABUTMENT NO. 1 - 4 0 RECONNECT PVC PIPE SEE STEEL CROSS �' �O TO DRAINS (2 LOCATIONS) MEMBER REPAIR DETAIL ti EXIST CONCRETE BEGIN BRIDGE 'RTPRAP (TIP) ABUTMENT NO. 1 REPAIR BROK77"< PIPE IN 2 LREPLACE MISSING COTTER SEE DRAIN PPIN IN EXIST EXTERIOR EXIST MBGF INSTALL 25' 75'-O' REPAIR DETAGIRDER STEEL BEARING - TO REMAIN ST SIDEWALK SEE BEARING REPAIR DETAIL EXIST EDGE OF PAVEMENT REMOVE 25 LF EXIST M®GF EXIST MBGF (IMPACTED W-BEAM AND TIMBER POSTS) TO REMAIN WHITE SETTLEMENT RD —— - — - — - — - — - — - -— - — -- -> f•-..r�J— ��.°-f= - — — EXIST EDGE OF EXIST CONCRETE r PAVEMENT RIPRAP (TYP) EXIST SIDEWALK/PATH REPAIR FRACTURED EXIST SIDEWALK/PATH CROSS MEMBER AT ABUTMENT NO. 7 - SEE STEEL CROSS MEMBER REPAIR DETAIL EXIST TOP OF DECK EXIST 4" DIA PVC PLAN (NOT TO SCALE) EXIST FACE OF ABUTMENT BACKWALL BEAM INSTALL MISSING %" DIA COTTER PIN (EXIST 7/e" DIA. HOLE) TOP OF EXIST ABUTMENT CAP FRONT FACE OF EXIST ABUTMENT CAP GENERAL NOTES: 1. CONTRACTOR TO COORDINATE WITH CITY ON LANE CLOSURE. TRAFFIC CONTROL IS SUBSIDIARY TO REPAIR COST. 2. CONTRACTOR TO VERIFY REPAIR AREAS AND DIMENSIONS IN THE FIELD PRIOR TO ORDERING MATERIALS. 3. EXISTING BRIDGE INFORMATION ACQUIRED FROM SITE VISIT CONDUCTED ON FEBRUARY 26, 2019. 4. COTTER PIN TO BE A36 STEEL. PAYMENT FOR COTTER PN SUBSIDIARY TO OTHER ITEMS. 5. PAYMENT FOR REPLACEMENT WYES AND DRAIN PIPE CONNECTIONS SUBSIDIARY TO PAYMENT FOR PVC PIPE. MBGF NOTES: 1. INSTALL METAL BEAM GUARD FENCE PER TXDOT GF(314 STANDARD WHERE INDICATED I -PLAN. CONNECT EXIST J VBREAK LREPLACE 45' WYE ('i��06MAS OFPVC PIPE TO WYE (2 LOCATIONS)r IN PIPE STEEL BEARING REPAIR DETAIL :• 415119 (NOT TO SCALE)..................... G. ASHCRAFTDRAIN PIPE REPAIR DETAIL81411(NOT TO SCALE).rS7E G� SEE STEEL CROSS MEMBER REPAIR NOTES STEEL CROSS MEMBER REPAIR NOTES: 1. REMOVE PAINT, RUST AND DEBRIS FROM EXIST STEEL T MEMBER USING HAND TOOLS. CLEAN TO BARE METAL. 2. COMPLETE ALL AROUND WELD OF FRACTURED MEMBER FOLLOWING TXDOT STANDARD SPECIFICATION ITEM 448 FOR A36 STEEL. 3. REPAINT AREA OF REPAIR WTfH TXDOT SYSTEM II PAINT COATING. PAYMENT FOR COATING SUBSIDIARY TO REPAIR ITEM. CONNECTION PLATE EXIST STEEL GIRDER STEEL CROSS MEMBER REPAIR DETAIL (NOT TO SCALE) NO. RnMtONNJ BYC TEXAS RFGISFERED ENGINEERING FIRM F-1741 BRIDGE REPAIR DETAILS WHITE SETTLEMENT RD W8 OVER FORK TRINITY RIVER FAST CRO! oeay��a: CPY ox: xa srn�n Ho rxaeer xo. cnea"a: CPY 1 6 TEXAS D w CPY m-I muN —-g N Nos ment Hd WFJ/FWIH1/(1U2L11_ L N > N 0 N O 7 N + N o+ 3 E w O Q � L a a •- T ± c� o N L� a w� 0 0 a E x o I- 00 a� E 7 N Qi •- L C - Y L >. 0 C n S C O L 0 T4 a O L N 0+ 3 E nL z a 0 ,= a+ � 0 a+ a V V L L O 2 � ao Ct m mm C L c v- w o m c X 0 N H L = m me L a + V nL 0 L C a W > h a+ a•- N � L N 00 C O0 4] � L 0 C L U) 10 SOT (25:1 Straight Taper) a (See note 1) 0 Sn m x Front Slope a w •� M Break 0 7 N Note: SOT rail taper may be decreased or eliminated. (See SOT standard sheets) End of Bridge Rail MBGF Transition (See note 9) Begin or end structure Check for horizontal clearance protection (See General Notes 4,5 & 6) dN X m 9 •-� L o- N L 7z a_- L C o� >v Front Slope Break N Check for horizontal clearance protection (See General Notes 1,5 & 6) SOT (25:1 Straight Taper) 25' MBGF IMBGF Transition (See note 1) (See note 10) (See note 9) MBGF length of need (L) SOT plus 25' MBGF plus MBGF Transition is the minimum length of need (L1 required. Begin or end MBGF length of need (L1 structure- MBGF (5'- 3" Spacing) (See Nate 10) MBGF Transition (See note 9) TWO LANE (RURAL) HIGHWAYS Front Slope Break- MBGF (b'- 3" Spacing) (See Nate 10) MBGF length of need (L) DAT Terminal g1_4 ,121 * See OF(31)DAT for minimum MBGF required. SOT (25:1 Straight Taper) -� D n (See note 1) 1 Downstream Bridge \-Front Slope End (See Detail A) Break MULTILANE UNDIVIDED (RURAL) HIGHWAYS Front Slope � T (Two or more lanes 3 in each direction) n a r End of End of (Bridge Roil 14�- Front slope break — SOT (25.1 Straight Taper) MBGF (6'- 3" Spacing) (See Note 10) MBGTranitAn (See note 1) MBGF length of need (L) ONE WAY TRAFFIC (Any number of lanes) IF90 MBGF length of need (L) SGT (25:1 Straight Taper) MBGF (6'- 3" Spacing) (See Note 10)(See note 1) ONE WAY TRAFFIC Front Slope Break End of Bridge Rail GENERAL NOTES I. For more detail: See GF(31), SGT( 131, GF(31)TR, and GF(31)TL2 stondard sheets. 2. Quantities of metal beam guard fence (MBGF) of individual bridge ends are as shown in the plans. 3. Use average daily traffic (ADT) for the current year to determine MBGF length of need in accordance with the Roadway Design Manual unless otherwise specified. Where significant traffic volume growth is anticipated on low volume (0-750 ADT) highways, use length determinations for the higher volume category. 4. MBGF may not be required to shield departure end of bridge unless other obstacles within the horizontal clearance limits or opposing traffic indicate a MBGF consideration. 5. Downstream anchor terminals (DAT) are only for downstream end anchorage use, outside the horizontal clearance area of opposing traffic. 6. Direct connection of MBGF to concrete rails are only for downstream rail connections outside the horizontal clearance area of opposing troffic. (This requires a minimum of three standard line posts plus the DAT terminal, See Detail A) 7. The crown shall be widened to accommodate MBGF. Typically the "front slope" break should be 2'- 0" from the back of the MBGF post. This applies to new construction on new alignment or where existing roadway cross section is to be widened to increase roadway width. This does not apply to rehab- ilitation work where existing roadway crown width is to be retained (See Typical Cross Section at MBGF). 8. For restrictive bridge widths: The MBGF should be properly transitioned from the existing bridge rail to the adjoining MBGF (See MBGF Transition Standards). Metal beam guard fence at these bridge Iocofion(s) shall be flared of the rate of 25.1 or flatter, and be of the length necessary to locate the terminal end at the 2 ft. "max imum" offset from the shoulder edge in the approach direction. 9. Transition length and post spacing will vary depending on the transition type. Transition type will be shown elsewhere in the plans. 10. A minimum 25' length of MBGF will be required. 2'- 0" Typ. (See note 71 See GF(31) standard for past types. I I Edge of shoulder r� or widened crown. I TYPICAL CROSS SECTION AT MBGF MBGF Trans (Non-Sym) payment Non-SyrrmetriGal Transition Rail 2' - 6 1/4 " 2' - 6„ 7 1/4 ' 11 e�. Direction of Troff c Note: All roiI elements shaII be lapped in the direction of adjacent traffic. DETAIL A Showing Downstream Rail Attachment ° Desig❑ Divts on Texas Department of Transportation standard BRIDGE END DETAILS (METAL BEAM GUARD FENCE APPLICATIONS TO RIGID RAILS) BED-1 4 FILE: bedl4. tlgn om TxDOT CM AN ow: BD/VP CK:CCL (DTxD0h ileeember 2011 �01T T SECT im u["AY RMSCMS IEY15ED varL M11 ;EE 111tM0 0-1 10 111 SHEET No. 15 s an n L N > m m n N � + N m a N L o w- n L � n� + c� o � L L O w N o❑ of x o �a n a mm a+ v— E 7 N m _L a+ :c 0 Y L co oc °a C L vo L N 3 v z00 • L a � a r- m a U a U a v L L v a_ o wa c T- •- N L N N C L a C 4- w a me 0 0 m w m me s o + U at N L L 0 > T o+ a •- N •- •- n v •w L C v o n m ❑ m } L N N C 6"x B"x l4" Treated Wood Block Button Head Post Bolt with Nut & Ia WoSher(See General Note 3). %" Die. hole in past & black. Front slope 2'_O,. TYp Edge of shoulder or widened crawn. Do not use Washer B„ between Solt Head r..� and Rail Element 7" 32" 25" L m 0 0 40" rr1��v11�1•S�Li7 C c 6._ 3" c a m 2 o° �J A` WOOD BLOCK TO ROUND WOOD POST MBGF length of need (L) 25— 0" ELEVATION MID -SPAN RAIL SPLICE Showing a 25— 0" section of W-Beam rail, 12— 6" rail sections may else be supplied (4P n.narnl N,tP 71 Terminal connector Gauge 0 2'-6" 12 - 1"x 2" 171A Slotted Hole 2" B 41/g 41/4 20" 1 T Mff-_ Toenail with one 16d Galy, nail to prevent block rotation ❑irection of Traffic 7 WOOD BLOCK TO RECTANGULAR WOOD POST * Post[s) may require field mod if l cut) on to 18" min ensure proper guardrail height. r'T 9" min. fill depth Culvert Slob— vcr. r_C NIf=PAI AIIIT �C 1. The type of post (round wood post, rectangular wood post, or steel post) will be as shown in the plans. The exact position of MUOF shall be shown in the plans or as directed by the Engineer. Steel posts to be golvonized in accordance with Item 445, "Galvanizing." 2. Rail element shall meet the requirements of Item 540,"Metal Beam Guard Fence" except as modified in the plans. The Contractor may furnish rail elements of 25'- 0", or 12'- 6" (nom.) lengths. Rail a?ements may have slotted holes at 3'-If/2" C-C or 6'-3" C-C. A special length of rail may be manufactured to accomTodate the downstream anchor terminal (DAT) and the transition sections of guardrail. 3. Button head "post" bolts (ASTM A307) shall be of sufficient length to extend through the full thickness of the nut (ASTM A563) and Type A (1 3/4" 0.0.)wosher 9'e and not more than 1'I beyond it. Button head "splice" bolts (ASTM A307) are % " x 1 1/4" (or 2" long at triple rail splices) with a %" double recessed nut (ASTM A563). Thrie beam "connection" 7/e" dia. (ASTM A325) hex bolts shall be of sufficient length to extend through the full thickness of the rail, washers, and nuts. WOOD BLOCK TC) CTFFI PnCT 12" (Typ) Guardra i t 1" x I 1121, Bl ack� 4�2"41/z' Slotted Holes 9" 12" 1 Yz �t ITyp1 (Typl WS x 9 or W6 x 8.5 Steel Post Steel Post Connection to culvert slab 1k (use when there is less than 36" cover aver 12"x 12"x %e" culvert slab) (ASTM A572 GR 501PIate -I" Did. holes formed or cored 4. Fittings (bolts, nuts, and washers) shall be galvanized in accordance with Item 445, "Galvanizing." Fittings shall be subsidiary to the bid item. 5. Crown shall be widened to accommodate the Metal Beam Guard Fence. 6. The lateral approach to the guard fence, shalt have a maximum slope of IV:IOH. 7. If shown elsewhere in the plans or as directed by the Engineer, the guard fence may be flared at a rate of 25:1 or flatter. B. Unless otherwise shown in the plans, guard fence placed in the vicinity of curbs shall be positioned so that the face of curb is located directly beIow or behind the face of the rail. Rail placed over curbs shot) be installed so that the post bolt is located approximately 25 inches above the gutter pan or edge of shoulder. 9. If solid rack is encountered within 0 to IS" of the finished grade, drift a 22" dia. hole, or driII'two 12" dia. front to back overlapping holes, 24" into the rack. If solid rock is encountered below 18",drill a 12" dia. hole, 12" into the rock or to the standard embedment depth, whichever maybe less. Any excess post length, after meeting these depths, may be field cut to ensure proper guardrail mounting height. Baakfill with o cohesionless material. 10. Posts shall not be set in concrete, of any depth. 12 "x 12 "x 1/q"(ASTM A361 J ��I 11 Steel bottom plate with Bolt -Through Option- Requires a 6" min. slab I" Did. holes required with Bolt -Through installation thickness. %" Dia (ASTM A449) heavy hex bolts with two hardened washer each end heavy hex nuts. 12 Bolt length - 51ub plus 2 1/4" min. LOW FILL CULVERT POST Culverts of 25 ft. or less, see GF(31)L5 standard for "Long Span" option. 6' -3" s 11- 5/8" Top button head post bolt with washer and nut. isee Section C-C)— O ` ' x 1 1/4 Epoxy Note: Epoxy Anchor Option: This option moy only be used if the culvert slab is B" min. thick. Threaded anchor rods must be %" Did. ASTM A449 or A193 Grade B7 with heavy hex nut, and one hardened washer each. Embed anchor rods 6" with Hilti HIT RE 500 epoxy adhesive. Other Type III Class C epoxy adhesives meeting the requirements of OMS-610a, "Epoxies and Adhesives", my be used if it can be demonstrated that they meet or exceed the strength of Hilti HI7 HE 500 with the some embedment depth and threaded rod dia. Follow the manufacturer's requirements far instalring epoxied threaded rods. Extend rods 1/4" min. beyond nut. 12 5/e" Diu. x 2" Button head splice boats 2 - 74"x 2 I/z"� — Button head splice bolts (See MBGF Standard) Slatted hales (See General Note 7) THRIE-SEAM TERMINAL CONNECTION NON -SYMMETRICAL TRANSITION 2" 41/4"41/4 2" (SEE GENERAL NOTES 6 & 7 FOR REQUIRED HARDWARE) TO W-BEAM (10 Gauge) I No Connection S A z6• - %" A v Slotted Holes at 6'- 3" C-C or 3— 1 %a" C-C (Typ) 0 tu>su>_111111� ��� 11�u�tirl Y,"x 2 1/2" Slotted S-Rai I Splice Holes (Typ) 41/4' 4yd' 2" Note: Ho€es (Typ) See Rail Splice Detail for required hardware. ELEVATION 25' 0"(NOM.) W-BEAM SECTION Post Bolt Length Varies Splice Bolt Length Oval Shoulders/a" Button Head BUTTON HEAD SOLT Post and Splice Bolts (See General Note 3) puce Hardware Required 7 Direction of Traffic B - % " Button Head Note: Splice Bolts and Nuts GF(31), Mid -Span rail (See General Note 3) splices are required with 6'-3" post spacings. MID -SPAN RAIL SPLICE DETAIL Special fabrication will be required at installations having a curvature of Less than 150 ft. radius. Unless otherwise shown in the plans, a composite material post and/or block that meets the requiirements of DM5-7210,"Composite Material Posts and Blocks for Metal Beam Guard Fence" may be substituted for posts and/or blocks of similar dimensions. IThe Construction Division, Tx0OT maintains a Material Producer List (MPL) for producers of materials conforming to DMS-7210. Only producers on the MPL may furnish composite material posts and/or blocks. 13. For posts located partially or wholly between precast box culvert units, the use of a cast -in -place concrete closure between boxes is required. See Detail "A" on Bridge Standard SCP-MD. Payment for MBGF Trans (Non-Sym) Non -Symmetrical Transition Roil 1111 ❑irection of Traffic Note: All raieiernents shall be i lapped n the direction of adjacent traffic - DOWNSTREAM RAIL ATTACHMENT p 12— 6" RAIL SECTIONS MAY ALSO HE SUPPLIED (SEE GENERAL NOTE 21 w I— nal Breakaway Cable Terminal (BCT) Cable Anchor Assembly with Cable Bracket, Bearing Plate and standard hardware )Shelf Angle Bracket (See note 2) &Rounded) W-Beam End Section 11 12 --�1T OBCT Post Sleeve 2 " x 5 /2 (SCH 40 Galv, Pipe) * 68 1/4"(Min. ) Tube Embedment C3 x 5 x 80" O Ground Struts 8)14 17 1I O9' - 4 I/2 " Ra i I Sect ion (See General Note 2) 6'- 3" I1 16 17 10 aO BCT Cable Anchor and Anchor Bracket with Hardware 1a Steel Foundation Tubes with Hardware 7 1/4 " x 5 I/4 " x 4 6" O DAT Terminal Post PLAN End payment for DAT (EA.) Begin payment for regular MBGF(Ft.) See GF(31) Begin Length 3' 1 I/2" 3'-1 I/2" of Need (LON) 31" Tel To properly install and maintain the anchor system, a 3 1A" (+) %2" tube projection is required above the finished grade. Direction of Traffic O DOWNSTREAM ANCHOR TERMINAL (DAT) Only for downstream use, when located outside the horizontal clearance area of opposing traffic. End to Weld Plate Bracke \ 3" Three Sides I/4" 51/2-- 2 W W 4" 3/4 Dia. Holes 6" 4' Bent Plate ® ® I6" x 12 1/2" x %„ 4„ 2" (TYP) 1214" 2" ,XV'16" OCI IACJnUA TI /Aa V`nrl. ❑oArl(rT p Splice Bolt Slot (TYP) 1 " X 13/i6" 3a° 12" --r Finished Grade 8" (TYP) 2-Noi Is 4" 1 5f P Top 3" MIN T of Plato I Ye" D i a Note: Drive nails and bend over to prevent plate rotation BEARING PLATE a 8-x 8"x W, R 7 i W-BEAM END SECTION (ROUNDED) (12 GA.) ELEVATION (See Note 1) Non -Symmetrical Transition Roii Section (See GF(31) for detail) GENERAL NOTES 1. The detail shown is the minimum Length of Need (LON) for a DAT connected to a concrete roil. 2. The rail section at the end post is supported by the Shelf Angle Bracket. The roil element is not at+ached to the end post. 3. The foundation tubes shall not project more than 3 /4" above the finished grade. 4. All hardware for DAT shall be ASTM A307 unless otherwise shown. 5. Refer to GF(31) sheet for terminal connection details. Payment for Non -Symmetrical Transition Rail (Each) I ) Finished J Grade rr Direction of Traffic 10' - 4 3/4 " Q' - 4 1/ 3 spaces at 4" O TERMINAL RAIL ELEMENT FOR DAT 80" 3'�� I/2" -Y4 " x 2" 2 I/z Slofs (TYP) O CHANNEL STRUT C3 x 5 x 80".Grade A36 3" 11/2_F I T'Dia. yHole ZY 9 � 1 End Plate 6" 71/2 /4 Yx l„ Slots (TYP) I/2 O SHELF ANGLE BRACKET 4 5 1/4 „ 7 7" Dia. 31 1/2„ 211 I 2" Holes 46' 2 Hole SIDE VIEW FRONT VIEW TERMINAL POST 7 r/4 "x 5 1/4 "x 46" Wood Post I 3 t 17" Dia. Ies 72" SIDE VIEW FRONT VIEW O STEEL FOUNDATION TUBE 6"x 8"x I/8" x 72" Steel Tube MOW STRIP INSTALLATION If a mow strip is required with the DAT installation the ieave-out area around the steel foundation tubes and the two channel struts may be omitted. This will require a full pour at the foundation tubes. # (DAT) PARTS LIST OTY OSteel Foundation Tube 2 OOAT Terminal Past 2 O Channel Strut 2 4O Terminal Rail Element 1 5 Shelf Angle Bracket 1 OBCT Bearing Plate ) BCT Post Sleeve I OGuardrail Anchor Bracket 1 O(Rounded)W-Beam End Section I 10 8CT Cable Anchor ) 11 Recessed Nut, Guardrail 20 1 2 1 I/4 " Button Head Bo I t 4 13 10" Button Head Bolt 2 )4 5/m" x 2" Hex Head Hoyt 8 IS 5/a° x B" Hex Head Bait 4 15 5/a" x 10" Hex Head Bolt 2 17 5/8" Flat Washer 18 Connects to TIC] Bridge Rail. (See bridge reif sheets) n (Nested W-Beam) (12 Ga.I 17 Direction of Traffic T101 BRIDGE RAIL (See bridge rail sheets for connection and post details). Rc % " Button head post bolt with nut & washer (See General Note 3) (Single) W-Beam shall match the gauge of the adjacent run of MBGF !`r AIrO A, Mn TUC 1. The type of post (round wood post, rectangular wood post, or steelpost) will be shown elsewhere in the plans. The exact position of transitions shall be shown elsewhere in the plans or as directed by the Engineer. 2. Rail element shall meet the requirements of Item 540, "Metal Beam Guard Fence" except as modified on the plans. 3. Button head "post" bolts (ASTM A307) shall be of sufficient length to extend through The full thickness of the nut (ASTM A563) and the Type A 1 %q" O.D. washer and not more than 1" beyond it. Button head "splice" bolts (ASTM A307) are % " x 2" (at triple rail splices) with a % " double recessed nuts (ASTM A563). PLAN VIEW End payment for Metal Beam Guard Fence Transition. 4. Fittings (bolts, nuts, and washers) shall be galvanized Begin payment for Metal BeamGuard Fence. in accordance with Item 445, "Ca Ivon izing." Fittings shal) (See GF (31 1 Standard Sheet) be subsidiary to the bid item requiring construction of the transition. 5. Crown will be widened to accommodate transitions. 5. If solid rock is encountered. See the GF(31)standard Sheet for proper installation guidance. 7. Posts shall not be set in concrete. S. Unless otherwise shown in the plans, a composite material post and/or block that meets the requirements of DMS-7210, "Composite Material Posts and Blocks for Metal Beam Guard Fence" may be substituted for posts and/or blocks of similar dimensions. The Construction Division, TxDOT, maintains a Material Producer List (MPL) for producers of materials conforming to DMS-7210. Only producers on the MPL con furnish composite material posts and/or blocks. 9. Refer to GF(31) and TYPF T101 Standard Sheet for additional detoiIS. bolts with '/a" double recessed nuts (See General Note 3). gauge of the adjacent run of MBGF. ELEVATION VIEW crr'TTnKl A_A ❑RS crrTTnkl ❑_Q Q SECTTON C-C CChTr— n_n L N > m N N o � N o} m o w L n" L m � c Q'- c � a w L O L 4 N I- a oa r 0 T L no QS b E 71 N L . L a 4 � m i Ta 9 C a LO T 4- a O Vo zo =� L +- m U L ao m 0 0 U U O L L o a� 01 c c w L cc w o a c a X.2 m a r L - a m c L a + O } N L c a L 'F � T o+ �.W m. v a L c 0 0 v a C N ❑ m } L W m oc 4 - I" Dia. holes with Joint Connection. 1 - #5 4 - #5 grade -GO galvanized grade-60 galvanized rebor stokes 18" Long. \ rebor 18-inches long, 4 '1� 5 - ya" Diu. (ASTM A325 or A449) Heavy Hex Head Bolts, with two I /4"O.D. washers under each head and nut. Bolts shall be of sufficient length to extend through the full thickness of the rail, washer, and nut. Install with bolt heads on traffic face. — 7 i/4 20 MBGF 1 -9` 1 2'-6" TYPE [I (Nested) Non -Symmetrical CURB Thrie - Beam Transition DIRECTION OF TRAFFIC / I C) 0 n 4` 5" 11'-10" 4'- 2" I L3" PLAN VIEW Precast curb hole locations End payment for Metal Beam Guard Fence Transition. (4-1" Dia. holes) II" Begin payment for Metal Beam Guard Fence. 18'- 9" Metal Beam Guard Fence Transition (EA) (See GF(31) Standard Sheet) 6'-3" Non -Symmetrical Showing Direct Connection to GF(31) Transition to W-8eam 5 Spaces of 18 3/4 " 3 Spaces 3' - 11/� " 1 11/2 " 7' -0" Long Post (A I I Types) 6' -0" I —^ o,..-+ I e I I T.......,., ±2°I (See General Note 3) Chomfer required an I �I concrete raiis that extend I beyond the face of the curb Curb Height, - and/or guardrail transition. Taper to 4" max. at terminal point 4-#5 Gr.60 Goly. Z if necessary. Rebar 18" Long Type II Curb Joint Connection 8 (See precast curb note) A Concrete curb Type 11 subsidiary to "Metal Beam Guard Fence Transition". If no additional curb is indicated beyond the transition, then any curb — height greater than 4" will be tapered down beginning at the last 7 ft. post to a maximum height of 4" at the first 6 ft post. If shown elsewhere in the plans, additional curb underneath — Terminal gucrdrail will be paid for by the linear foot. connector 1 Gauge±3 o oL33/a" L 12 I"x 2° �51atted N^Ion • wra•�w� ■ li �I 2- /4 x 2 1/2 J 2- /4 „x 2 Y2" Slotted holes Slotted holes THRfE-BEAM TERMINAL CONNECTION (See General Notes 6 & 7 for required hardware) %` Button Head Post Bolts With 1-3/4" O.D. Washer and Nut. 7/9 "Dia. Hole in Post and Block. 2"R 2-#3 Reber (with 1 1/2 "end cover) 5%4 „ Required with precast cur Typ TYI C 8.. Add when gutter is used in approaching pavement section. I— 24 --H Tvnr. T T r1 IDD CQ5t-in-Place or Precast PRECAST CURB• Type I1 Precast Curb secured with 4­5 Gr.66 Galv. Rebar stakes 18" long. The 12'- 2" section of curb may be cast in two sections. Section (1 5'- 8" Fong can+inn 9 W - W. Innn wi+h +Y. Inc+ 31- R° 2 _ 12'-G" Long Thrie-Beam �(12 Gauge)(Nested) s 6,-3„ 3" C C ELEVATION VIEW 1" /e Top button head post bolt with washer and nut. (See Section C-C)- � I X 1 1'A "— Button head splice bolts —12 - 5/8" Oia. x 2" (See MBGF Standard) Button head splice bolts (See General Note 7) NON -SYMMETRICAL TRANSITION TO W-SEAM (10 Gauge) * SECTION A --A Note., (All post types) (See General Note 3) SECTION B--B SECTION C-C TRANSITION SECTIONS 3' -1 1/2 " 1 6 ' - 3.1 31" ALTERNATE CONNECTION OPTION End payment for Metal Beam Guard Fence Transition. Begin payment for Metal Beam Guard Fence. (See GF(31) Standard Sheet) Showing Direct Connection to GF(31) 9' -4 1/,' 6'- 3" 1 31 ELEVATION VIEW — Oniy top post bolt required at this post location. Bottom bolt requires field drilling and is optional. 1 2'-6" 11/z" + 2 f Torm7nni r'n nner+nri 7" min. Clio. wood post. 7" WOOD BLOCK TO ROUND WOOD POST [<>i 6" T WOOD BLOCK TO RECTANGULAR WOOD POST W6 x 8.5 or 9.0 Steel Post WOOD BLOCK Tel CTCCI ❑n CT GENERAL NOTES I. Concrete curb may be cast -in -place or precast as shown on this sheet. When used in conjunction with 3t�hrie-beam guard fence transitions, curb shall be Type II (Typically 5-74" height above surface; See CCCG standard sheet) unless otherwise shown in the plans. If other curb heights are shown in the plans in conjunction with the transition, the curb height may be from 4" to 8" with a relatively vertical fore. Concrete curb shall be continuous to the seventh post. Contact the Design Division for drainage cut out options needed within the curb section of the transition. 2. The type of post (round wood post, rectangular wood post or steel post) will be as shown in the plans. 3. The post length shoII be marked an all 7'- 0" long posts by the Manufacturer. The mark shall be located within the top I ft. region of the post, at least % in height, and visible after instal lotion. Wooden posts shall be marked with a brand, and steel posts with o stencil before galvanizing. 4. Rail element shall meet the requirements of Item 540"Metal Beam Guard Fence" except as modified on the plans. The thrie--beam terminal connector and the thrie - beam transition to w-beam shall be of the some material, but shall not be less than 10 gauge. Contractor shall verify that the locations of bolt holes match those in the thrie-beam terminal connector prior to ordering materials. 5. Unless otherwise shown in the plans, transitions shall be placed with the block face in front of or directly above the curb face. 6. Galvanized washers used with the $/8" dia. post bolts shall be Type A 1-Yi" O.D. washers. The (12) plate washers (FWR03) required at the terminal connector splice. 7. Button head "post" bolts (ASTM A307) shoal be of sufficient length to extend through the full thickness of the nut (ASTM A563) and washer and not more than I" beyond it. Button heed "splice" bolts {ASTM A307) % " dia.x 2" Cat triple roil splices) with % " double recessed nuts. 8. Fittings (bolts, nuts, and washers) sholI be galvanized in accordance with Item 445,"Galvanizing". Fittings shall be subsidiary to the bid item. 9. Crown sho I I be widened to accommodate transitions. 10. If solid rock is encountered. See the MBGF standard sheet for the proper installation guidance. 11. Posts shall not be set in concrete. 12. Unless otherwise shown in the plans, a composite material (post or block) that meets the requirements of DMS-7210, "Composite Materiel Posts and Blocks for Metal Beam Guard Fence" may be substituted for (post or block) of similar dimensions. TxDOT's Construction Division maintains a Material Producer List (MPU for producers of materials conforming to UMS-7210. Only producers an the MPL can furnish composite material posts and/or blocks. DIRECTION OF TRAFFIC Install with bolt heads on traffic -sides CONNECTION TO CONCRETE BRIDGE RAIL AND TRAFFIC BARRIERS (12) Galvanized rectangular washers (FWR03) are required under the bolt head at the terminal connector splice to nested thrie--beam. (5ee General Notes 6 & 7). n L a a 0 w t w 3 � m a w L n� L U 7 C n._ t c 0 o 0 O L 0 w m N 0 aE x a NOTE: STEEL I -BEAM POST W6 X 8.5 (6'-0") PN:533G 5/6= X 10" HGR BOLT PN:350OG STANDARD WOOD BLOCKOUTS (6"X6"X14") PN:40768 AT (POSTS 2 THRU 8) BOB NUT PN: 3340G 5/a T LINE AT THE BACK OF POST a2 THRU #8 T. T. FROM THE CENTERLINE OF POSTO & POST(0) ANCHOR PADDLE " HPN: 1 52Q2C � � n. i �cvyn � 16" Ptl5T18) POST(7) POST{61 POST (5) POST (4) POST (3) ~ 1/2") PLAN VIEW J DO NOT BOLT SEE /POST(II POST (0) MASH TEST LEVEL 3 (TL-3) LENGTH OF SoftStop TERMINAL (50'-9 BEGIN LENGTH OF NEED ANCHOR RAIL TO - POST (2) DETAIL LF TRAFFIC F 50-9 V2" STANDARD INSTALLATION LENGTH (MASH TL-3 SoftS}opl BEGIN EN❑ PAYMENT FOR SGT ANCHOR RAIL WITH SLOTS - (THREAOE❑ THRU HEAD) STANDARD MBGF SEE SoftStop MANUAL FOR COMPLETE DETAILS (M'DDLE SLOT CUTOUT OUTSIDE SLOTS CUTOUT Y4 X 6'-10 'A MBGF LAPPED IN DIRECTION OF TRAFFIC FLOW (21 /2 X 6'-9 5/a" SoftStop 1 25-0" DOWNSTREAM W-BEAM GUARDRAIL PN: 61G SoftStop ANCHOR RAIL 412CA7 PN: 15215G SEE GN(& NOTE: 3'-1/z"i+/-1 B A 6'-3" 6'-3" 6'-3" 6'-3" 6'-3" 6'-3" 5'-8" 4'-7" ANCHOR ! PADDLE PN: 15204 SEE N07E:C END OF = a e a e a e a m o ANCHOR RR o IL PN:1521`_ POST 32" 131" DO NOT HOLT HEIGHT HAIL 25-0" RAIL 25-0" ANCHOR RAIL TO SEE �,��// SEE r PN: 6kG PN: 15215G POST [2} DETAIL LJ'NOTE:L RAIL HEIGHT RAIL 5/e"x HEIGHT / 13�6 OIA.J 7Y71ELDING (8) % X I- V4" (8) 1- �/4" HGR BOLTS YIELDING GR PULT5 POST40"PN: 335OG HOLES 5N., 336OG DEPTHPNHEX NUTS HEX.NUTS (Typ i-81 PN:3340G PN:334OG D'-13/q" POST(8) POST(71 POST(6) POST(5) POST(4) POST(3) POS1(2) POST(]) HARDWARE FOR POST(2) THRU POST{BI ELEVATION VIEW 6'-0" (SYTP) 4'-91/2" SYTP PN: 15000G PN: 15203G (1) 5/a"x 10" HGR BOLT PN:3500G B A 0�) 5/e%" HGR HEX NUT PH: 334 OG , u ANGLE STRUT 5/31 ALTERNATE BLOCKOUT KO SEE GENERAL NOTE:6 13 4" X 7/z" X 14" 6" BLOC X 14" BLOCKOUT UT �W000 PN COMP43517E : 4076B PN:67778 NOTE: DO N07 BOLT ANCHOR RAIL TO ^� /_ POST (21 %„ x 1o„ HGR NUT g� 14"HGR POST BOLT PN: 3340G - .a// III T PN: 350OG Tm"DIAMETER YIELDING HOLES LOCATED IN FLANGES (HOLES APROXIMATELY CENTERED INISHEO AT FINISHED GRADE) GRADE ISOMETRIC VIEW POSTO & 2) W6 X 8.5 I -BEAM POST SHOWING STANDARD WOOD BLOCKOUT NOTE: NO BLOCKOUT INSTALL&❑ AT POSTO) STANDARD HEX HD BOLT PN 3391G (2) %" WASHERS \ PN 4372G HGR HEX NUT PN 3340G DETAIL 0 6" X 8" X 14" SHOWN AT POSTO) W-BEAM RAIL 6" X B" X 14== BLOCKOUT WOOD NEAR GROUND 25'-0'�,\ /-BLOCKOUT WOOD W-BEAM RAIL ��25'-0" s/e " X 1 0 „ 5/e " X 10" HGR POST BOLT HGR POST BOLT PN:350OG PN:3500G % " HGR NUT %` HGR NUT POST 32'= PNz3340G POST 32"7F PN: 3340G HEIGHT 31" RAIL HEIGHT HEIGHT 31" RAIL HEIGHT (I) 5/6" (1) 5/b" x 1- �/2" HEX HEX NUT HO BOLT-GR-5 PN:105286 ANCHOR KEEPER (21 16 == PLATE (21 GA) ROUND WASHERS PN:15207G PN: 3240C (2) s/js " x 2 %2" HEX II��ii HD BOLT GR-5 n FTA II 121 PN:105285G SHOWN AT POSTO) (2) %` ROUND WASHER (WIDE) PN:324OG— ANCHOR PADDL PN: 15204A W-BEAM FLATTENED 14 PLIES) POST 17"- �i/z„ ANGLE STRUT FINISHED FINISHED HEIGHT ! PN: 15202G GRADE GRADE i! 40 LINE POST (3, 4, 5, 6, 7 & 8) SECTION vlEw B-B 6'-0" (W6 X 8.5) I -BEAM POST PN: 533G °° 1Y ,, A. 4, _ 9 i/z„ YIELDING 40" POST(2) HOLES 40" POSTO) SECTION VIEW A -A 6' -0" (W6 X 8. 5) (SYTP) I -BEAM POST PN:15000G FRONT VIEW POST(]) NOTE: 00 NpT BOLT ANCHOR RAIL PANEL TO POST(2) 4•_9 I/z (NG X a.51 (SYTP) I -BEAM POST PN:15203G NOTE: NO BLOCKOVT INSTALLED AT POST(]) 5'-0" 50' APPROACH GRADING APPROX 5'-10', (21 556 " HEX i A563 GR.DH \ PN:3245G (2) Y4" x 2 ��/2" HEX BOLT (TYP) PN:3717G (4) Y4" FLAT WASHER (TYP) PN:3701G (2) Y4" HEX NUT (TYP) PN: 3704G (2) ANCHOR POST ANGLE PN:15201G PVJIiu) 6` -5 %" PN: ) 5205A GENERAL NOTES 1. FOR SPECIFIC INFORMATION REGARDING INSTALLATION AND TECHNICAL GUIDANCE OF THE SYSTEM, CONTACT: TRINITY HIGHWAY AT 1(888)323-6374. 2525 N. STEMMONS FREEWAY, DALLAS, TX 75207 2. FOR INSTALLATION, REPAIR AND MAINTENANCE REFER TO THE; SoftStop END TERMINAL, PRODUCT DESCRIPTION ASSEMBLY MANUAL. PN:62023TB 3. APPLY HIGH INTENSITY REFLECTIVE SHEETING, "OBJECT MARKER" ON THE FRONT FACE OF THE DEVICE PER MANUFACTURER'S RECOMMENDATIONS. OBJECT MARKER SHALL CONFORM TO THE STANDARDS REQUIRED IN TEXAS MUTCD. LOW 4. FOR POST (LEAVE -OUT) INSTALLATION AND GUIDANCE SEE TXDOT'S LATEST ROADWAY MOW STRIP STANDARD. 5. HARDWARE (BOLTS, NUTS, & WASHERS) SHALL BE GALVANIZED IN ACCORDANCE WITH ITEM 445,"GALVANI7ING". FITTINGS SHALL BE SUBSIDIARY TO THE BID ITEM. 6. A COMPOSITE MATERIAL BLOCKOUT THAT MEETS THE REQUIREMENTS OF DMS-7210, MAY BE SUBSTITUTED FOR BLOCKOUTS OF SIMILAR DIMENSIONS. SEE CONSTRUCTION DIVISION MATERIAL PRODUCER LIST (MPL) FOR CERTIFIED PRODUCERS, 7. IF SOLID ROCK IS ENCOUNTERED SEE THE MANUFACTURER'S INSTALLATION MANUAL ACE AND REFER TO THE LATEST ROADWAY MBGF STANDARD FOR INSTALLATION GUIDANCE. 1 8. POSTS SHALL NOT BE SET IN CONCRETE. 11 9. IT 15 ACCEPTABLE TO INSTALL THE SoftStop IMPACT HEAD PARALLEL TO THE GRADE LINE OR WITH AN UPWARD TILT. 1 10. ❑O NOT ATTACH THE SoftStop SYSTEM DIRECTLY TO A RIGID BARRIER. IL 11. UNDER NO CIRCUMSTANCES SHALL THE GUARDRAIL WITHIN THE SoftStop SYSTEM RE CURVED. 12, A FLARE RATE OF UP TO 25:1 MAY BE USED TO PREVENT THE TERMINAL HEAD 7 FROM ENO 00.CHING ON THE SHOULDER. THE FLARE MAY 8E DECREASED OR ELIMINATED FOR SPECIFIC INSTALLATIONS, IF DIRECTED BY THE ENGINEER, ANCHOR PLATE WASHER /2" THICK PN: 15206G 1" ROUND WASHER r F463 PN: 4902G ALTERNATE BLOCKOUT SEE GENERAL NOTE:. I" NUT PN:390BG SHALL BE SECURELY TIGHTENED AFTER FINAL ASSEMBLY, BUT NOT DEFORMING THE KEEPER PLATE. (— SEE r NDTE: % POST DEPTH DETAIL 3❑ AT POg7tnl 6'-5 %" (W6 X 15) f I -BEAM POST PN:152C5A 1 2'-0" TRAFFIC FLOW I NOTE:A THE INSTALLATION HEIGHT OF FULLY ASSEMBLED ANCHOR POST WILL VARY FROM 3-3/q" MIN. TO 4" MAX. ABOVE FINISHED GRADE. NOTE.B PART PN:58526 RIGHT -SIDE (HIGH INTENSITY REFLECTIVE SHEETING) PART PN:5851B LEFT -SIDE (HIGH INTENSITY REFLECTIVE SHEETING) NOTE:C W--BEAM SPLICE LOCATED BETWEEN LINE POST(4)AND LINE POS7(5) GUARDRAIL PANEL 25-0" PN:61G ANCHOR RAIL 25-0" PN:15215G LAP GUARORAIL IN DIRECTION OF TRAFFIC FLOW. PART OTY MAIN SYSTEM COMPONENTS 620237E I PRODUCT ❑ESCRIPTION ASSEMBLY MANUAL (LATEST REV.) 15208A I SoftStop HEAD (SEE MANUAL FOR RIGHT -LEFT APPROACH) 15215G 1 SoftStop ANCHOR RAIL (12GA) WITH CUTOUT SLOTS 61G I SoftStop DOWNSTREAM W-BEAM RAIL (12GA) (25— 0") 15205A I POST aO - ANCHOR POST (6— 5 15203G I POST a1 - (SYTP) (4'- 9 %z") 15000G I POST u2 - (SYTP) (6— 0") 533G 6 POST 43 THRU a8 - I -BEAM 4W6 x 8.51 (6— 0") 4076E 7 BLOCKOUT - WOOD (ROUTED) (G" x 8" x 14") 6777B 7 BLOCKOUT - COMPOSITE (4" x 7 1/z" x 14") 15204A I ANCHOR PAODLE 15207C 1 ANCHOR KEEPER PLATE (24 GA) 15206G I ANCHOR PLATE WASHER 11/2" THICK 1 15201G 2 ANCHOR POST ANGLE (10" LONG) 15202G 1 ANGLE STRUT HARDWARE 4902G 1 1" ROUND WASHER F436 390BG I I" HEAVY HEX NUT A563 GR.OH 3717G 2 Y4" x 2 %2" HEX BOLT A325 370IG 4 Y4" ROUND WASHER F436 3704G 2 3/4" HEAVY HEX NUT A563 GR. DH 336OG 16 % x 1 1/4" W-BEAM RAIL SPLICE BOLTS HGR 3340G 25 % W-BEAM RAIL SPLICE NUTS HGR 3500G 7 5/a" x TO- HGR POST BOLT A307 3391C 1 % x 1 3/4" HEX HD BOLT A325 4499G I % x 9" HEX HD BOLT A325 4372G 4 % WASHER F436 105285G 2 % x 2 %z" HEX HD BOLT GR-5 105286G I x I HEX HD BOLT GR-5 3240G 5 Via" ROUND WASHER (WIDE) 3245G 3 fib" HEX NUT A563 GR.DH 5R52R I HIGH INTENSITY REFLECTIVE SHEETING - SEE NOTE;B NOTE: THIS STANDARD IS A BASIC REPRESENTATION OF THE SoftStop ENO TERMINAL, IT 15 NOT INTENDED TO REPLACE THE PRODUCT DESCRIPTION ASSEMBLY MANUAL. w a a APPROACH GRADING AT GUARDRAIL END TREATMENTS an See Layout for limits PLAN ELEVATION Face of abut cap See Detail C Filter fabric, when required a 3. m Min Granular material (when specified) Loose graded gravel or crushed stone placed continuously along periphery of granular material under riprap only or as directed by the Engineer SECTION A -A AT CAP Type R, Type F, Common Y-O•• Protection Thickness SECTION B-B Provide toewall when shoulder drain is located adjacent to limits or stone riprap. Omit toewall when thickness of protection riprap is greater than 18". 8••X 18 Gage Galy flashing full 8"X 18 Gage Galv length of rap 6 Nail flashing to cap or wingwall and seal 611' x]\✓ flashing full length of cap with joint sealer r J O� �e�¢Pgo �..0 Plug ends and seat joint along ca ends of and p side of wingwalts with joint sealer CAP OPTION A DETAIL C OI Top of cap to top of riprap dimension varies as directed by the Engineer. Provide 9" Min for beam/slab type bridges and F-6" for slab span, box beam, or stab beam bridges. CAP OPTION B GENERAL NOTES: Refer to Item 432, "Riprap• for stone size and gradation, and construction details. See Layout for limits and thickness or riprap specified. See elsewhere in plans for locations and details of shoulder drains. SHEET 7 OF 2 c® Bridge D1vlsion ®Texas Department of Transportation Standard STONE RIPRAP rrce srrstdel.dgn © xOOT January 20f5 NEM[ONs AES SRR 160 ow. 6PVH cx. AES ivx HIGHYlRY CWN" SHE£r 10_ ns a d Grout when x specified a n� N g. Slope of Min embankment Upright axes of stone �n perpendicular to slope Min FIGURE I TYPE R STONE RIPRAP dry or grouted � N r � I Grout when specified a Multiple layers {more than one rock depth) 91, Min Slope of embankment 11-61, Min FIGURE 4 --- COMMON STONE RIPRAP dry or grouted Ong an FIGURE 2 TYPE F STONE RIPRAP dry or mortared Grout when specified n Flat side up � M N 9r Min Slope of embankment c I'-6" Min FIGURE 3 TYPE F STONE RIPRAP grouted OProvide bedding material instead of filter fabric if shown elsewhere in plans. See Layout for thickness of bedding material. OMinimum toe depth is the larger of the maximum scour depth or 2 times the riprop thickness. SHEET 2 OF 2 ® Bridge Division TexaS t7epart1.ent of Transportation Standard STONE RIPRAP SRR FILL srrstdel.dgn ox- AES cx- 1G0 ovr Own CK- AES ©TxooT January 2015 mnr scrr xruwnr nEVL5�On5 vLSi CO�rcrx $HFFr HO zz HSS Transition Sections 8 12 H55 Panel Sections 9 12 CONSTRUCTION NOTES: Field verify dimensions before commencing work and ordering 3'-0" 7 5-0" (Typ & Max) 5-0" (Typ & Max) 5'-0" (Typ & Max) 5'-0'• (Typ & Max) materials. Post on Provide Type V111 epoxy mortar under post base plates if gaps Thrie-Seam 2-5" I I larger than r/6' exist. Transition CC End Post -- I Post One shop splice per rail member section is permitted with W6 x IS minimum 85 percent penetration. End of (ASTM A992)Oj 9" Bridge Min CE Existing H55 17 The weld may be square groove or single vee groove. g Round or charnfer exposed edges of H5S rail, rail post and End of H55 Rail for Bridge plate to approximately %6" by grinding. payment. Transition Joint Transition Test adhesive anchors in accordance with Item 450.3.3, "Tests". Sections and 5 VZ• Curb Class "C" 9 11 Test 3 anchors per 100 anchors installed. Perform corrective Transition Curb concrete. 6 10 10 measures to provide adequate capacity if any of the tests do not Min A meet the required test load. Repair damage from testing as P-8" 1'-8" CC Thrie-Beam Thrie-Beam Terminal A v directed. Terminal Connector Bolts.tr m Submit erection drawings showing panel lengths, splice locations, O Connector 2 b-(3} � q post placement, anchor bolt locations and adhesive anchor test n a data to demonstrate pullout strength to the Engineer for approval. Shop drawings are not required. w Ca MATERIAL NOTES; Galvanize all metal components of steel rail system. 90";Typ) Provide Grade 60 reinforcing steel. Q w Provide Class "C" concrete. As an alternate, provide Class concrete, or a Type A-2 or Type C concrete repair material per OMS-4655 "Concrete Repair Materials". Do not use Type "$" (Wtra-Rapid) concrete repair materials. o w Showing Existing Parallel Wing 3/" x I %4' Horizontal Sluts an traffic Anchor bolts must be 3'4" Dia ASTM A193 Gr 67 or ASTM A449 12" fully threaded rods with one heavy hex nut and one hardened [� side of post flange and � 314" Via Holes steel washer (ASTM F436) each. Nuts must conform to ASTM A563 Instal! Rail Post Dia o i End Post -- in HSS for s/r' Dia Round Head Slotted requirements. Embed fully threaded rods into concrete curb using with unreinforced W6 x 15 Bolts (ASTM A307) with one washer a Type III, Class C. D, E. or F anchor adhesive. Minimum adhesive Class "C" concrete. (ASTM A992) I under each hex nut ASTM A563 . 3 TYPICAL ROADWAY ELEVATION { ) I3 anchor embedment depth is 6 /� Anchor adhesive chosen must be able to achieve a basic bond strength in tension, Nba, 3'-0 5' D (Typ &Max) 5'-0" (Typ & Max) 5'-0" (Typ &Max) of 30 kips. Submit signed and sealed calculations or the Post on manufacturer's published literature showing the proposed anchor adhesive's ability to develop this food to the Engineer for Guard Fence approval prior to use. Anchor installation, including hole size, Transition CL End Post -- Post drilling, and clean out, must be in accordance with Item 450, W6 x IS (ASTM A992)O1 "Railing". Existing GENERAL NOTES: Bridge HSS 6 x 6 x t/ This retrofit railing has been successfully evaluated by Guard Fence Transition Joint full-scale crash test to meet MASH TL-3 criteria. This retrofit Transition Curb Class "C" /s Q„ 9„ 1 railing can be used for speeds of 50 mph and greater when a Min Min concrete. 6 n a PLAN rk V Did Holes for Thrie-Beam TL-3 rated guard fence transition is used. When a TL-2 rated Terminal Connector Bolts. guard fence transition is used, this rail can only be used for c > > speeds of 45 mph and less. o d, 2'--5" 5 /z' 3 -- ' Dia Bolts (ASTM F3125 Gv A325 or A449) with Rail anchorage details shown on this guide may require HSS 12 `O -� modification for select structure types. End of Bridge one hardened steel washer See "Section A -A" for limits on existing overlay/seal coats _ w Rail for payment. (ASTM F436) placed under each thickness based on existing curb height. o a a p o 0 /Z, �„ hex head and heavy hex nut This rail is to be paid for as "Retrofit Rail (Ty F131RCP under 2 End of H55 (ASTM A563).O Item 451 "Retrofit Railing". Transition I Average weight with no overlay: 55 plf (17" Curbs) Sections. ,. 3 Existing ft /8 Dia Hales for /,. Dia Bolts (ASTM Bridge ! 5+ F3125 Gr A325 or A449) with one hardened Cover dimensions are dear dimensions, unless not otherwise. Deck 6 /°" 1 /0 13 steel washer (ASTM F436) placed under each Curb P-6" 1 P Variable iK End Post - I hex head and heavy hex nut (ASTM A563). Length W5 x 15 TYPICAL PLAN (ASTM A992) I + Ct H55 !2 , 60° I OF T EXAMPLE RETROFIT WITH PARALLEL WING G 3/4' x 1 '114' Horizontal Slots on traffic side • �;�y+ 5/a 4��79 `' :; (Showing 9" high and 8" wide curbs, higher and wider curbs similar) of post flange and CE 3/4' Dia Holes in HSS for "' 3 Dia Round Head Slotted Bolts (ASTM A307) with . R T 3!d THOMAS G. AS}1CAFf 1'�t0 one washer under each hex nut (ASTM A563). I3 •• •.................... OPost length - Top of rail elevation minus bottom of drilled shaft elevation. 81411 QTerminal Connectors and associated hardware are to be paid for under the Item "Meta! Beam Guard � a s-.r AL '" `SSION Fence". Attach the appropriate Metal Beam Guard Fence Transitions or Downstream Anchor Terminal 4 ^ L to the bridge rail using 3 bolts as shown, and extend along the embankment. 1 ///yam �/j��/r► OTop HSS can be shorter than bottom HSS sV' plus or minus. '• �'K�'+ O Match existing bridge curb height. + I QCast transition curb P-0" Into soil or top of concrete approach slab. Remove any asphaltic SHEET I OF /1 concrete or mow strip if present. 6 O ® Bridge Match existing bridge curb face on traffic side of transition curb. Transition curb Division 6" x I'-6" taper will remain vertical. H55 S See "H55 Texas Department of Transportation Standard Shoe Details". O Showing first post for a TL-3 rated guard fence transition. First past for a TL-2 rated Angle Shoe. a RETROFIT GUIDE F O R "Angle ", guard fence transition or a guard fence downstream anchor terminal is 4'-4 '/", Shoe Details". See F DHSS Transition Sections must have one soil mounted and post embedded in an unreinforced, Class "C" 2" 1'-0" T1" T131RC RAIL ON CURBS concrete drilled shaft as shown, and a minimum of one curb mounted post per transition section. Thrie-B�;J Terminal 4 %„ 7'_8 'r/Z. HSS Panel Sections must have a minimum of three posts and a maximum of eight posts per panel section. Connector Of HSS Expansion Joint or rt HSS Splice Joint as required. 10" 3" I'-01, 7 q I1 Use 9" minimum for both expansion joints and construction/controfled joints. TYPE T131RC(MOD) ROADWAY ELEVATION E- rrs1d034-18.dy rv- TxooT C. Iraq ITR (K MAs I2 H55 6 x 6 x V4 (ASTM A1085 or A500 Gr Q. HSS TRANSITION SECTION END DETAILS ©Ta00r March zola �GPrvr 5�Cr rvU nIGIIWA! 13 May be placed on either side of W6 x IS web. Aevrslaxs Disc CO—srrEEr no Thrie-beam Terminal Connector not shown for clarity. 23 r ctive rolec s Plans and rawings Cut eete x tundnrds rls - - ,dgn 1 1 s/a 3O 1 _3 1'-3" Joint (L Post — Sleeve W6 x 15 (ASTM A992) 5 318, H5S Z I ' Joint Sleeves Grind I !/+ Flush � 3/" R B Grind B Flush % Pt x/e (ASTM A315) 3/¢" x 1 %4' Horizontal Slots on traffic side of post Joint Sleeve. I flange and � �" Dia Holes in HSS for 5/8' Dia Round Head /4 Dla Pin (Drive Fit) on back side of each sleeve. Slotted Bolts (ASTM A307) with one washer under each hex out. Nuts must conform to ASTM A563 requirements. O3 TYPICAL POST CONNECTION AND SPLICE DETAIL FOR HSS SECTION B-B Showing post with HSS and HSS splice. Showing typical joint sleeve. Traffic Side (#4) bars at P-0" Max Spa Finished 1 Ground (#4) bars with 77 2" end cover. 2„ 4 (TYp) Transition Curb Class "C" concrete. WITH NO APPROACH SLAB EXAMPLE OF TRANSITION CURB SECTION 5„ 4„ C%"x3" Slotted Holes Nf ^rI I Traffic Side 1. 9" 6" 4" 1,-2„ FRONT VIEW BASE PLATE DETAILS jPost W6 x 15 / (ASTM A992) 5" Ct Installed Anchor Bolts io / Base PL % (ASTM A572 Gr 50) W6 x 15 M-A942) m �� HSS Expansion Joint or Ct HSS Splice Joint as required. O HSS 6 x 6 x %A (ASTM A1085 or A500 Gr Q. 3O May be placed on either side of W6 x 15 web. O4 Place HSS Expansion Joints in rail at every slab Expansion Joint. For Expansion and Splice Joints openings, use the greater of Y' or (slab opening plus !I/z'). 415119 THOMA5.6:.ASHCRAFf g'. a1411 SHEET 2 OF 4 Bridgo Division Texas Department of Transportation I standard RETROFIT GUIDE FOR T131RC RAIL ON CURBS TYPE T131RC(MOD) - r1std034-18.dgn ox: rxvor — JMH on. JTR LK.- 14A5 F©fx0or March 2018 cvxr sEcrl Joe MG.VAr AEVISIONS oesr crnrvrr sre�r na. ns o gn HSS Transition Sections B 12 3'-0" O 5'-0,, (Typ & Max Post Spa � Post on Thrie-beam 2,_5,, Transition CL End Post W6 x 15 End of Bridge (ASTM A992)0 End of HSS Transition Sections and Rail for payment. 5 V2' Transition Curb Class "C"� Transition Curb �m--I�- concrete. 6 iT Thrie-Beam Thrie-Beam Terminal Terminal (� Connector Soks.O Connector 3 Install Rail Post with unreinforced Class "C" concrete. 5'-O" (Typ & Max) HSS Panel Sections g I2 5'-0" (Typ & Max) 5'-0" (Typ & Max) g^ 1I � Existing • Min Bridge Joint—� 10 p N� 12" Oia ❑ L 16 TYPICAL ROADWAY ELEVATION �IL Post CL Existing g 11 Bridge Joint Min Existing Flared U � ' c w 0 Existing — — Bridge Deck I � Existing Paving Bracket (if Applicable) Post H55 I2 O 10 • CL Post on Guard Fence Transition Guard Fence Transition r,(J I Curb AFL End Post -- WG x 15 (ASTM A942)O1 ��l�Ilwf�sll �.Tl Transition Curb Class "C" concrete (—et— I � ery 10" 10" Cover PL Cover PL % (ASTM A36) 1" Dia (ASTM A36) P Da Holes I Holes 316 v L6x6x�/? HSS 1 VIEW C-C �6 (ASTM A36) VIEW D-D I 2„ 1,_0„ 2" r/" Dia HSS 12 ¢ CL '/a' Dia L 6 x 6 x %2 Holes Holes (ASTM A36) I \ n7 rC10VCV Traffic sideTraffic side 1'-P.Cover PL V4 (ASTM A36) (ASTM A36) TOP VIEW TOP VIEW HSS SHOE DETAILS ANGLE SHOE DETAILS Angle Shoe shown is detailed for one side only, other side similar. For other side shoe must be built for opposite hand. OPost length = Top of rail elevation minus bottom of drilled shaft elevation, OTerminal Connectors and associated hardware are to be paid for under the Item "Metal Beam Guard Fence". The appropriate Metal Seam Guard Fence Transitions or Downstream Anchor Terminal must be attached to the bridge rail and extended along the embankment. OTop HSS can be shorter than bottom H55 �d" plus or minus. O Match existing bridge curb height. OCast transition curb I'-0" into soil or top of concrete approach slab. Remove any asphaltic concrete or mow strip if present. H55 12 ©Match existing bridge curb face on traffic side of transition curb. Transition curb 5" x 1'-b" taper will remain vertical. OShowing first post for a TL-3 rated guard fence transition. First post for a TL-2 rated guard fence transition or a guard fence downstream anchor terminal is 4'-4 3/4". 0 HSS Transition Sections must have one soil mounted end post embedded in an unreinforced, Class "C" concrete drilled shaft as shown, and a minimum �e of one curb mounted post per transition section. 0 O HSS Panel Sections must have a minimum of three posts and a maximum �at`0 of eight posts per panel section. IO fk HSS Expansion Joint or C HSS Splice Joint as required. 11 Use 9" minimum for both expansion joints and construction/controlled joints. I2 HSS 6 x 5 x I/q (ASTM A1085 or A500 Gr C), Remove all existing structure area from top of existing curb. Cut and grind flush all existing reinforcing extending from top of existing curb and paint ends with two coats of zinc -rich paint conforming to the item "Galvanizing". I Q0Only one post can be mounted to the transition curb as shown and the transition curb must be supported laterally by the existing wingwall/curb when doing so. EXAMPLE RETROFIT WITH FLARED WING 415119 ............................:.... 7HOJdA5 G. ASHCRAFC �FGISTE40 SS�IAL SHEET 3 OF 4 °° Sridge Divisfan Texas Department of Transportation Standard RETROFIT GUIDE FOR T131RC RAIL ON CURBS TYPE T131RC(MOD) J llrtl: (816034-I&.dgo nxr Tx00T cx: iMn lnnJTR 1c, MAs 1 (C)rxuor March 2018 1 Co., 15Eaj — I -c—, 1 (Showing 9" high and 8" wide curbs, higher and wider curbs similar) gn I orsr I cm.- I srieEr n6 1 (T '/4' x 1 ''/4' Horizontal Slots on traffic side 378" 6" 6" of post flange and � 3/" Dia Holes in H55 for V' Dia Round Head Slotted Bolts (ASTM A307) I I with one washer under each hex out (ASTM A563). Post W6 x I5 (ASTM A992) E Washers 3 I — HS5 12 m L O N tU L W 90°(Typ) Hardened steel washers m (ASTM F436) z Anchor Botts 18 Base PL 5/e x 1'-2" x 1'-4 Q" v 6 (ASTM A572 Gr 50). m See "Base Plate ro Details". Z 12 � a L o O N � x vL, 1 /z , o' 1'-7., SECTION A -A OF 12" HIGH CURBS 6" Top of Base Plate 2 112" F1,4/1� ��/a"x3"Shot s fl GL Anchor Botts Base PL 51, x 1'-Z" x l'-4 %4" (A5TM A572 Gr 50). See "Base Plate Details". 12" HIGH CURB BASE PLATE DETAIL 12 H55 6 x 6 x '/, (ASTM A1085 or A500 Gr Q. 17 1 -/4' Solt Projection (Typ). 18 See "Material Notes" for anchor Bolt information. 19 Remove existing railing (including posts), cut and grind existing reinforcement ftush and paint ends with two coats of zinc -rich paint conforming to the Item "Galvanizing". 415119 ..:........................... 7H4M/ti5 G. ASHC[2AFT 81411 N. SHEET 4 OF 4 '® - -- -- Bridge Division ®Texas Department of Transportation Standard RETROFIT GUIDE FOR T131RC RAIL ON CURBS TYPE T131RC(MOD) F r1std034-18.dgn nN- TxOOT cx. 1Mn nrr: 1TR rx: MAS ©TxDor March 2018 rnNr secr roU ais.+war nevrsrars nrST cauniT SHEET N0,