Loading...
HomeMy WebLinkAboutContract 52901city Spey 01/ Construction El Project Manager E3 C\S'SN phi��TO GI �� 5 CR�P�0 CITY SECREYARY CONTRACT NO. �i 9 D FORTWORTH PROJECT MANUAL FOR THE CONSTRUCTION OF 2020 CONCRETE RESTORATION CONTRACT I AT VARIOUS LOCATIONS City Project No. 102105 Betsy Price David Cooke Mayor City Manager William Johnson Director, Transportation and Public Works Department Prepared for The City of Fort Worth TRANSPORTATION AND PUBLIC WORKS 2020 OFFICIAL RECORD CITYSECRETARY WORTH, EARTH, TX City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 - I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 4 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 00 3i is 0032 15 Engifiee. Preje t Schedule Construction Project Schedule 0032 15.1 Construction Project -Baseline Example 0032 15.2 Construction Project -Progress Example 0032 15.3 Construction Project -Schedule Narrative 0032 15.4 Construction Project -Submittal Process 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder no 451 7 R;.1.-lore Rre,.,,.,1;fieat;offis 0045 12 Prequalification Statement 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 11 00 Summary of Work 01 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 33 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 0157 13 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 7123 Construction Staking and Survey CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised February 2, 2016 00 00 00 - 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 44 01 71 23.16.01 Attachment A -Survey Staring Standards 01 74 23 Cleaning 01 7719 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Division 31- Earthwork 3123 16 Unclassified Excavation Division 32 - Exterior Improvements 32 1123 Flexible Base Courses 32 13 13 Concrete Paving 32 1320 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 3291 19 Topsoil Placement and Finishing of Parkways Division 33 - Utilities 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade Division 34 - Transportation 3471 13 Traffic Control Division 35 — Special (TXDOT) 99 99 00 TxDOT Geogrid Tensar TriAX140-475 99 99 00 TxDOT Item 361 Repair of Concrete Pavement 99 99 00 TxDOT Item 720 Repair of ,Spalling in Concrete Pavement Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: http ://fortworthtexas,. goy/tpw/contractors/ Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 15 Paving Removal Division 03 - Concrete 03 30 00 Cast -In -Place Concrete 0334 13 Controlled Low Strength Material (CLSM) 0334 16 Concrete Base Material for Trench Repair 03 8000 Modifications to Existing Concrete Structures Division 32 - Exterior Improvements 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 1723 Pavement Markings 32 1725 Curb Address Painting 32 92 13 Hydro -Mulching, Seeding, and Sodding CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised February 2, 20I6 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 Division 33 — Utilities 33 05 10 UtiIity Trench Excavation, Embedment, and Backfill Appendix GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GN-1.00 General Notes SD-1.00 Standard Construction Details PM-1.00 Project Street Limits and Maps END OF SECTION CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised February 2, 2016 City of Fort Worth, Texas Mayor and Council Communication DATE: Tuesday, September 10, 2019 REFERENCE NO,: "*ill& 19-014 LOG NAME, 202020 CONCRETE RESTORATION CONTRACT I -SUBJECT: Autlinrize Executicn of a Gon(rart with Makou Inc., In the Amount of 86 2,484,00 for 2020 Concrete Restoration Contract 1 at Various Loceflo .s. � OUN IL DiSTRICTS 4, 7, and 9) RECOMMENDATION: it is recommended that the i ity C o u n d I authorize the exacu#ion of a contract with Makou In., In the amounI of $862,484.00 for 2020 Concrete Restoration Contract 1 at Various Locations. DISCUSSION: In the Fiscal Year 2020 Pays -Go (Contract Street Maintenance Program. varlous Types of Street ma1ntenanice are grouped into specific contract packages. The 2020 Concrele Restoration Con (ract 1 provides for the repair and reconstruction of failed concrete pavement at various locations_ (City Project No. 102105). D - Street fame -- — Street Uniits Block SY mapsoo 7000 _ 4 Park Vista BOUIevard City Umit - Basswcod Boul'evard 7399 1.600 360 3 00 - 4 Sandshel! Drive N Riverside (give - N Beach L 4499 3, 9'f 0 49H 9718 - 7 McFarring Drive Forney Trall - Thorp lane 9899 340 400 - 7 Thorp sane Sinclair Street - McFz3ri-ling Drive 4499 200 Sandshell Drive - Whisper Hollow 5400 - 7 N Riverside Drive Way 6148 2,744 35C 1708- 9 Southcrest ?rive James Avenue - Townsend Drive 1999 1,1 0 90i� Construction for this project is expected to start approxirnE3tely December 2019 and to be completed by approximalely June 2020. Upoti complelion of the project there wIll be no anticipated impact on the general fund operating budget. This pfolect was advertised for bid on June 20, 2019 and June 27. 2019 in the Fort forth Star-Talegram- On July+ 25, 2019, the ioII!Q ing bids were received; Bidders Amount takOU Inc. $802,484M mega ContractIng, Inc. $878,584.50 Arr'eguin Croup, Inc. $893,160.001 Urban Infraconstruction, LL . $938,730.00 M/WBE 0FFIGE — M AKOU, INC is In compi[ance with the City's B D E Ord Inance by committing to I0\% MBE participation on this project. The ity's MI3E goal on thks project Is 10M. Addktlonally, MAKOU, INC Is a certlflad MIWEE firm. The City reserves the d ht to increase cr decrease quarnUtie s of individuaI pair Items with In the contract provided that the total contract amount remains wIthkn plus or minus 25 percent of the contract award. This project is located In C0UNCIL DISTRICTS 4, 7. and 9. The 01rector of finance certifies that fLrnds will be eve 11able contingent on the approval of the F] sca I Year 2020 capital budget appropriation of the General Capital Projects Fund. Filar to any expenditure being incurred, the Transportation and Publlc Works Dapartment has the responsibility to validate the availability of funds. FUND IDENTIFIERS {Fps= IQ Fun Department ccaurE Project Program ct Ij Budget ID ID Year Reference # mound (Char -Meld 2) ERDM _ Fund Department ccoun F rr-4act rogratrl ctivlt r— Budget Reference CERTIFICATI-0-N-8- Dana Burghdoff (50.18) Steve Cooke (5134) Jeffrey Perrige ($117) ATTACHMENT 1, :� +l r r Ikance M WJ - M-6&Q- i.M (&W Irrtarnat). 2, oncrote Restoratlon Contract 1 - Street Ilst.{�df (PWIc) 3, FII� Table Couccets ResCaration 0 0-1.xlsx (CF Intarnal) 4. FORA 12 6.C.O.NTRACT10 105 pX (CFW InWrnal) 5. Ms archResuits-MAKOU INC. r (CFWIntemal) 0011 l3-1 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 2020 CONCRETE RESTORATION CONTRACT 1 AT 5 VARIOUS LOCATIONS City Project No. 102105 will be received by the City of Fort Worth 6 Purchasing Office: 7 8 City of Fort Worth 9 Purchasing Division 10 200 Texas Street 11 Fort Worth, Texas 76102 12 until 1:30 P.M. CST, Thursday, July 25, 2019, and bids will be opened publicly and read aloud at 13 2:00 PM CST in the Council Chambers. 14 15 GENERAL DESCRIPTION OF WORK 16 The major work will consist of the (approximate) following: 17 9,124 S.Y Remove Concrete and Replace with 7" Concrete Pavement HES 18 100 S.Y TxDOT Type B Half Depth (Y- 4") Concrete Repair by Ultra Rapid Repair Material 19 4,000 S.Y Gcogrid 20 650 S.Y Flex Base 21 22 DOCUMENT EXAMINATION AND PROCUREMENTS 23 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 24 of Fort Worth's Purchasing Division website at http://www.fortworthtexas.gov/purr-hasingand 25 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 26 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 27 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 28 Parties Form 1295 and the form must be submitted to the Project Manager before the 29 contract will be presented to the City Council. The form can be obtained at 30 https://www.ethics.state.tx.us/filinE!info/1295/. 31 32 Copies of the Bidding and Contract Documents may be purchased from Nikki McLeroy, 33 817-392-8363. City of Fort Worth, TPW, 200 Texas St., Fort Worth, TX 76102. 34 35 The cost of Bidding and Contract Documents is: $30 36 PREBID CONFERENCE 37 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 38 BIDDERS at the following location, date, and time: 39 DATE: Tuesday, July 09, 2019 40 TIME: 10:00 A.M. 41 PLACE: Transportation and Public Works, Street Services, 5001 James Avenue, Suite #: 42 201, Fort Worth, Texas 76115 43 44 CITY'S RIGHT TO ACCEPT OR REJECT BIDS 45 City reserves the right to waive irregularities and to accept or reject bids. 46 47 48 49 CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102105 Revised December 22, 2016 00 11 13 - 2 INVITATION TO BIDDERS Page 2 of 1 FUNDING 2 Any Contract awarded under this INVITATION TO BIDDERS is expected to be funded from 3 revenues generated from grants and dedicated by Resolution to the work under this 4 INVITATION TO BIDDERS. 6 INQUIRIES 7 All inquiries relative to this procurement should be addressed to the following: 8 Attn: Juan Pablo De La Cruz, City of Fort Worth 9 Email: Juan.DeLaCruz@fortworthtexas.gov 10 Phone:817-392-6747 11 12 ADVERTISEMENT DATES 13 June 20, 2019 14 June 27, 2019 15 I6 END OF SECTION CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102105 Revised December 22, 2016 0021 13 - 1 INSTRUCTIONS TO BIDDERS Page I of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 1. Defined Terms 4 5 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 6 00 - GENERAL CONDITIONS. 7 8 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 9 meanings indicated below which are applicable to both the singular and plural thereof. 10 11 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting 12 directly through a duly authorized representative, submitting a bid for performing 13 the work contemplated under the Contract Documents. 14 15 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 16 corporation acting directly through a duly authorized representative, submitting a 17 bid for performing the work contemplated under the Contract Documents whose I8 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2. City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalification of Bidders (Prime Contractors and Subcontractors) OMITTED 33 34 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 35 36 4.1. Before submitting a Bid, each Bidder shall: 37 38 4.1.1. Examine and carefully study the Contract Documents and other related data 39 identified in the Bidding Documents (including "technical data" referred to in 40 Paragraph 4.2. below). No information given by City or any representative of the 4 t City other than that contained in the Contract Documents and officially 42 promulgated addenda thereto, shall be binding upon the City. 43 44 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 45 site conditions that may affect cost, progress, performance or furnishing of the 46 Work. 47 CITY OF FORT WORTH 2020 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised August 21, 2015 0021 13-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 2 progress, performance or furnishing of the Work. 3 4 4.1.4.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 ft 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 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised August 21, 20IS 002113.3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 2 the site which have been utilized by City in preparation of the Contract Documents. 3 The logs of Soil Borings, if any, on the plans are for general information only. 4 Neither the City nor the Engineer guarantee that the data shown is representative of 5 conditions which actually exist. 6 7 4.2.2. those drawings of physical conditions in or relating to existing surface and 8 subsurface structures (except Underground Facilities) which are at or contiguous to 9 the site that have been utilized by City in preparation of the Contract Documents. 10 11 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 12 on request. Those reports and drawings may not be part of the Contract 13 Documents, but the "technical data" contained therein upon which Bidder is entitled 14 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 15 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 16 responsible for any interpretation or conclusion drawn from any "technical data" or 17 any other data, interpretations, opinions or information. 18 19 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 20 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 21 exception the Bid is premised upon performing and furnishing the Work required by the 22 Contract Documents and applying the specific means, methods, techniques, sequences or 23 procedures of construction (if any) that may be shown or indicated or expressly required 24 by the Contract Documents, (iii) that Bidder has given City written notice of all 25 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 26 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 27 etc., have not been resolved through the interpretations by City as described in 28 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 29 and convey understanding of all terms and conditions for performing and furnishing the 30 Work. 31 32 4A. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 33 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 34 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 35 Documents. 36 37 5. Availability of Lands for Work, Etc. 38 39 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 40 access thereto and other lands designated for use by Contractor in performing the Work 41 are identified in the Contract Documents. All additional lands and access thereto 42 required for temporary construction facilities, construction equipment or storage of 43 materials and equipment to be incorporated in the Work are to be obtained and paid for 44 by Contractor. Easements for permanent structures or permanent changes in existing 45 facilities are to be obtained and paid for by City unless otherwise provided in the 46 Contract Documents. 47 CITY OF, FORT WORTH 2020 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised August 21, 2015 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 0021 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 9 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.4 . All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Juan Pablo De La Cruz, Transportation and Public Works Email: Juan.DeLaCruz@fortworthtexas.gov Phone: 817-392-6747 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via Buzzsaw at https.,//pro i eetpo int. b u zzs aw. com/fortwotthgov/Advettised/102105%20m %202020%2OConerete%2ORestoration%20Contract%201 ?public 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to aII prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21, 2015 2020 CONCRETE RESTORATION CONTRACT 1 City Project No. 102105 002113-5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 2 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 3 the requirements of Paragraphs 5.01 of the General Conditions. 4 5 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 6 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 7 Agreement within 10 days after the Notice of Expected Award, City may consider 8 Bidder to be in default, rescind the Notice of Expected Award, and the Bid Bond of that 9 Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder 10 defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable 11 chance of receiving the award will be retained by City until final contract execution. 12 13 8. Contract Times 14 The number of days within which, or the dates by which, Milestones are to be achieved in 15 accordance with the General Requirements and the Work is to be completed and ready for 16 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 17 attached Bid Form. 18 19 9. Liquidated Damages 20 Provisions for liquidated damages are set forth in the Agreement. 21 22 10. Substitute and "Or -Equal" Items 23 The Contract, if awarded, will be on the basis of materials and equipment described in the 24 Bidding Documents without consideration of possible substitute or "or -equal" items. 25 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 26 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 27 City, application for such acceptance will not be considered by City until after the Effective 28 Date of the Agreement. The procedure for submission of any such application by Contractor 29 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 30 Conditions and is supplemented in Section 0125 00 of the General Requirements. 31 32 11. Subcontractors, Suppliers and Others 33 34 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 35 12-2011 (as amended), the City has goals for the participation of minority business 36 and/or small business enterprises in City contracts. A copy of the Ordinance can be 37 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 38 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 39 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 40 Venture Form as appropriate. The Forms including documentation must be received 41 by the City no later than 2.00 P.M. CST, on the second business days after the bid 42 opening date. The Bidder shall obtain a receipt from the City as evidence the 43 documentation was received. Failure to comply shall render the bid as non- 44 responsive. 45 46 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 47 or organization against whom Contractor has reasonable objection. 48 49 12. Bid Form 50 CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised August 21, 2015 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 0021 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 9 12.1. The Bid Form is included with the Bidding Documents; additional copies may be obtained from the City. 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown. 12.8. All names shall be typed or printed in ink below the signature. 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised August 21, 2015 2020 CONCRETE RESTORATION CONTRACT l City Project No. 102105 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 9 1 13. Submission of Bids 2 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 3 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 4 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 5 envelope, marked with the City Project Number, Project title, the name and address of 6 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 7 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate 8 envelope with the notation "BID ENCLOSED" on the face of it. 9 10 14. Modification and Withdrawal of Bids 11 12 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 13 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 14 must be made in writing by an appropriate document duly executed in the manner 15 that a Bid must be executed and delivered to the place where Bids are to be submitted 16 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 17 are opened and publicly read aloud, the Bids for which a withdrawal request has been 18 properly filed may, at the option of the City, be returned unopened. 19 20 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 21 time set for the closing of Bid receipt. 22 23 15. Opening of Bids 24 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 25 abstract of the amounts of the base Bids and major alternates (if any) will be made available 26 to Bidders after the opening of Bids. 27 28 16. Bids to Remain Subject to Acceptance 29 All Bids will remain subject to acceptance for the time period specified for Notice of Award 30 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 31 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 32 33 17. Evaluation of Bids and Award of Contract 34 35 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 36 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 37 and to reject the Bid of any Bidder if City believes that it would not be in the best 38 interest of the Project to make an award to that Bidder, whether because the Bid is 39 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 40 meet any other pertinent standard or criteria established by City. City also reserves 41 the right to waive informalities not involving price, contract time or changes in the 42 Work with the Successful Bidder. Discrepancies between the multiplication of units 43 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 44 between the indicated sum of any column of figures and the correct sum thereof will 45 be resolved in favor of the correct sum. Discrepancies between words and figures 46 will be resolved in favor of the words. 47 CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised August 21, 2015 002113-8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 2 among the Bidders, Bidder is an interested party to any litigation against City, 3 City or Bidder may have a claim against the other or be engaged in litigation, 4 Bidder is in arrears on any existing contract or has defaulted on a previous 5 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 6 Bidder has uncompleted work which in the judgment of the City will prevent or 7 hinder the prompt completion of additional work if awarded. 8 9 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 10 other persons and organizations proposed for those portions of the Work as to which 1 I the identity of Subcontractors, ,Suppliers, and other persons and organizations must 12 be submitted as provided in the Contract Documents or upon the request of the City. 13 City also may consider the operating costs, maintenance requirements, performance 14 data and guarantees of major items of materials and equipment proposed for 15 incorporation in the Work when such data is required to be submitted prior to the 16 Notice of Award. 17 18 17.3. City may conduct such investigations as City deems necessary to assist in the 19 evaluation of any Bid and to establish the responsibility, qualifications, and financial 20 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 21 organizations to perform and furnish the Work in accordance with the Contract 22 Documents to City's satisfaction within the prescribed time. 23 24 17.4. Contractor shall perform with his own organization, work of a value not less than 25 3 5 % of the value embraced on the Contract, unless otherwise approved by the City. 26 27 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and 28 responsive Bidder whose evaluation by City indicates that the award will be in the 29 best interests of the City. 30 31 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 32 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 33 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 34 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 35 comparable contract in the state in which the nonresident's principal place of 36 business is located. 37 38 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 39 to be awarded, City will award the Contract within 90 days after the day of the Bid 40 opening unless extended in writing. No other act of City or others will constitute 41 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 42 the City. 43 44 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 45 46 18. Signing of Agreement 47 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 48 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 49 Contractor shall sign and deliver the required number of counterparts of the Agreement to 50 City with the required Bonds, Certificates of Insurance, and all other required documentation. 51 City shall thereafter deliver one fully signed counterpart to Contractor. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised August 21, 2015 0021 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 9 4 END OF SECTION CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 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 2O20 CONCRETE RESTORATION CONTRACT I STANDARD SPECIFICATION City Project No. 102105 Revised JULY 20, 201 S 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 wiII be leveraged and become integral in the master project 4 schedule as deemed appropriate by the City's Project Control Specialist and approved 5 by the City's Project Manager. 6 7 1. Master Project Schedule 8 The master project schedule is a holistic representation of the scheduled activities 9 and milestones for the total project and be Critical Path Method (CPM) based. The 10 City's Project Manager is accountable for oversight of the development and 11 maintaining a master project schedule for each project. When the City contracts for 12 the design and/or construction of the project, the master project schedule will 13 incorporate elements of the Design and Construction schedules as deemed I4 appropriate by the City's Project Control Specialist. The assigned City Project 15 Control Specialist creates and maintains the master project schedule in P6 (City's 16 scheduling software). 17 18 2. Construction Schedule 19 The Contractor is responsible for developing and maintaining a schedule for the 20 scope of the Contractor's contractual requirements. The Contractor will issue an 21 initial schedule for review and acceptance by the City's Project Control Specialist 22 and the City's Project Manager as a baseline schedule for Contractor's scope of 23 work. Contractor will issue current, accurate updates of their schedule (Progress 24 Schedule) to the City at the end of each month throughout the life of their work. 25 26 B. Schedule Tiers 27 The City has a portfolio of projects that vary widely in size, complexity and content 28 requiring different scheduling to effectively deliver each project. The City uses a 29 "tiered" approach to align the proper schedule with the criteria for each project. The 30 City's Project Manager determines the appropriate schedule tier for each project, and 31 includes that designation and the associated requirements in the Contractor's scope of 32 work. The following is a summary of the "tiers". 33 34 1. Tier 1: Small Size and Short Duration Project (design not required) 35 The City develops and maintains a Master Project Schedule for the project. No 36 schedule submittal is required from Contractor. City's Project Control Specialist 37 acquires any necessary schedule status data or information through discussions with 38 the respective party on an as -needed basis. 39 40 2. Tier 2: Small Size and Short to Medium Duration Project 41 The City develops and maintains a Master Project Schedule for the project. The 42 Contractor identifies "start" and "finish" milestone dates on key elements of their 43 work as agreed with the City's Project Manager at the kickoff of their work effort. 44 The Contractor issues to the City, updates to the "start" and "finish" dates for such 45 milestones at the end of each month throughout the life of their work on the project. 46 47 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration 48 The City develops and maintains a Master Project Schedule for the project. The 49 Contractor develops a Baseline Schedule and maintains the schedule of their 50 respective scope of work on the project at a level of detail (generally Level 3) and in CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD SPECIFICATION City Project No. 102105 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 alignment with the WBS structure in Section 1.4.H as agreed by the Project Manager. 2 The Contractor issues to the City, updates of their respective schedule (Progress 3 Schedule) at the end of each month throughout the life of their work on the project. 4 C. Schedule Types 5 Project delivery for the City utilizes two types of schedules as noted below. The City 6 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 7 monthly updates to the City Project Manager (end of each month) as a "progress" 8 schedule. The Contractor prepares and submits each schedule type to fulfill their 9 contractual requirements. 10 I 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 1A 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 CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD SPECIFICATION City Project No. 102105 Revised IULY 20, 204 8 00 32 15 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 1 All schedules submitted to the City for a project will have a file name that begins with the 2 City's project number followed by the name of the project followed by baseline (if a 3 baseline schedule) or the year and month (if a progress schedule), as shown below. 4 5 a Baseline Schedule File Name 6 Format: City Project Number _Project Name —Baseline 7 Example: 101376_ North Montgomery Street HNAC_BaseliDe 8 9 a Progress Schedule File Name 10 Format: City Project Number _Project Name_YYYY-�MM 11 Example: 101376 North Montgomery Street FR AC 2018 01 12 13 a Project Schedule Progress Narrative File Name 14 Format: City Project Number _Project Name_PN_YYYY-MM 15 Example: 101376_North Montgomery Street HMAC_PN_2018_01 16 17 C. Schedule Templates 18 The Contractor will utilize the relevant sections from the City's templates provided in the 19 City's document management system as the basis for creating their respective project 20 schedule. Specifically, the Contractor's schedule will align with the layout of the 21 Construction section. The templates are identified by type of project as noted below. 22 a Arterials 23 a Aviation 24 a Neighborhood Streets 25 a Sidewalks (later) 26 a Quiet Zones (later) 27 a Street Lights (later) 28 • Intersection Improvements (later) 29 • Parks 30 • Storm water 31 a Street Maintenance 32 a Traffic 33 a Water 34 35 D. Schedule Calendar 36 The City's standard calendar for schedule development purposes is based on a 5-day 37 workweek and accounts for the City's eight standard holidays (New Years, Martin Luther 38 King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, 39 Christmas). The Contractor will establish a schedule calendar as part of the schedule 40 development process and provide to the Project Control Specialist as part of the basis for 41 their schedule. Variations between the City's calendar and the Contractor's calendar 42 must be resolved prior to the City's acceptance of their Baseline project schedule. 43 44 E. WBS & Milestone Standards for Schedule Development 45 The scope of work to be accomplished by the Contractor is represented in the schedule in 46 the form of a Work Breakdown Structure (WBS). The WBS is the basis for the 47 development of the schedule activities and shall be imbedded and depicted in the 48 schedule. 49 CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD SPECIFICATION City Project No. 102105 Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 1 The following is a summary of the standards to be followed in preparing and maintaining 2 a schedule for project delivery. 3 4 1. Contractor is required to utilize the City's WBS structure and respective project type 5 template for "Construction" as shown in Section 1.4.H below. Additional activities 6 may be added to Levels 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 P. Schedule Activities 16 Activities are the discrete elements of work that make up the schedule. They will be 17 organized under the umbrella of the WBS. Activity descriptions should adequately 18 describe the activity, and in some cases the extent of the activity. All activities are 19 logically tied with a predecessor and a successor. The only exception to this rule is for 20 "project start" and "project finish" milestones. 21 22 The activity duration is based on the physical amount of work to be performed for the 23 stated activity, with a maximum duration of 20 working days, if the work for any one 24 activity exceeds 20 days, break that activity down incrementally to achieve this duration 25 constraint. Any exception to this requires review and acceptance by the City's Project 26 Control Specialist. 27 28 G. Change Orders 29 When a Change Order is issued by the City, the impact is incorporated into the previously 30 accepted baseline schedule as an update, to clearly show impact to the project timeline. 31 The Contractor submits this updated baseline schedule to the City for review and 32 acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the 33 following: 34 35 1. Time extensions associated with approved contract modifications are limited to the 36 actual amount of time the project activities are anticipated to be delayed, unless 37 otherwise approved by the Program Manager. 38 39 2. The re-baselined schedule is submitted by the Contractor within ten workdays after 40 the date of receipt of the approved Change Order. 41 42 3. The changes in logic or durations approved by the City are used to analyze the impact 43 of the change and is included in the Change Order. The coding for a new activity(s) 44 added to the schedule for the Change Order includes the Change Order number in the 45 Activity M. 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 2O20 CONCRETE S2ES`rokKIION CONTRACT 1 STANDARD SPECIFICATION City Project No. 102105 Revised DULY 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 WBS 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 XXXXXX,90 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 aII 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 #I (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 2O20 CONCRETE RESTORATION CONTRACT I STANDARD SPECIFICATION City Project No. 102105 Revised .TULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 I 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 to 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 94 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. l . Schedule Format The Contractor will submit each schedule in two electronic forms, one in native file format (.xer, .xml, .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 .x1s 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 ofA ward. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD SPECIFICATION City Project No. 102105 Revised JULY 20, 2018 0032 15 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 1 The City's Project Manager and Project Control Specialist review this initial schedule 2 to determine alignment with the City's Master Project Schedule, including format & 3 WBS structure. Following the City's review, feedback is provided to the Contractor 4 for their use in finalizing their initial schedule and issuing (within five workdays) their 5 Baseline Schedule for final review and acceptance by the City. 6 7 3. Progress Schedule 8 The Contractor will update and issue their project schedule (Progress Schedule) by the 9 last day of each month throughout the life of their work on the project. The Progress 10 Schedule is submitted in electronic form as noted above, in the City's document 11 management system in the location dedicated for this purpose. 12 13 The City's Project Control team reviews each Progress Schedule for data and 14 information that support the assessment of the update to the schedule. In the event 15 data or information is missing or incomplete, the Project Controls Specialist 16 communicates directly with the Contractor's scheduler for providing same. The 17 Contractor re -submits the corrected Progress Schedule within 5 workdays, following 18 the submittal process noted above. The City's Project Manager and Project Control 19 Specialist review the Contractor's progress schedule for acceptance and to monitor 20 performance and progress. 21 22 The following list of items are required to ensure proper status information is 23 contained in the Progress Schedule. 24 0 Baseline Start date 25 a Baseline Finish Date 26 s % Complete 27 • Float 28 $ Activity Logic (dependencies) 29 a Critical Path 30 0 Activities added or deleted 31 a Expected Baseline Finish date 32 • Variance to the Baseline Finish Date 33 34 B. Monthly Construction Status Report 35 The Contractor submits a written status report (referred to as a progress narrative) at the 36 end of each month to accompany the Progress Schedule submittal, using the standard 37 format provided in Specification 00 32 15.3 Construction Project Schedule Progress 38 Narrative. The content of the Construction Project Schedule Progress Narrative should 39 be concise and complete to: 40 • Reflect the current status of the work for the reporting period (including actual 41 activities started and/or completed during the reporting period) 42 • Explain variances from the baseline on critical path activities 43 i Explain any potential schedule conflicts or delays 44 • Describe recovery plans where appropriate 45 . Provide a summary forecast of the work to be achieved in the next reporting period. 46 47 C. Submittal Process CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD SPECIFICATION City Project No. 102105 Revised ]ULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 . Schedules and Monthly Construction Status Reports are submitted in Buzzsaw 2 following the steps outlined in Specification 00 32 15.4 Construction Project 3 Schedule Submittal Process. 4 a 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 SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS f NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. The person preparing and revising the Contractor's Project Schedule shall be 12 experienced in the preparation of schedules of similar complexity. 13 B. Schedule and supporting documents addressed in this Specification shall be prepared, 14 updated and revised to accurately reflect the performance of the Contractor's scope of 15 work. 16 C. The Contractor is responsible for the quality of all submittals in this section meeting the 17 standard of care for the construction industry for similar projects. 18 1.10 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 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD SPECIFICATION City Project No. 102105 Revised JULY 20, 2018 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 PORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD SPECIFICATION City Project No. 102105 Revised JULY 20, 2018 0032 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 1 of 5 1 SECTION 00 32 15,1 2 CONSTRUCTION PROJECT SCHEDULE — BASELINE EXAMPLE 3 PARTI- 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 CPW 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 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised .IULY 20, 2018 I 0032 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 2 of 5 ---------------------- --------- ------------F---------- ---------- -------------------- %---------- 1---------- {---------- t--------- t----------�--- O I f I ' ------------ t--------y_-_-_-_--i-I-----------t--------------------+----------+----------+----------i----------+----------- ---------- 1 , ( ' i i i --- ------------ 1 r- --i-----•--_---------- j---------- i---------- ---------- i---------- +--------- 1---------- i--- ----- ----- ----------- ---- - — = -- --- kak - ------------•----- rr�ss FF,, r� j• p eeX -r�- .....N ..9 m En o a � cv rya f rJ r © �} a �+' �� .; `c.� -- n n. K`i. io t• � x� C� �,i �i U . �s is n cs dl ea ei as r7 eV r;! ry ^+ _ cr I i + i� sv + r- • I mn � Tu� and � .-6rSh i- d�a:'i_ - ih� ['�d.} � f ... �tl ra...• oa "� ri t u cv -' ,n mlr a r + !t + ,• '- r r r r{ ■per �_� 90I4ell �i ..� t,� ] r m Y! v r- ai •• k i.� ell I— i ,y sv o n ca i ra • r� ra r r m rt r a r t m YS O G r1 N ;? �i. ,u a µ d_. Y N 0 t't . 9 L : w 0 N a. ex 0 w wmm? ' n T . Fi U M •, v .-J .. .,� nL.j 2. r.:., vx m l a, n ,{ 5 ® FW as sit C co gg � U � Qj €i n c u� s7 e u to 9 a v P, J•''� w r n w'E� c� c r,.a 5J ca ra as w ca cx t �. u ra 9 ^ s m CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised DULY 20, 2018 2020 CONCRETE RESTORATION CONTRACT 1 City Project No. 102105 00 32 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 3 of 5 a---------- +---------- ----------- +---------- +--------- a---------- --------- a---------- a----------- F----_------+----- ----- r i � s I -------- i i ------ - --- i riL ------i---------- ';--------- 1---------- t----------- f--------- i'---------t---------i--- ... ______' ____._____i_________r__._____ ... ------F-----------i---------- ------ [ e [ [ t I _________________ _ . ------------------- _T_______________.___ __________._____._____. ---------- 7------- y 7 ---------- r�l 5•.G",'Y7 i+ # 'f`�['-�h-'- I ,�I ai t1i25. Y9 'N�141�'� K+ E]'ti'KY reY' y�•ul i,7 c'Y VF'A *1'4 Li s �,',; Lp q �I� I GCS H 0io k 'I faJ Try +I. �WL�`;W 1� ftr, 01 +FvQr t�V IS YI w Y 4 Q iJ Fri /q1 N! 4 kr{ Q� i ; n n �%ri .1. �q 'yR7# in n V1 41 [ [ + I Fa ry 4� •i il' n' { I {o N N r i t { [♦5 i1FI m 'ry Gi Y yi �y P 111 �.m. Q yip T 4 j*M�' ¢S po *O �}S yy [; ii i L {' O❑ O'9l ' rr O fJ 1 aq rk i [ I r• rl ri � , I ._. _.. r lIL ri n J3 , �� A M sl Y• „ n in Aqq� - . •-, W 21 {[ �'•1 # # {1 { ri �' i4 N n 11 41 C31i� Itl rg �!' �? � Cn MI PII M #1 � ,My fn t y`,1 rt n#u�Q •� F al �• ,t, - YI u M ail : y t�. u; .rr, ;�' ,� , rr c^ rl ca "`S n: j s ru e� I E '' #5' ri ] V 'U 1 R I LH y P. C $ �;1 ?;;r yV �yCL qq 3 M1! a IL n ! p 4 F Q yfw, ,Fy, CI r [l r �I1 �}N rf, j y '�*�I CF y •a . 7_ J�71 .s o 00 w0 ropy r�ry a Al J ! 1 M rl rc' i�'FI ;s A Nk;10 Y i+ r. P.•F r' • -era DS ru I J 4Maiu[I g r" " ®�" o ups i LU - fjl CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised JULY 20, 2018 1 0032 15,1-0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 4 of 5 ---------- Rli ---------- FI 2 P,; 2 tl UL qT 3 L7� 4 4& 4gl > A Fla fa —J CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised JULY 20,2018 2020 CONCRETE RESTORATION CONTRACT I City Project No. 102105 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 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised YnY 20, 2018 0032 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE —PROGRESS EXAMPLE Page I of 1 SECTION 00 32 15.2 2 CONSTRUCTION PROJECT SCHEDULE — PROGRESS EXAMPLE 71 *A If�NDie I D1.710 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the progress for the project. This version of the 6 schedule is referred to as a "progress" schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a progress schedule. See 8 CFW Specification 00 32 15 Construction Project Schedule for details and requirements 9 regarding the Contractor's project schedule. 10 1I 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised JULY 20, 2018 1 �v Cu 0 Q fr 0032 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 2 of 4 I i � N w mm m ay n If w fl &4 {I.d rr fl n.ri`C1N N ri : pliwN: rl N C4 ti wI iiN i`f i'f {V. TII n'�1 /� N [V t � �■ 4 si r1 .i rr rr Et r +i Ej 1- W n I ., s, ii tb !. KF r- Y- K �. F_-y la 0 0 fb p! tP �.pp�•ptip'p�p.1c .h d iF m 1_F �. m ��: nm ni ni rt�mr c � In n p nR a, t10 W �'9 i � tm} b r vJ RI �A P� chi r�a fj 4 ry/RRryr�t n �. r7j 54 , sir hi Y? .: i•: u o I1 i'r W 4fl y ii !� f7 f' f.?y'q{i iJ L� 4 r, u r1 t� ~ B r � , u. 9 a q u. _ ..,'a 2 3 13 °1 ynn sal^ � s ems: i 9Flo p2E^^ R R S� 0 A A p s 9 � I:• . n 'nr la l'n � :n n ra M 4l tl � � p: 4m CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised J ULY 20, 2018 2020 CONCRETE RESTORATION CONTRACT 1 City Project No. 102105 0032 15.2-0 CONSTRUCTION PROGRESS SCHEDULE —PROGRESS EXAMPLE Page 3 of4 --------- --------------------- ---------- - ------------- — -----------'----1-------------------------------------------- --------- 4­1 rai ....... . . ---------- ---------- --------- ---------- ------ ----------- I ------------ I ---------- I ---------- --------- q _1 --------- t ---------- i ---------- i ---------- t --------- i --- — ----- ---------- ----------- ---------- ---------- --------- ------------- — ----------- 7 ---------- T --------- ----------- ------------- — ----------- — ----- I ---------- 0 — ------------- — ------- - -- --------------- Cq ------- il- I ---- ----- L ---------- I --------- J ---------- --------- --------- 47 L2 ------ -- — ----- --- ------- ------------------------------------ ....... ...... I -------------- _______ -- ---------- -------------------- ---------- ----------- --------------- ------------- ----------- ------ r4 f4 N "IN N N L. ".m. id N i'll Q44 nf L W L3 rA r6 1, - tj 1-1­6­6­&�_6...ol[l 1,, C, 0-tY Ll- V F1 2-19 0 �:GIR V 0 R :1 A 11 T1 Tr �l k :-7 al 6 'L C L� V? 5 4� �t T.—:V! :V �l 1> am V anV T n Q CA IOL A, LT! — -------------- ---- p fin �Ajr FtH 'p Cu 0 0 0 J., > Ll F. LL cl, A Ta 1 p 2-p .1"2 CL 976 A R; 2 IT Erl: r? 'r. 7 Lr 1.1 ro CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised JULY 20, 2018 2020 CONCRETE RESTORATION CONTRACT I City Project No. 102 105 0032 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE. — PROGRESS EXAMPLE Page 4 of 4 I END OF SECTION 2 4 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 A Jarrell Initial Issue CITY OF FORT WORTII 2020 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised JULY 20, 2018 00 32 15.3 - 0 — PROGRESS NARRATIVE Page i of 1 SECTION 00 32 1.5.3 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 of activities accomplished in the reporting period. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) B. List of activities to be accomplished in the next reporting period 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) C. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) D. List any actual delays and provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects TPW Official Release Date: 7.20.2018 Page 1 of 1 00 32 15.4 _0 CONSTRUCUON PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 1 of 7 1 SECTION 00 32 15.4 2 CONSTRUCTION PROJECT SCHEDULE — SUBMITTAL PROCESS 3 PARTI- 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 Folder. Verify that your Project ID and Project Name are consistent with Project Folder Name. Navigate to the Schedule Directory under your Project Folder. The 0 07 0 1 -F laxseed Drainage Improvements project is used for illustration. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised JULY 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 003215.4-0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 2 of 7 ilr [sll �kr Lndr xao l4�'1 tortsuodhoov �� [a 0070I -Fla —J orange improve #I f* t ;:] Ed Farms T Bid Responses +; Construction I`dt Consul�nis Contractor Carresponderu i General Contract Oooznenis and Si +; � ProjeR Ora•:rirgs PubBc Meepngs a pRealProperty Lihlities 4- 00705 -Lrban Villages Central Cluster 5 .i: OU705 - Urban Wages Central Chaster : T 00706 -tYban lflages SE CMste Bent' -,� 00706-ab,-,bg-sc Ciusterl•L-r :. 0073a -Sa Lary 5emer R rah Cantrac is 00755- Mesquite Rd 2004CIPYear I ,J% 00768-Wk. Road-Eryantkin MG,, WE th 00778 - Lehav Ch.—I ,*: 007,36 - Summer Creek & Sycamore Seh - 6 00787 - Granbury Road - gtamesa to 0 . .-.; ..• ..... r •• r 3Y�I�mr�h � ln&x.xts Red Griffin 16,384 KcrmhExcel54... $Wfl Y fAfj Two files will be uploaded for each submittal. A native schedule file format either Primavera .xer or MS Project .mpp and a PDF version of the schedule will be uploaded Verify that the file name contains the 5-digit Project ID, Project Name, and Submittal Date and follows the standard naming convention. Initial schedule submittal will be labeled as `Baseline' for example: 00701-FlaxseedDrainagelmprovements-Baseline Schedule submittal updates will be labeled with Schedule Submittal Date `YYYY_MM' for example: 00701-FlaxseedDrainagelmprovements-2009 01 Expand or select the Schedules folder and add both the native file and PDF file to the directory. From the Toolbar Select [ Add Doeument CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised JULY 20, 2018 2020 CONCRETE RESTORATION CONTRACT I City Project No- 102105 1 2 3 4 5 6 7 8 9 10 0032 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 3 of 7 Fi+ Hd 5iirrx T"L' Fli C+asvino At=JJW Note Link ... 00701 -Flaxseed Drainage LnpravemerY A; Igyrf L Fdder bid Forms r � Schedules Index.xls Fred GriMn 16,384 Fluosoh t 1 EM RePonses Contra bun . f J Consultants Contractor .. Carrespondenw General Contract OorLments arrf iper r d Project OraWings • D PubliLMeeh'ngs .:�-J Real Property 9 J Schedules inde .xls PJ`' EJt$tles ;ilk 00765- Urban Villages Center sCkn Sur # 10oh19- Urban Villages Central CL.&W Saul +: 00706 -Urban Villages SE Clie#e. be-F44j. + 00706 -Urban Villages SE Cluster Nee ur d' 00730 - Sanitary Sesser Rehab ContrattJf 1 60755 - Mesquite Rd 2004 CiP Year t *a }' 100768 -Drks Road -Bryant Irvin to Q-" t 00778 -Leti Channel + [� OO7B6 -Summer Creek & "yrnnrrr, Sdre.�l t• IL'adr rd9-1 Select Browse and go to the location of the files on your desktop. Select open O : lkwimmil ors Atsaf, CUUUME Mad Fad rkiiiii — �Elled 6.1151 13 to adJ Urs I}cFa(esf Mhile. WAI. 411 at to a cuu t nbFler 'rWtnn:-. :=.1 •" r , Inekta I C4 Oesldcp _J (" n. -511Y ©� 14rcreL MnA 9anacg-r Pro 7 My Computer Musicnates Mayer M1: .-arilMy Network Plates �:�.)Active Projects r� Adobe Aaobat B Profs raE `t BoardngPass.Pdf Burn CDs 8.t1V6s M[Cle,Type Tuning .Huasaw 2008Cool Record Edit Pro IkaUOP HILL vpM 1 Crosswind PNP E.— Sim 7.1 ,IIOCH2h1 FileZdla Client Crystal Reports 2008 } IIIr'''Gaosle Earth Hell Quick Reference Gade.pdf f 31P PhotaSmart Express6isk Defi-agma�ier '� iNP Photosmart Premirr!- Free Sound Recorder I �}iP Sak�tian Center r fPassConnert y�FreeSoundRewrder.exe i�tapMPSeavit9' �,�� ��Tunes g�Eoghh.7PG rlicrosott Vno Version X021nside Out e600k McN—ting Ilnla r4 rimi uiw plecn R-din.[All Hrsj'I Lancid The file will appear in the Buzzsaw Add to Project — Select Documents window Select Next. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised JULY 20, 2018 2020 CONCRETE RESTORATION CONTRACT 1 City Project No. 102105 1 2 3 4 5 6 7 8 9 10 11 12 13 14 003215A-0 CONSTRUCTION PROGRESS SCHEDULE -- SUBMITTAL PROCESS Page 4 of 7 Do not select Finish at this time. CC C�S��[1�aal�lri�kraddRal�BPnHe�rweb�111tY4��ona�lo�fdkF�Pi�m'�7kiteilbLr,.fgi7Emml}, k45[ract LJ� "--tr�1l a sari d, •__ bonrmemts Mum Cammtnr Swff kinA ra,uliuu., i 11 1 11 f r` r [kT frith I _[x�d J rein You will be placed into the Attach Comment window to enter a record into the Project Schedule Submittal Log. 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. .4e V-9 Ueate a rmMfnentlhatte Wki rho 4wli %&2f ma•idlrVdwrnkaidilem fur Alen LYkgl 863zd. T1gi nreP N nYDxJ WEC poauments r +Idd �mlrnk m nww Awednn O&NW-bCakhment FiJ re -=1 9L10AFL� -,1! 2 _I T�Ic I J �� �� � J r7417i11flaxseedDraina9e]mproaemenls�ase&ne _ d1Ara5araselineSchedulompanyName'� i -.i ;tad Name CCI (tart Phone "rate Schedule Submittal from'ConWny Name' for work performed up to January 31, 21*9 LwtactName tactFhonel 15 16 CITY OF FORT WORTH 2O20 CONCRETE, RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised JULY 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 0032 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. .�.�� asntmsnis !t.lF+n.t�r fre.� vr=v sr... r s�.. �,... h.•, no.,, vaivlW... 112... wo a.. . CH... Ne... Wn... Na.,. rpseUal... Select the Paste Comment button to copy the Comment into the body of the email Select Finish. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised JULY 20, 2018 2020 CONCRETE RESTORATION CONTRACT I City Project No. 102105 2 3 4 5 6 7 8 9 10 11 12 13 I4 0032 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE -- SUBMITTAL PROCESS Page 6 of 7 {c �E356'd EftW 16 QU IM- fltNxdi the CrSiShtlIF[hSQ thM df the nds4 Vl updgeert Ms. Tfis Urp is uptohl 5'duCl�ppsmenis '� AI1,r�r,Rer, k� 6rnd Lrnnll T-" + [Fred Griffin Nnlifimbon F`roiect Controls Team - -- - - _-- —_ 5vhjrd= 40701-Flaxseedprainaoelmaro+cements-8as�line Flame Phone tilz6te Schedule Submittal from'Cnmpany Name for work performed up to January 31, 21169 [.m dact Name contact Phone .L M! The schedule file is uploaded to the directory. An email is sent to the City's Project Manager and Project Control Specialist. 007EF4-Haxse.=d nrmlax lmgateme' F _l&dForms 11 i�yp Scn3isi xys Frd11,11n +' 6'd Rcsp.— 3_7� A.K. H-... + _J CersfrxrcW. - _t C itanss r _y Cantrwtu J Correspondence r �reneraltonnactoocema�tsond spec ICi R'p7ed Oranugs 0 Q Public Mee>sags l -. !r Ln—I9ruperty aoxzrf6�seador�nagerrrorowem J sa ed tes ndex. _ CJ Mid. if 90 , Y -[htw bg` Central Cluster-21 F ri � OO175 -Urban b'ilanes Central Cluster Soul +� OOr716 -Mrban 4flages SE Cluster BenYiiii V] 00706-UrbanWftg SE Ckatu Near E. -5aNf ry5—Rehab Ca h-,dB i Wll5l- Mesquite Rdu704CIP Year i(gNs +. 00768 -0vks 0.oad -&yanY trvin to Granhl t 1,� t]Q]78-Lehme atamel y Upload the PDF file using the same guideline. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised JULY 20, 2018 16r364 ATvasatt E—IW... 11%21%2066 h 74r2-W %ER P1e 54%j2009 4:14 >-1 2020 CONCRETE RESTORATION CONTRACT 1 City Project No. 102105 0032 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell initial Issue CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised JULY 20, 2019 00 35 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. httos:ltwww.ethics.state.tx. ustfbrrns/conflict/ ❑ CIQ Form does not apply L7 CIQ Form is on file with City Secretary ❑ CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply ❑ CIS Dorm is on File with City Secretary ❑ CIS Form is being provided to the City Secretary BIDDER: MAKOU INC By: MAQSOOD KHAN 6204 PARKSIDE DR Signature: ARLINGTON TEXAS 76001 Title: PRINCIPAL END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 00 41 00 00 4313_00 42 43_00 43 3700 45 1200 35 13 Bid Proposal Workbook (7) 004100 BID FORM Page 9 of 3 SECTION 00 41100 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: 2020 CONCRETE RESTORATION CONTRACT 1 At Various locations City Project No.: 102105 Units/Sections: Concrete Paving 1, Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER, acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Sid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Sid. 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2020 CONCRETE RESTORATION CONTRACT f Form Revised 20160821 City Project No. 102105 0041 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. The BiddeF wedges Itat the feIIGWn@ wGrk types must be perfermed er4y by pFQqVa4ftd Gentrasteras and subeontraslow. a. b. C. d. 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 180 Calendar days after the date when 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 4100 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 6.01 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) *Submit no later than 2:00 p.m., on the second City business day after the bid opening date. f. PrequalifiGation Statement, g. Conflict of Interest Affidavit, Section 00 35 13 *if necessary, CIO 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2020 CONCRETE RESTORATION CONTRACT 1 Form Revised 20160821 City Project No. 102105 00 41 00 BID FORM Page 3 of 3 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. 6.3. Total Bid EIGHT HUNDRE D& SIXTYTW O THOUSA NO FOUR HUNDRE D&EIGHT Y FOUR DOLLAR S 7. Bid Submittal This Bid is submitted on 7125W19 Respectfully submitted, By: Signature) Al QQ KHAN (Printed Name) Title: PRINCIPAL Company: MAKOU INC Address: 6204 PAR IDF; DR ARLINGTON TEXAS 76001 State of Incorporation: TEXAS Email: fnakoulnc mg.t— n Phone: 817708-64.5 END OF SECTION $862,43"'3.00 ny the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2020 CONCRETE RESTORATION CONTRACT 1 Form Revised 20150821 City Project No. 102105 004243 HID PROPOSAL Page I of 1 SECTION 00 42 43 PROPOSALFORM UNIT PRICE 010 MAKOU INC. Bidder's Application Project Item Information Bidder's Proposal Bidlist Item No. Description Specification Section No. Unit of Measure Bid Quantity Unit Price Bid Value 1 0135.0201 Remobitizalion 01 70 00 EA 1 $500.00 $500.00 2 9999.0000 Remove and Replace 6" Concrete Driveway 02 41 13132 13 20 SF 1,000 $7.75 $7,750,00 3 9999.0000 Remove Concrete and Replace with 7" Concrete Pavement HES 02 41 15I32 13 13 SY 9,124 $76.00 $693,424.00 4 3213.0501 Remove and Replace Barrier Free Ramp, Type R-1 02 41 13132 13 20 EA 4 $1,500.00 $6,000.00 5 9999.0000 Remove and Replace 4" Sidewalk 02 41 1313213 20 SF 3,600 $6.00 $21,600.00 6 9999.0000 TxDOT Type B Concrete Repair by Ultra Rapid Repair Material TxDOT 361JTxDOT 720 SY 100 $90.00 $9,000,00 7 3123.0101 Unclassified Excavation 31 23 16 CY 100 $10.00 $1,000.00 8 3211.0122 Flex Base, Type A, GR-2 321123 CY 660 $42.00 $27,300,00 9 3213.0208 Concrete HES (extra depth) 32 13 13 CY 150 $140.00 $21,000.00 10 3213.0700 Joint Sealant 32 13 73 LF 1,000 $2.75 $2,750.00 11 9999.0000 Geogrid Tensar (TRIAX 140-475) or Approved equal 99 99 00 SY 4,000 $2.50 $10,000.00 12 3217.2001 Raised Marker TY W 32 17 23 EA 100 $3.00 $300.00 13 3217,2002 Raised Marker TY Y 32 17 233 EA 100 $3.00 $300.00 14 3217.2101 REFL- Raised Marker TY kA 32 17 23 EA 20 $2.00 $40.00 15 3217.2102 REFL Raised Marker TY I-C 32 17 23 EA 20 $2.00 $40.00 16 3217.2103 REFL Ralsed Marker TY II -A -A 32 17 23 EA 20 $2.00 $40.00 17 3217.2104 REEL Raised Marker TY II-C-R 32 17 23 EA 20 $2.00 $40.00 18 3217.0001 4" Solid Thermoplastic (HAS) Lane Line 32 17 23 LF 400 $4.00 $1,600.00 19 3217.0201 8" Solid Thermoplastic (HAS) Lane Line 32 17 23 LF 200 $6.00 $1,200.00 20 3217.0301 12" SLD Pvmt Marking HAE 32 17 23 LF 200 $8.00 $1,600.00 21 13217.0401 18" SLD Pvmt Marking HAE 32 17 23 LF 200 $11.00 $2,200.00 22 3217.0501 24" SLD Pvmt Marking HAE 32 17 23 LF 100 $16.00 $1,600.00 23 3217.6001 Curb Address Painting 32 17 25 EA 2 $50.00 $100.00 24 3292.0100 Block Sod Placement 32 92 13 SY 1,000 $9.00 $9,000.00 25 3306.0108 Miscellaneous Adjustment (utilities) 33 05 14 LS 1 $5,000.00 $5,000.00 26 9999.0000 Remove and Replace 20 ft Curb Inlet Top 33 49 20 FA 1 $2,500.00 $2,600.0101 27 3441.1301 Loop Detector Cable Sawcut 34 41 10 LF 200 $7.00 $1,400.00 28 3441.1302 14 AWG Loop Detect Cable 34 41 10 LF 200 $4.00 $800.00 29 3471.0002 Portable Message Sign 34 71 13 WK 24 $600.00 $14,400.00 30 9999.0096 Paving Construction Allowance EA 1 $20,000.00 $20,000.00 Bid Summary Total Bid $862,484.00 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2020 CONCRETE RESTORATION CONTRACT I Form Revised 20120120 City Project No. 102105 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 00 43 13 BID BOND Page 1 of 2 That we, MAKOU, Inc. , known as "Bidder" herein and Oklahoma Surety Company a corporate surety duly authorized to do business in the State of Texas, known as "Surety" herein, are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal sum of five percent (,%) 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 2020 CONCRETE RESTORATION CONTRACT 1 At Various Locations NOW, THEREFORE, the condition of this obligation is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract in writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void. If, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall fie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division_ IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 18th day of July 2019. PRINCIPAL: MAKOU, Inc. BY: gnat e ATTEST: L P Witness as to Pri at Name and Title CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2020 CONCRETE RESTORATION CONTRACT 1 Form Revised 20171 M City Project No.102105 aln,ngie Astran Attach Power of Attorney (Surety) for Attorney -in -Fact Address: 6204 Parkside Dr. Arlington, TX 76001 SURETY: Oklahoma Surety Company BY: Ign ure Brent M. Blonigan, Attorney -in -Fact Name and Title Address: 1437 South Boulder, Suite 100 Tulsa, Oklahoma 74119 Telephone Number: 918-587-7221 00 43 13 BID BOND Page 2 of 2 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2020 CONCRETE RESTORATION CONTRACT 1 Form Revised 20171109 City Project No. 102105 MID-CONTTINTN'T CASUALTY COMPANT Y STATE OF TEXAS CLABI NOTICE ENNDORSEMEINT In accordance with Section 2253,021 (f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code.. any notice of claim to the named surety- under this bond(s) should be sent to: 4lailing: MID-CONTIINTEIN'T CASUALTY C0--%jPAN'y OKLAHOMA SURETY COMPA L P.O. BOX 1409 TULSA, OK 74101 TELEPHONTE NO. 1-800-722-4994 FAX NO, 1-918-586-0840 E-MAIL: CLAIMS@MCG-I\TS.COM Physical: 1437 S. BOULDER SUITE 200 TULSA, OKLAHOMA 74119 ATTACH THIS NOTICE TO YOUR BOND UPON EXECUTION OF .THE BOND TXdMendsmt07 OKLAHOMA SURETY COMPANY 1437 SQDUTA BOULDER, SUfTE 200 - TULSA, OKLAt-it:DlV A 74119 • 918-587-7221 ff FAX 918-588-1253 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESET rfS.' Thal the OKLA"DMA SURETY COMPANY , a corporation organized_ "and existing under sand by ArtuE of the lams of the Stale of Ohla, does 4weby n o;ntnate, constitute and appoint the persarn or persohs named below, each individually if nart !hart nrw la a,amad, Its true and liewiLt aft -meydn-fad, for I; and In Its name, place and stead to execute on behalf of the said Company, as surety, any t=nd alit bonds, undertalri^rs and contraols of suretyship, or other written obligations in the nature thereof. Brent M. Blonigan, Rob Drell:rtg, Debbie Palrnor end Kara Pierce, all of RICHARDSON, TX IN WITKES3 V*IEREQF, ilia OKLAI-rOMA SURETY COMPANY has caused these presents to be signed and Ifested by its appropriate offlctis and %„,gporate sral horeunto affixed this 24 day of June 2019 4" tj Rr rr - Ofr LAHOMA SURETY COMPANY ATTi=ST: 'ra kh ,. A Secretary TODD BAZATA VICE PRESIDENT Dn this 24 day of Ju rte 2019 .hefore me personally appeared TODD BAZATA , fo ,,ne known, being duly ewarn, deposes and says that 5Ihe resldes I'? 'Stokes Arrow- 01;lahoma, that s/he is a Vice President of Oklahoma S urety Company, the company d�rrrlhed Iq and w.hic`G exacbled the above lrist ument; that 5r he knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal'; ilbot tl was ao affixed by authodly of herlhls office under the By -Laws of said Company, and that s/he signed his name thereto by like authority �Irrrr.,r,r�# STATE OF OKLfiH010A COUNTY OF TUL13A ie *ts 'rr Commission # 11008253 My Cc ' n expire ; 0 —08-19 IULIE AL HAN Notary Public Ti Lis Pcrw,-f of Attorney Is grained tyy atrthon:y of the fallowing resolutions adopted by the Board of Directors of Oklahoma -Surety Company ley urlam :oLts w:-rittler::arment datod September 2�i, 2009. RESOLVED; That tha President, l're Executive Vice President, the several Senior Vice Presidents and Vice Presidents or any one of them, bt xrxl fttraby is out^c aed, from time to I", to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, unalFrlakings and cQi1l1!acts of suretyshp, or uther written obligations in the nature thereof; to prescribe their respective duties and the respective IIIWAs of their authar, y; znd io`revvkRi any joph appointment at any drib RE -SOLVED FURT4R_ That Ilia Company sea! and ttia ;ignalure of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may 4a ar4wd by to any power of attorney or certificate of either given for the execution of any bond, undertaking, contract of surstyship, or other t;-kten obligatlon is the nature therect, such signature and seal when so used being hereby adopted by the Company as the original slglunl�ie of such afrlcer er-rd the original &eal of the Company, to 6e valid and binding upon the Company with the same force and effect as though manually orffxed, CERTIFICATION .I S HAfIG N HACKL Secretary of Oklahoma Surety Com , do her by certify that the foregoing Power of Atte rtey and Ube RiMoltiflarje of tha board of Directors of September 25. 2009 have not been re nd are n w f ull forcZ Signed and sealed this day f p--- 1'y17V ZQ' ,wSHARON HAGKL Secretary �{ �. °,HI by,k,` VOID IF BOX IS EMPTY 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas.0 BIDDER: iuLL'(�PII�L*] 6204 PARKSIDE DR ARLINGTON TEXAS 76001 END OF SECTION By: MAQSOOD KHAN (Signature) Title: PRINCIPAL Date: 11 -?,5 1 t q -z CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 2020 CONCRETE RESTORATION CONTRACT 1 City Project No. 102105 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 I8 19 20 21 22 23 24 25 0045 12-1 PREQUAI,IFICATION STATEMENT Page l of 1 SECTION 00 45 12 PREQUAT IIICATION 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 Expiration Date Concrete Paving 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: MAKOU, INC Company 6204 Parkside Drive Address By: A-SovD k"oi (Please Print) Signature: 4t Yc Arlington, Texas 76001 Title: City/State/Zip fP-WG(?A L— (Please Print) Date: END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2020 CONCRETE RESTORATION CONTRACT l City Project No. 102105 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 I SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 102105 Contractor further certifies that, pursuant to Texas Tabor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 11 MAKOU INC By: rm l4-wo, k*4j 1 12 Company (Please Print) 13 l 14 6204 Parkside Drive, � Signature: 15 Address 16 pa I wC f)04 � 17 Arlington, Texas 76001 Title: 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME . the dersigned authority, on this day personally appeared 26 �Ey„ known to me to be the person whose name is 27 subscri ed to the foregoininstrument, and acknowledged to me that he/she executed the same as 28 the act and deed of Vll � n— oyw,,2,; ' for the purposes and 29 consideration therein expressed and in the capacity therein stated. 30 31 GIVEN UNDER MY HAND AND SEAL OF OFFICE this day of 32 C , 200. 33 34 35 36 N ary Public in and for the State of Texas 37 38 END OF SECTION ��`"""''� — CESAR SAAVEDRA 5�,0 J! -2° ;- Notary public, State of Texas 34 9jk•'. `• `e Comm. Expires 06-20-2023 I0 Notary ID 132058262 CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 00 45 40 - 1 Minority Business Enterprise Specifications Page 1 of2 SECTION 00 45 40 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 10% of the total bid value of the contract (Base bid applies to 14 Parks and Community Services). 15 16 Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror 17 must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. 18 19 COMPLIANCE TO BID SPECIFICATIONS 20 On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to 21 comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 22 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 23 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 24 3. Good Faith Effort documentation, or; 25 4. Prime Waiver documentation. 26 27 28 29 30 31 32 33 34 SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. I ]fferw shall delive!' [lie MBE dot;uinentation -in person to die appropriate employee of the p=haising division acid ( h4liyi a da.tellirne receipt. -Stich receipt shall be.evidence thtaT the City E'eceived the docrlorenta ion in the thne allocated. A fared andior emnited copy will not be EEcrepead. 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no day after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised .Tune 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. j 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 M/WBE Office at (817) 212-2674. 8 END OF SECTION 10 II CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102105 Revised June 9, 2015 2 SECTION 00 52 43 AGREEMENT 00 52 43 - 1 Agreement Page 1 of 5 3 THIS AGREEMENT, authorized on September 10, 2019 is made by and between the City of 4 Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City 5 Manager, ("City"), and MAKOU INC, authorized to do business in Texas, acting by and through 6 its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 7. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 2020 CONCRETE RESTORATION CONTRACT 1 16 City Project No. 102105 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 EIGHT HUNDRED SIXTY-TWO THOUSAND 20 FOUR HUNDRED EIGHTY FOUR AND 00/100 Dollars ($862,484.00). 21 Article 4. CONTRACT TIME 22 4.1 Final Acceptance. 23 The Work will be complete for Final Acceptance within 180 Calendar days after the date 24 when the Contract Time commences to run, as provided in Paragraph 2.03 of the General 25 Conditions, plus any extension thereof allowed in accordance with Article 12 of the 26 General Conditions. 27 4.2 Liquidated Damages 28 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 29 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 30 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 31 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 32 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 33 instead of requiring any such proof, Contractor agrees that as liquidated damages for 34 delay (but not as a penalty), Contractor shall pay City SLV HUNDRED AND FIFTY 35 DOLLARS ($650.00,) for each day that expires after the time specified in Paragraph 4.1 36 for Final Acceptance until the City issues the Final Letter of Acceptance. 37 ArticIe 5. CONTRACT DOCUMENTS 38 5.1 CONTENTS: 39 A. The Contract Documents which comprise the entire agreement between City and 40 Contractor concerning the Work consist of the following: CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised 11.15.17 005243.2 Agreement Page 2 of 5 41 1. This Agreement. 42 2. Attachments to this Agreement: 43 a. Bid Form 44 1) Proposal Form 45 2) Vendor Compliance to State Law Non -Resident Bidder 46 3) Prequalification Statement 47 4) State and Federal documents (project specific) 48 b. Current Prevailing Wage Rate Table 49 c. Insurance ACORD Form(s) 50 d. Payment Bond 51 e. Performance Bond 52 f. Maintenance Bond 53 g. Power of Attorney for the Bonds 54 h. Worker's Compensation Affidavit 55 i. MBE and/or SBE Utilization Form 56 3. General Conditions. 57 4. Supplementary Conditions. 58 5. Specifications specifically made a part of the Contract Documents by attachment 59 or, if not attached, as incorporated by reference and described in the Table of 60 Contents of the Project's Contract Documents. 61 6. Drawings. 62 7. Addenda. 63 8. Documentation submitted by Contractor prior to Notice of Award. 64 9. The following which may be delivered or issued after the Effective Date of the 65 Agreement and, if issued, become an incorporated part of the Contract Documents: 66 a. Notice to Proceed. 67 b. Field Orders. 68 c. Change Orders. 69 d. Letter of Final Acceptance. 70 71 Article 6. INDEMNIFICATION 72 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 73 expense, the city, its officers, servants and employees, from and against any and all 74 claims arising out of, or alleged to arise out of, the work and services to be performed 75 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 76 under this contract. This indemnification provision is specifically intended 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 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised 11.45.17 005243-2 Agreement Page 2 of 5 41 1. This Agreement. 42 2. Attachments to this Agreement: 43 a. Bid Form 44 1) Proposal Form 45 2) Vendor Compliance to State Law Non -Resident Bidder 46 3) Prequalification Statement 47 4) State and Federal documents (project specific) 48 b. Current Prevailing Wage Rate Table 49 c. Insurance ACORD Form(s) 50 d. Payment Bond 51 e. Performance Bond 52 f. Maintenance Bond 53 g. Power of Attorney for the Bonds 54 h. Worker's Compensation Affidavit 55 i. MBE and/or SBE Utilization Form 56 3. General Conditions. 57 4. Supplementary Conditions. 58 5. Specifications specifically made a part of the Contract Documents by attachment 59 or, if not attached, as incorporated by reference and described in the Table of 60 Contents of the Project's Contract Documents. 61 6. Drawings. 62 7. Addenda. 63 8. Documentation submitted by Contractor prior to Notice of Award. 64 9. The following which may be delivered or issued after the Effective Date of the 65 Agreement and, if issued, become an incorporated part of the Contract Documents: 66 a. Notice to Proceed. 67 b. Field Orders. 68 c. Change Orders. 69 d. Letter of Final Acceptance. 70 71 Article 6. INDEMNIFICATION 72 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 73 expense, the city, its officers, servants and employees, from and against any and all 74 claims arising out of, or alleged to arise out of, the work and services to be performed 75 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 76 under this contract. This indemnification provision is specifically intended to operate 77 and be effective even if it is alleged or proven that all or some of the damages bein� 78 sought were caused in whole or in part, by any act omission or negligence of the ci 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 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS' City Project No_ 102105 Revised 11.15.17 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 the damages being sought were 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 I 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 73 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 7A Severability. 104 Any provision or part of the Contract Documents held to be unconstitutional, void or 105 unenforceable by a court of competent jurisdiction shaII be deemed stricken, and all 106 remaining provisions shall continue to be valid and minding 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 ill Northern District of Texas, Fort Worth Division. 112 7.6 Authority to Sign. 113 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 114 than the duly authorized signatory of the Contractor. 115 116 7.7 Prohibition On Contracts With Companies Boycotting Israel. 117 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 118 Code, the City is prohibited from entering into a contract with a company for goods or 119 services unless the contract contains a written verification from the company that it: (1) 120 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. CITY OF FORT WORTH 2020 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102105 Revised 11.15.17 005243-4 Agreement Page 4 of 5 121 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 122 in Section 808,001 of the Texas Government Code. By signing this contract, Contractor 123 certifies that Contractor's signature provides written verification to the City that 124 Contractor. (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 sball verify the identity and employment eligibility of its employees who 129 perform work under this Agreement, including completing the Employment Eligibility 130 Verification Form (f-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 PROTECT 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 154 contractors or other entities, and do not relieve the construction contractors or any other 155 entity of their obligations, duties, and responsibilities, including, but not limited to, all 156 construction methods, means, techniques, sequences, and procedures necessary for 157 coordinating and completing all portions of the construction work in accordance with the 158 Contract Documents and any health or safety precautions required by such construction 159 work. The Engineer and its personnel have no authority to exercise any control over any 160 construction contractor or other entity or their employees in connection with their work or 161 any health or safety precautions. 162 163 SIGNATURE PAGE TO FOLLOW 164 CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised 11.15.17 005243-4 Agreement Page 4 of 5 121 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 122 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 123 certifies that Contractor's signature provides written verification to the City that 124 Contractor: (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 (I-9). Upon request by City, Contractor shall provide City with copies of 131 all I-9 forms and supporting eligibility documentation for each employee who performs 132 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 133 establish appropriate procedures and controls so that no services will be performed by any 134 Contractor employee who is not legally eligible to perform such services. 135 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 136 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 137 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 138 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 139 Contractor, shall have the right to immediately terminate this Agreement for violations of 140 this provision by Contractor. 141 142 7.9 No Third -Party Beneficiaries. 143 This Agreement gives no rights or benefits to anyone other than the City and the Contractor I44 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 154 contractors or other entities, and do not relieve the construction contractors or any other 155 entity of their obligations, duties, and responsibilities, including, but not limited to, all 156 construction methods, means, techniques, sequences, and procedures necessary for 157 coordinating and completing all portions of the construction work in accordance with the 158 Contract Documents and any health or safety precautions required by such construction 159 work. The Engineer and its personnel have no authority to exercise any control over any 160 construction contractor or other entity or their employees in connection with their work or 161 any health or safety precautions. 162 163 SIGNATURE PAGE TO FOLLOW 164 CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised 11.15.17 165 166 167 168 169 170 171 172 173 174 175 176 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: VpKi>L( Tric . By. (Signature) Magsood Khan (Printed Name) Title: Principal Address: 6204 Parkside Dr. City/State/Zip: Arlington, Texas 76001 '4 1-2.7 Date City of Fort Worth By: a B doff Ass t City anager Date bq Attest: City Se re at (Seal) M&C 19-0143 Date: 9/ I 0/2019 Form 1295 No. 2019-522726 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 d reporting requirements. Juan Pablo De La Cruz Project Manager gRzrn- d Legality: Douglas W. Black Assistant City Attorney APPR VAL RECO D: William Johnson DIRECTOR, Transportation an ublic Works Department CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11.15.17 2020 COAL 19 Ff MALREMOM ACT 1 cow S g4fif. 02105 '. WORTH, H, Tat Bond No.1020598 0061 13- 1 PERFORMANCE BOND Page I of2 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, MAKOU. INC known as "Principal" herein and 8 Oklahoma Surety 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 I 1 pursuant to the laws of Texas, Known as "City" herein, in the penal sum of, EIGHT HUNDRED 12 SIXTY-TWO THOUSAND FOUR HUNDRED EIGHTY FOUR AND 00/100 DOLLARS 13 ($862,484.00), 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 1 Oth day of September, 2019, which Contract is hereby referred to and made a part 18 hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and 19 other accessories defined by law, in the prosecution of the Work, including any Change Orders, 20 as provided for in said Contract designated as 2020 Concrete Restoration Contract 1, City Project 21 No. 102105. 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 Nor -them District of Texas, Fort 30 Worth Division. CITY OF FORT WORTH NVO CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Info 102105 Revised Iu€y 1, 2011 1 2 3 4 5 6 7 8 9 to I1 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 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 SIGNET? and SEALED this instrument by duly authorized agents and officers on this the 26th day of September 20 19 ATTEST: �� (Principal) Secretary Witnest"t, 'I l i, itne s to Surety Angie Astran, Client Manager PRINCIPAL: MAKOIJ INC BY; _ Name and Title Address: 6204 Parkside Drive Arlington, Texas 76001 SURETY: Oklahoma Suret�Comt?an BY Signature Brent M. Blonigan mm Name and Title Address: 1437 South Boulder, Suite 200 Tulsa, Oklahoma 74119 Telephone Number: 918-587-7221 *Note: If signed by an officer of the Surety Company, there trust 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised duly 1, 2011 2020 CONCRETE RESTORATION CONTRACT I City Project No_ 102105 Bond No. 1020598 00 61 14 - 1 PAYMENT BOND Page 1 of 2 1 SECTION 04 6114 2 PAYMENT BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL 13Y THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, MAKOU INC known as "Principal" herein, and 8 Oklahoma Surety Company I 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 I corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of EIGHT HUNDRED SIXTY-TWO THOUSAND FOUR HUNDRED EIGHTY 13 FOUR AND 001100 DOLLARS ($862.484.00), lawful money of the United States, to be paid in 14 Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we 15 bind 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 18 110' day of September, 2W, 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 2020 Concrete Restoration Contract 1, City Project No. 102105. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and ail) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is blade and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF FORT WORTH 2O20 CONCRETE RFSTORATION CONTRACT I s"rANDARD CONSTRUCTION SPECIFICATUN DOCUMENTS City Project No, 102105 Revised July 1, 2011 1 2 3 4 5 6 7 a 9 10 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 26th day of September 12019 ATTEST: (Principal) Secretary Witness as rincipal �tl ATTEST: (Surety) Secretary Witne as to Surety _ Angie Astran, Client Manager PRINCIPAL: MAKOU. INC BY:c.c/ Si�atu e 6 j19Q�wt, VR,!,1 Nam, -PrlLL Name and Title Address: 6204 Parkside Drive Ariin2ton. Texas 76001 _ SURETY: Oklahoma Surety Company Signature Brent M. Blonigan, Attorney -in -Fact Name and Title .— — Address: 1437 South Boulder, Suite 200 _ Tulsa, Oklahoma 74119 Telephone Number: 918-587-7221 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 2020 CONCRETE. RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 102105 Revised July I, 2011 Bond No. 1020593 0061 19 - 1 MAINTENANCE 80ND Page I of 1 SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARItANT § 7 That we MAKOU INC known as "Principal" herein and 8 Oklahoma Surety 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 the State of Texas, [mown as "City" herein, in the sum of EI HT 12 HUNDRED SIXTY-TWO THOUSAND FOUR HUNDRED EIGHTY FOUR AND 00/100 13 DOLLARS $ 484.00), lawful money of the United States, to be paid in Fort Worth, Tarrant 14 County, Texas, for payment of which sutra well and truly be made unto the City and its 15 successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly 16 and severally, firmly by these presents. 17 18 WHEREAS, the Principal has entered into a certain written contract with the City awarded 19 the 10" day of September, 2019, which Contract is hereby referred to and a made part hereof for 20 afI purposes as if fully set forth herein, to furnish all materials, equipment labor and other 21 accessories as defined by law, in the prosecution of the Work, including any Work resulting from 22 a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract 23 and designated as 2020 Concrete Restoration Contract 1, City Project No_ 102105; and 24 25 WHEREAS, Principal binds itself to use such materials and to so construct the Work in 26 accordance with the plans, specifications and Contract Documents that the Work is and will 27 remain free from defects in materials or workmanship for and during the period of two (2) years 28 after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and 29 30 WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part 31 upon receiving notice from the City of the need therefor at any time within the Maintenance 32 Period, 33 CITY OF FORT WORTH 2020 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 102105 Revised July 1, 2011 006119-2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for whiLh timely nc,t�ce w--- provided by City. so a completion 3 satisfactory to the City, Cher, this obligation shall become null and void; otllelwisG Ia remain In 4 full force and effect. 5 6 7 8 9 to 11 12 13 14 15 16 17 18 19 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that tlic City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and 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 for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CITY OF FORT WORTH 2020 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION S PECIFICATION DOCUMENTS CayPro}ectNo 102105 Revised July I, 2011 0061 19-3 MAINTENANCE BOND Page 3 of 3 I YN WiTIVESS WHEREOF, the Principal and the Surety have each SiGNEYU and SEALED this 2 instrumetll by duly authorik:od agerim-and ofri"ts cn this the 261.11 day of 3 September 20 19 4 5 6 7 8 9 I €t 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 ATTEST: (Principal) Secretary Witness as t incipal ATTEST: (Surety) Secretary itnes - o surety Angie strap, Client Manager PRNCTP AL: Name and Title Address: 6204 Parkside Dr. Arlington, Texas 760001 - SLFRM-Y: Oklahoma Surety Company M Signature Brent M. Blongian, Attorney -in -Fact Naive and Title Address: 1437 South Boulder,Suite 200 Tulsa, Oklahoma 74119 Telephone Number. 918-587-7221 *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 he prior to the date the Contract is awarded. CITY OF FORT WORTH 2020 CONCRF-TE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 OKLAHOMA SURETY COMPANY 1+437 SOUTH BOULDER, SUITE 200 - TULSA, OKLAHOMA 74119 - 918-587-7221 - FAX 910-588-1253 POWER OF ATTORNEY KNOW ALL MEN J V THESE PRESENTS: That the OKI-AHOMA SURETY COMPANY , a aarparattnn arganlzed end rEirlsting under ails by WrIU-8 of ttm iav,s or the Stale or ohla, does hereby nominale, aonoUtmla gird appotrlt the i)mj)i1 or pow ns narriv4 below, each lnMvldually It more 1hwi one f5 narnarl.,t5 true and Iawfeil allorriey-In-fool, for It and in 0 name, pk6ce and shad to oxecute ork bwtwif of I h$ e.W Gaf pnny, air, minty, any and all bonds. undertakings and ooritraos of swetyaf Ip, or ottrer written obligation& in tht• nature lherenf. Brent M_ l3k r fgari, Rob Drelihng, pebble IAImer and Kara Pierce, e!I of RIOHARDSON, TX IN WFTNESS WillEREOF, The OKLAHOMA SURETY COMPANY har. paused Iheae premrtis to he signed and anesteo by its appropriate nlfaasrs and 1 A oratt} i3eaf fl$seunla affixed labs 19 jay of pAugvEA S 1 ��- ����C' '• f� • .'i ik 1 ATTES A L searatary OKLAHOMA SURETY COMPANY aw 1."i IJD $ V2E PRESIDENT On fhio 1 Jdav of August F 2019 before me ptmonaily appeared TODD BAZATA , to me knowri, being duly svmrnr tfepo"M and 1SOya 1 W a2h& resldim in GrcAmrk Arrow. €}kiahorna, ihtit ia+ne ig in Vloo PresidaM of Ok1mkic me S urety Cinmisany, this aamga4y desoribed In and which executed The abaue Instrument; that s)he krima the seal or the said Compa", that the aeol affixed le the said Inwurnerit lei such r:orporste seal, lhat it was so aTfised by aulhorlly of heMila afflce under the fly -Lays of aa:d Company, and that e1he sepreed his name thereto by Pike aulhariry_ STATE OF OKLAHOMA SS CCr,INT Y OF TUL$A Gammir;r>ran p 11008253 i41y C M �MpI -08-211 0 AL JULE U HA f2atary Putrl c This Power of Attarnoy hi prarcted by authwlty or the following tescdutkmadopted by the Boud or Diraatars of Oklahoma Surely Company by 1AAHMaua wrlti an cOrrsrmf d2iletf S 12PIOE she 25, 20N- RESOLVED: 7twl the Pfealdant, M a Executive Vice Preskkwit, Iiie several Ssniw Viae Presiderrta and Vice Presidents or any ane of ahem, be and heMby is authorized, from time to limit, to appoint afre or n1are Attofneysdn-Fact is execute on hehair of the Company, as s4mely, any and all borkd$, undertahing5 and cervtraa#s of !Wretyallip, or other written obllgationa Iri the natwe thereof; to prerarIlse ftlr respective du0les atd The respective limits of Iheir aurllwrity. and la revoke any such appoiritme N at any time. RESOLVED FURTHER: That the Company meal and fhe aigriature of any of the aforaamid ofFicers and any Secretary 4r Asuiglaret Sewelary or the Corr,<pany may tya efflxed by faoalrnlle In any pmr of attorney or oerKcne of fAher given for the execullon at any hand, undertakk%% cprrirarft of tumtyahip, of alb+-g wrlffen obllgailon in ITte nature thefeal, eucfa sion$ture and $"I when en used being herby adopted by the Company m ilfe orlglnaf slgrialve of Bauch officer and lice v6gimi seal of Itie Company, to be valid and bmding upon the Carnpariy with the uarnc farr.E 5nd elfer:t d6 thUugh manueafy afrixed CERTIFJCAITION 1. SHARON HA KL Secretary of Oklahoma Surely Company, tlo liereby oerldf lhal lha wegoing power of Allorney and the ResalkNona of the Beard of Directors or September 25, 2009 have not been r Toy ar or In full fore and af# �ijjrrer'v'j � 53 gl1$li and eemod thf Frt �rt}OH4��yL% •f{I iyl FF,E�f l —Secretary VOID IF BOX IS EMPTY _-UD-CO1��TWENT CASUALTY COMPANY OKLAHO NM SURETY C'O�l:pA�'Y STATE OF TEXAS CLABI NOTICE ENDORSEMENT in acco-dance With Section 2253.021 W cA the Teas Gai-e-,=tiat Cade and Section �53?02(6) of the Texas ProP-- Cade. any notice orclaim to the named surzt� t�rder tcis �o .des} sao�ld be sint tc Mailing: MID-CONTINE-NT CASUALTY CONjPA.Ny OKLAHOMA SLRETY CO�-iPAN-Y P.O. BOX I409 TU L-S A. OK 74101 TELEPIIO�-E NO. I-800-722_A 99 ^. FAX \O. 1-918-586-08_0 F-%IAII-: CLAI\ISUICG-l_ S.CO_\I PIs sisal: 1'3 7 S. BOTMDER SUITE 200 TULSA- OKLAHOMA 71119 ATTACH THIS NOTICE TO YOUR BOND UPOi� EXECUTIO_; OF THE BOND { a WORKERS' COMPENSATION INSURANCE WORKERS'COMPENSATION AND EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described, 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 11/18/18 at 12:01 a.m. standard time, forms a part of. Policy no. 0001315834 of Texas Mutual Insurance Company effective on 11/18/18 Issued to: MAKOU INC This is not a bill NCCI Carrier Code: 29939 Author€zed representative 10/24/18 PO Box 12058, Austin, TX 78711-2058 1 of 1 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 WC 42 03 04 B STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2D 16 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article I — Definitions and Terminology•......................................................................................................... I 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2 — Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents.................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Work.......................................................................................................................... 8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting.............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 -- Contract Documents: Intent, Amending, Reuse............................................................................ 8 3.01 Intent....................................................................................................................... • . ........ - - ...... 8 3.02 Reference Standards...................................................................................................................... 9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................ I I Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions.............................................................................12 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points............................................................... .............14 ............................................. 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article 5 — Bonds and Insurance.....................................................................................................................16 5.01 Licensed Sureties and Insurers .....................16 .............................................................................. 5.02 Performance, Payment, and Maintenance Bonds.......................................................................16 5.03 Certificates of Insurance.............................................................................................................16 5.04 Contractor's Insurance................................................................................................................18 5.05 Acceptance of Bonds and Insurance; Option to Replace...........................................................19 Article 6 --- Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febrmry 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 ......................... 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 ResponsibiIities.......................................................................................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 Rovisiow Febnr uy 2, 2016 Article 10 - Changes in the Work; Claims; Extra Work ............ 10.01 Authorized Changes in the Work ........................... 10.02 Unauthorized Changes in the Work ....................... I0.03 Execution of Change Orders ................................... 10.04 Extra Work.............................................................. 10.05 Notification to Surety .............................................. 10.06 Contract Claims Process ......................................... cif: ................................................................... 38 ................................................................... 39 ................................................................... 39 ................................................................... 39 ................................................................... 39 ................................................................... 40 Article 11 - Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 AIlowances.................................................................................................................................. 43 11.03 Unit Price Work..........................................................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................ ................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ......................48 13.01 Notice of Defects........................................................................................................................ 48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections..................................................................................................................48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work............................................................................................. 51 Article 14 Payments to Contractor and Completion.................................................................................... 52 14.01 Schedule of Values..................................••..................................................................................52 14.02 Progress Payments...................................................................................................................... 52 14.03 Contractor's Warranty of Title................................................................................................... 54 14.04 Partial Utilization........................................................................................................................ 55 14.05 Final Inspection............................................................................................................ ...............55 14.06 Final Acceptance..........................................................................................................•.... ....55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................ 57 Article 15 - Suspension of Work and Termination........................................................................................ 57 15.01 City May Suspend Work............................................................................................................. 57 15.02 City May Terminate for Cause................................................................................................... 58 15.03 City May Terminate For Convenience.......................................................................................60 Article 16 -Dispute Resolution...................................................................................................................... 61 16.01 Methods and Procedures................................................................................... ..................61 CITY OF FORS' WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febwary2, 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............ ............................... CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision- Febnrary2, 2016 62 62 62 62 63 63 00 72 00 - l 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 Iisted 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: Febnay 2, 2016 0072W-1 GENERAL CONDITIONS Page 2 of 63 13. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City-- The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19_ Contract —The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and 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 PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCi JMENTS Revision: Febmmy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day — A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation -- The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnaazy 2, 2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38. Final Inspection -- Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements —Sections of Division I of the Contract Documents. 40. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone —A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs ---Polychlorinated biphenyls: 49. Petroleum —Petroleum, including crude oil or any fraction thereof which is liquid at standard. conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 50. Plans See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febneary2, 2016 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project —The Work to be performed under the Contract Documents. 53. Project Manager --The authorized representative of the City who will be assigned to the Site. 54. Public Meeting An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours --- Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57, Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals ---A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction. activities. 59. Schedule of Values --A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy 2, 2016 00 72 00 _ i GENERAL CONDITIONS Pago 6 of 63 63. Submittals All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions That part of the Contract . Documents which amends or supplements these General Conditions. 67. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. .Intent of Certain Terms or Adjectives: CITY OF FORT WORM STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FehnmTy 2, 20I 6 00 72 00 - 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 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmvy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 8 o£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 C 1'Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnury 2, 2016 0072 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 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febwaty 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: l . 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: February 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Niles in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNIENTS Revision: Febmiy2, 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 FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2,2016 007200-1 GENERAL CONDITIONS Page 13 of 63 there Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if'. 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.- The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2, the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmuy2,2016 40 72 00 - 1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data' is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary 2, 2016 007200-1 GENERAL CONDITIONS Page 15 of63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental, Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for 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 WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 007200_ i GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and Ioss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONS"IkUCITON SPECIFICATION DOCUMENTS Revision: Febmy 2, 2016 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: VII in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10_ Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 007200-I GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnwy2, 2016 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto", defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or deatb 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 SPECIFICATION DOCUMENTS Revision: Febnkuy2, 2016 007200-1 GENEPAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on -behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not 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 Iegal holiday. 6.03 Services, Materials, and Kquipment 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: Febnzry2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 2I 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. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if. a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRIICUON SPECIFICATION DOCUMENTS Revision: Febmty2,2016 00 72 00 - 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; CP1 Y OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febrimy2, 2016 007200-1 GENERAL CONDITIONS Page 23 of63 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. CPTY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnary 2, 2016 007200-1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute .Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkvy 2, 2016 00 72 00 - I 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: February 2, 2D 16 oa72oo-t 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 I Ith 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: Febnory2, 2D 16 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FOWI' WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febaimy2,2016 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 rulings pertaining to the Texas Tax Code, Subchapter H. B. Texas Tax permits and information may be obtained from: 1. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. httD://www.window.state.tx.us/taxinfo/taxforTns/93-fon--ns.htmi 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or 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: Febn ay 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage CIaim 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: Febamry2,2016 007200-I GENERAL CONDITIONS Page 30 of63 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 other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. AlI 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: Febmary2, 2Q l6 00 '72 00 - 1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.1 S.C. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. 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: Febnmiy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 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, tecbnique, 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 MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmry2,2016 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: I . observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4, use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART. BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy 2, 2016 00 72 00 - I GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, 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 MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkuy2, 2016 007200-1 GENERAL CONDITIONS Page 35 o£63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may out 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: Febnwy 2, 2016 007200-1 GENERAL CONDITIONS Page 36 of63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14, 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13,03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febrmy 2, 2016 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safely 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 Juan Pablo De La Cruz, 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 CONSTRUCTION SPECIFICATTON DOCUMENT Revision: Febmery2,2016 007200- i 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 Performed Contractor will determine the actual quantities and classifications of Work performed. City's Project Manager will review with Contractor the preliminary determinations on such matters before rendering a written recommendation. City's written decision will be final (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WORK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy 2, 2016 007200-1 GENERAL CONDITIONS Page 39 of63 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: Febnmuy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb my2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page41 of63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06, ARTICLE 11 COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs -Included.- The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.0 LB, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all ]materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUNMNTS Revision: Febniwy2, 2016 007200-I GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 43 of63 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 11.0I.A.1 or specifically covered by Paragraph 11.0I.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 11.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febamy2,2016 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnwy2, 20I6 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: February2,2016 00 72 00 - I GENERAL CONDITIONS Page 46 of 63 E. For caIlout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CI4ANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee; The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.01.A.1, 11.01.A.2. and 11.01.A.3, the Contractor's additional fee shall be 15 percent except for: 1) rental fees for Contractor's own equipment using standard rental rates; 2) bonds and insurance; b. for costs incurred under Paragraph 11.01.A.4 and 11.0l.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCrioN SPFCIFICA'nON DOCUMENTS Revision: Febniaiy2,20M 007200- I 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 of25%; c_ no fee shall be payable on the basis of costs itemized under Paragraphs 11.0l.A.fi, 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. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUhIENTS Revision: Febnaiy2,2016 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. CrrY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febway 2, 2016 007200-1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 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: Rbnkay 2, 2016 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Doeuments), 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 Iqnd 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: February 2, 2016 00 72 00 - ] GENERAL CONDITIONS Page 51 of63 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, Iosses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmy2, 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 far Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 007200- 1 GENERAL CONDITIONS Page 53 of 63 B. Review ofApplicatlons: 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 1109; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febniaty 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent {5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmay2,2016 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.O5.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: F6imy2,2016 007200-I 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 DOCT MRNTs Revision: Febnny 2, 2016 007200-! 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 IS —,SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. if it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febniwf2, 20I6 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 SPECIFICATION DOCUNMNTS Revision: FebrLoy2,2016 007200-1 GENERAL CONDITIONS Page 59 of63 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. 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 Iaw. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnouy2, 2016 00 72 00 - I 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 WORHI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febn=y2,2016 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not Iater 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: Febnmiy2,2016 007200-1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebnKuy2, 2016 007200- ] 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 PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 007300- l SUPPLEMENTARY CONDITIONS Page l of 5 I SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 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 Supplementary Conditions 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-4.01 A 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.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or casements to be acquired, if any as of June 14, 2019 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 casements 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 locations. SC-4.01A.2, "Availability of Lands" CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised January 22, 2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 1 Utilities or obstructions to be removed, adjusted, and/or relocated 2 3 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated 4 as of June 14„ 2019 5 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT "None" The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. 9 SC-4.02A., "Subsurface and Physical Conditions" 10 11 The following are reports of explorations and tests of subsurface conditions at the site of the Work: 12 I3 A "None" Report No. dated , prepared by ".None " a sub -consultant of "None " a 14 consultant of the City, providing additional information on "None " 15 16 The following are drawings of physical conditions in or relating to existing surface and subsurface 17 structures (except Underground Facilities) which are at or contiguous to the site of the Work: 18 "None " 19 20 SC-4.06A., "Hazardous Environmental Conditions at Site" 21 22 The following are reports and drawings of existing hazardous environmental conditions known to the City: 23 "None" 24 25 SC-5.03A., "Certificates of Insurance" 26 27 The entities listed below are "additional insureds as their interest may appear" including their respective 28 officers, directors, agents and employees. 29 30 (1) City 31 (2) Consultant: "None" 32 (3) Other: "None" 33 34 SC-5.04A., "Contractor's Insurance" 35 36 The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following 37 coverages for not less than the following amounts or greater where required by laws and regulations: 38 39 5.04A. Workers' Compensation, under Paragraph GC-5.04A. 40 41 Statutory limits 42 Employer's liability 43 $100, 000 each accident/occurrence 44 $100, 000 Disease - each employee 45 $500, 000 Disease -policy limit 46 47 SC-5.04B., "Contractor's Insurance" 48 CITY OF FORT WORTH 2020 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised January 22, 2016 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 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.048., which shall be on a per project basis covering the Contractor with minimum limits of: $1, 000, 000 each occurrence $2, 000, 000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide " V, "C", and "U" coverage's, Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C, Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1, 000, 000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250, 000 Bodily Injury per person / $500, 000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks "None" The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract XM N/1J A' Not required for this Contract With respect to the above outlined insurance requirements, the following shall govern: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 2020 CONCRETE RESTORATION CONTRACT I City Project No. 102105 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 1 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in 2 the name of the railroad company. However, if more than one grade separation or at -grade 3 crossing is affected by the Project at entirely separate locations on the line or lines of the same 4 railroad company, separate coverage may be required, each in the amount stated above. 5 6 2. Where more than one railroad company is operating on the same right-of-way or where several 7 railroad companies are involved and operated on their own separate rights -of -way, the Contractor 8 may be required to provide separate insurance policies in the name of each railroad company. 9 10 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a 11 railroad company's right-of-way at a location entirely separate from the grade separation or at- 12 grade crossing, insurance coverage for this work must be included in the policy covering the grade 13 separation. 14 15 4. If no grade separation is involved but other work is proposed on a railroad company's right -of 16 way, all such other work may be covered in a single policy for that railroad, even though the work I7 may be at two or more separate Iocations. 18 19 No work or activities on a railroad company's property to be performed by the Contractor shall be 20 commenced until the Contractor has furnished the City with an original policy or policies of the insurance 21 for each railroad company named, as required above. All such insurance must be approved by the City and 22 each affected Railroad Company prior to the Contractor's beginning work. 23 24 The insurance specified above must be carried until all Work to be performed on the railroad right-of-way 25 has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, 26 insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. 27 Such insurance must name the railroad company as the insured, together with any tenant or lessee of the 28 railroad company operating over tracks involved in the Project. 29 30 SC-6.04., "Project Schedule" 31 32 Project schedule shall be tier 3 for the project. 33 34 SC-6.07., "Wage Rates" 35 36 The following is the prevailing wage rate table(s) applicable to this project and is provided in the 37 Appendixes: 38 The following is the prevailing rate table(s) applicable to this project and is provided in the 39 Appendix: GC -- 6.07, "2013 Prevailing Wage Rate (Highway & Heavy Constructions Projects)". 40 41 SC-6.09., "Permits and Utilities" 42 SC-6.09A., "Contractor obtained permits and licenses" 43 The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 44 Fort fVorth Cily Sit -eel Use Permit. 45 46 47 SC-6.09B. "City obtained permits and licenses" 48 The following are known permits and/or licenses required by the Contract to be acquired by the City: 49 "None" 50 SC-6.09C. "Outstanding permits and licenses" 51 52 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of June 14, 53 2019 54 55 Outstanding Permits and/or Licenses to Be Acquired CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised January 22, 20 t 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION "None" SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority None None None SC-8.01, "Communications to Contractor" SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Juan Pablo De La Cruz or his/her successor pursuant to written notification from the Director of Transportation and Public Works. SC-13.03C., `Nests 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. CI"I'Y" OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 2020 CONCRETE RESTORATION CONTRACT 1 City Project No. 102I05 01i100-1 SUMMARY OF WORK Page [ of 3 1 SECTION 01 11 00 2 SUMMARY OF WORK 3 PARTI- 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. TvbE IL171A"IJONI AND DLYIOB LI iTIOKSTTA LL BF.-SLFBSIDfA14Y TO 9 `FHIS PROM CT PAY 1 m:mS. N0 SE:PARATE PAY_ N0 PAYMENT WILL BE 10 MADE FOR MOBIL IZAT10IN ANI) DEMOBiLi2ATION FRO[Vl ONE I LOCA`i JON TO flNO I`bIER IN NORMAL PROGRESS OF PERFORMING THE 12 WO E.K..k.L:N,03fl.IZA TIN PAY I'L'1'M SHALL ,BL PAID FOR SUSMNSION 13 OF WOO. SPUCIALLY RFQ1.JTRl.'D IN TIC ? Ci?N 1'i CT rX)CfJ FN r . .R 14 AS r ,QUIRE 1) ICY'I'RF-CI -Y- 15 C. Related Specification Sections include, but are not necessarily limited to: f 6 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 alI Work necessary for this construction project as detailed in the Drawings and 27 Specifications. 28 B. Subsidiary Work 29 1. Any and all Work specifically governed by documentary requirements for the 30 project, such as conditions imposed by the Drawings or Contract Documents in 31 which no specific item for bid has been provided for in the Proposal and the item is 32 not a typical unit bid item included on the standard bid item list, then the item shall 33 be considered as a subsidiary item of Work, the cost of which shall be included in 34 the price bid in the Proposal for various bid items. 35 C. Use of Premises 36 1. Coordinate uses of premises under direction of the City. 37 2. Assume full responsibility for protection and safekeeping of materials and 38 equipment stored on the Site. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 01 11 00 - 2 SUMMARY OF WORK Page 2 of 3 1 3. Use and occupy only portions of the public streets and alleys, or other public places 2 or other rights -of -way as provided for in the ordinances of the City, as shown in the 3 Contract Documents, or as may be specifically authorized in writing by the City. 4 a. A reasonable amount of tools, materials, and equipment for construction 5 purposes may be stored in such space, but no more than is necessary to avoid 6 delay in the construction operations. 7 b. Excavated and waste materials shall be stored in such a way as not to interfere 8 with the use of spaces that may be designated to be left free and unobstructed 9 and so as not to inconvenience occupants of adjacent property. 10 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 11 manner as not to interfere with the operation of the railroad. 12 1) All Work shall be in accordance with railroad requirements set forth in 13 Division 0 as well as the railroad permit. 14 D. Work within Easements 15 1. Do not enter upon private property for any purpose without having previously 16 obtained permission from the owner of such property. 17 2. Do not store equipment or material on private property unless and until the 18 specified approval of the property owner has been secured in writing by the 19 Contractor and a copy furnished to the City. 20 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 21 obstructions which must be removed to make possible proper prosecution of the 22 Work as a part of the project construction operations. 23 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 24 Iawns, fences, culverts, curbing, and all other types of structures or improvements, 25 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 26 appurtenances thereof, including the construction of temporary fences and to all 27 other public or private property adjacent to the Work. 28 5. Notify the proper representatives of the owners or occupants of the public or private 29 lands of interest in lands which might be affected by the Work. 30 a. Such notice shall be made at least 48 hours in advance of the beginning of the 31 Work. 32 b. Notices shall be applicable to both public and private utility companies and any 33 corporation, company, individual, or other, either as owners or occupants, 34 whose land or interest in land might be affected by the Work. 35 c. Be responsible for all damage or injury to property of any character resulting 36 from any act, omission, neglect, or misconduct in the manner or method or 37 execution of the Work, or at any time due to defective work, material, or 38 equipment. 39 6. Fence 40 a. Restore all fences encountered and removed during construction of the Project 41 to the original or a better than original condition. 42 b. Erect temporary fencing in place of the fencing removed whenever the Work is 43 not in progress and when the site is vacated overnight, and/or at all times to 44 provide site security. 45 c. The cost for all fence work within easements, including removal, temporary 46 closures and replacement, shall be subsidiary to the various items bid in the 47 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACTI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 011100-3 SUMMARY OF 'WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 12 13 END OF SECTION IRevision Log DATE NAME I STTNMARY OF CHANGE CTFY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 20I2 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0125 00 SUBSTITUTION PROCEDURES 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 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 I or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1, None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be allowed for this Item. 23 1.3 REFERENCES [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 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 012500-2 SUBSTITUTION PROCEDURES Page 2 of 4 1 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1. Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 2. Submit 3 copies of each written request for substitution, including: 9 a. Documentation 10 1) Complete data substantiating compliance of proposed substitution with 11 Contract Documents 12 2) Data relating to changes in construction schedule, when a reduction is 13 proposed 14 3) Data relating to changes in cost 15 b. For products 16 1) Product identification 17 a) Manufacturer's name 18 b) Telephone number and representative contact name 19 c) Specification Section or Drawing reference of originally specified 20 product, including discrete name or tag number assigned to original 21 product in the Contract Documents 22 2) Manufacturer's literature clearly marked to show compliance of proposed 23 product with Contract Documents 24 3) Itemized comparison of original and proposed product addressing product 25 characteristics including, but not necessarily limited to: 26 a) Size 27 b) Composition or materials of construction 28 c) Weight 29 d) Electrical or mechanical requirements 30 4) Product experience 31 a) Location of past projects utilizing product 32 b) Name and telephone number of persons associated with referenced 33 projects knowledgeable concerning proposed product 34 c) Available field data and reports associated with proposed product 35 5) Samples 36 a) Provide at request of City. 37 b) Samples become the property of the City. 38 c. For construction methods: 39 1) Detailed description of proposed method 40 2) Illustration drawings 41 C. Approval or Rejection 42 1. Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 wilI be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 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 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A. In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 PART 3 - EXECUTION [NOT USED] 29 30 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2020 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 1 EXHIBIT A 2 REQUEST FOR SUBSTITUTION FORM: 3 4 TO: 5 PROJECT: DATE: 6 We hereby submit for your consideration the following product instead of the specified item for 7 the above project: 8 SECTION PARAGRAPH SPECIFIED ITEM 9 10 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 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 013119 PRECONSTRUCTION MEETING 01 31 19- 1 PRECONSTRUCTION MEETING Page 1 of 3 S 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 I General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A. Coordination 1. 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 I. 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 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised August 17, 2012 0131 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 1 e. Other City representatives 2 f. Others as appropriate 3 4. Construction Schedule 4 a. Prepare baseline construction schedule in accordance with Section 0132 16 and 5 provide at Preconstruction Meeting. 6 b. City will notify Contractor of any schedule changes upon Notice of 7 Preconstruction Meeting. 8 S. Preliminary Agenda may include: 9 a. Introduction of Project Personnel 10 b. General Description of Project 11 c. Status of right-of-way, utility clearances, easements or other pertinent permits 12 d. Contractor's work plan and schedule 13 e. Contract Time 14 f. Notice to Proceed 15 g. Construction Staking 16 h. Progress Payments 17 i. Extra Work and Change Order Procedures 18 j. Field Orders 19 k. Disposal Site Letter for Waste Material 20 1. Insurance Renewals 21 m. Payroll Certification 22 n. Material Certifications and Quality Control Testing 23 o. Public Safety and Convenience 24 p. Documentation of Pre -Construction Conditions 25 q. Weekend Work Notification 26 r. Legal Holidays 27 s. Trench Safety Plans 28 t. Confined Space Entry Standards 29 u. Coordination with the City's representative for operations of existing water 30 systems 3I v. Storm Water Pollution Prevention PIan 32 w. Coordination with other Contractors 33 x. Early Warning System 34 y. Contractor Evaluation 35 z. Special Conditions applicable to the project 36 aa. Damages Claims 37 bb. Submittal Procedures 38 cc. Substitution Procedures 39 dd. Correspondence Routing 40 ee. Record Drawings 41 ff. Temporary construction facilities 42 gg. M/WBE or MBE/SBE procedures 43 hh. Final Acceptance 44 ii. Final Payment 45 J. Questions or Comments CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised August 17, 2012 01 31 19 - 3 PRECONSIRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SP1 CIFICAITON DOCUMENTS City Project No, 1021.05 Revised August 17, 2012 01 31 20 - 1 PROJECT MEETINGS Page 1 of3 1 SECTION 013120 2 PROJECT MEETINGS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for project meetings throughout the construction period to enable orderly 7 review of the progress of the Work and to provide for systematic discussion of 8 potential problems 9 B. Deviations this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Work associated with this Item is considered subsidiary to the various items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Coordination 21 1. Schedule, attend and administer as specified, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 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 I 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 detennined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2014 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 01 31 20. 2 PROJECT MEETINGS Page 2 of 3 b. Proj ect Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin. until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues c. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j. Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions in. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CITY OF FORT WORTI[ STANDARD CONS'IRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2020 CONCRETE RESTORATION CONTRACT 1 City Project No. 102105 013120-3 PROJECT MEETINGS Page 3 of 3 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED 12 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 1.9 QUALITY ASSURANCE [NOT USED] 16 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 17 1.11 FIELD [SITE] CONDITIONS [NOT USED] 18 1.12 WARRANTY [NOT USED] 19 PART 2 - PRODUCTS [NOT USED] 20 PART 3 - EXECUTION [NOT USED] 21 22 23 END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0132 33 PRECONSTRUCTION VIDEO 01 32 33 - 1 PRECONSTRUCI'ION VIDEO Page I 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 Forms and Conditions of the Contract 12 2. Division 1 -- General .Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruct ion 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 L10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 111 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WOR"1'H 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 01 32 33 - 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 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 013300-1 SUBMITTALS Page I of S 1 SECTION 0133 00 2 SUBMITTALS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Coordination 24 1. Notify the City in writing, at the time of submittal, of any deviations in the 25 submittals from the requirements of the Contract Documents. 26 2. Coordination of Submittal Times 27 a. Prepare, prioritize and transmit each submittal sufficiently in advance of 28 performing the related Work or other applicable activities, or within the time 29 specified in the individual Work Sections, of the Specifications. 30 b. Contractor is responsible such that the installation will not be delayed by 31 processing times including, but not limited to: 32 a) Disapproval and resubmittal (if required) 33 b) Coordination with other submittals 34 c) Testing 35 d) Purchasing 36 e) Fabrication 37 f) Delivery 38 g) Similar sequenced activities 39 c. No extension of time will be authorized because of the Contractor's failure to 40 transmit submittals sufficiently in advance of the Work. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 013300-2 SUBMITTALS Page 2 of 8 1 d. Make submittals promptly in accordance with approved schedule, and in such 2 sequence as to cause no delay in the Work or in the work of any other 3 contractor. 4 B. Submittal Numbering 5 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- 6 reference identification numbering system in the following manner: 7 a. Use the first 6 digits of the applicable Specification Section Number. 8 b. For the next 2 digits number use numbers 0 1 -99 to sequentially number each 9 initial separate item or drawing submitted under each specific Section number. 10 c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. 11 A=2nd submission, B=3rd submission, C=4th submission, etc.). A typical 12 submittal number would be as follows: 13 14 03 30 00-08-B 15 16 1) 03 30 00 is the Specification Section for Concrete 17 2) 08 is the eighth initial submittal under this Specification Section 18 3) B is the third submission (second resubmission) of that particular shop 19 drawing 20 C. Contractor Certification 21 1. Review shop drawings, product data and samples, including those by 22 subcontractors, prior to submission to determine and verify the following: 23 a. Field measurements 24 b. Field construction criteria 25 c. Catalog numbers and similar data 26 d. Conformance with the Contract Documents 27 2. Provide each shop drawing, sample and product data submitted by the Contractor 28 with a Certification Statement affixed including: 29 a. The Contractor's Company name 30 b. Signature of submittal reviewer 31 c. Certification Statement 32 1) `By this submittal, I hereby represent that I have determined and verified 33 field measurements, field construction criteria, materials, dimensions, 34 catalog numbers and similar data and I have checked and coordinated each 35 item with other applicable approved shop drawings." 36 D. Submittal Format 37 1. Fold shop drawings larger than 8 % inches x I I inches to 8 %2 inches x 11 inches. 38 2. Bind shop drawings and product data sheets together. 39 3. Order 40 a. Cover Sheet 41 1) Description of Packet 42 2) Contractor Certification 43 b. List of items / Table of Contents 44 c. Product Data /Shop Drawings/Samples /Calculations 45 E. Submittal Content 46 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 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: (7 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 2020 CONCRETE RESTORATION CONTRACT I STANDARD CONS'IRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 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 Iisting 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 Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets 15 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on -site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) If Contractor requires more than 1 hard copy of Shop Drawings 38 returned, Contractor shall submit more than the number of copies listed 39 above. 40 c. Product Data 41 1) Upload submittal to designated project directory and notify appropriate 42 City representatives via email of submittal posting. 43 2) Hard Copies 44 a) 3 copies for all submittals 45 d. Samples 46 1) Distributed to the Project Representative 47 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 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 47 48 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN' is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 013300-6 SUBMITTALS Page 6 of 8 1 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of 2 the notations and comments IS NOT required by the Contractor. 3 a) The Contractor may release the equipment or material for manufacture; 4 however, all notations and comments must be incorporated into the 5 final product. 6 c. Cade 3 7 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is 8 assigned when notations and comments are extensive enough to require a 9 resubmittal of the package. 10 a) The Contractor may release the equipment or material for manufacture; 11 however, all notations and comments must be incorporated into the 12 final product. 13 b) This resubmittal is to address all comments, omissions and 14 non -conforming items that were noted. 15 c) Resubmittal is to be received by the City within 15 Calendar Days of 16 the date of the City's transmittal requiring the resubmittal. 17 d. Code 4 18 1) "NOT APPROVED" is assigned when the submittal does not meet the 19 intent of the Contract Documents. 20 a) The Contractor must resubmit the entire package revised to bring the 21 submittal into conformance. 22 b) It may be necessary to resubmit using a different manufacturer/vendor 23 to meet the Contract Documents. 24 6. Resubmittals 25 a. Handled in the same manner as first submittals 26 1) Corrections other than requested by the City 27 2) Marked with revision triangle or other similar method 28 a) At Contractor's risk if not marked 29 b. Submittals for each item will be reviewed no more than twice at the City's 30 expense. 31 1) All subsequent reviews will be performed at times convenient to the City 32 and at the Contractor's expense, based on the City's or City 33 Representative's then prevailing rates. 34 2) Provide Contractor reimbursement to the City within 30 Calendar Days for 35 all such fees invoiced by the City. 36 c. The need for more than 1 resubmission or any other delay in obtaining City's 37 review of submittals, will not entitle the Contractor to an extension of Contract 38 Time. 39 7. Partial Submittals 40 a. City reserves the right to not review submittals deemed partial, at the City's 41 discretion. 42 b. Submittals deemed by the City to be not complete will be returned to the 43 Contractor, and will be considered "Not Approved" until resubmitted. 44 c. The City may at its option provide a list or mark the submittal directing the 45 Contractor to the areas that are incomplete. 46 8. If the Contractor considers any correction indicated on the shop drawings to 47 constitute a change to the Contract Documents, then written notice must be 48 provided thereof to the City at least 7 Calendar Days prior to release for 49 manufacture. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102105 Revised December 20, 2012 013300-7 SUBMITTALS Page 7 of 8 1 9. When the shop drawings have been completed to the satisfaction of the City, the 2 Contractor may carry out the construction in accordance therewith and no further 3 changes therein except upon written instructions from the City. 4 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days 5 following receipt of submittal by the City. 6 L. Mock ups 7 1. Mock Up units as specified in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifically required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 N. Request for Information (RFI) 14 1. Contractor Request for additional information 15 a. Clarification or interpretation of the contract documents 16 b. When the Contractor believes there is a conflict between Contract Documents 17 c. When the Contractor believes there is a conflict between the Drawings and 18 Specifications 19 1) Identify the conflict and request clarification 20 2. Use the Request for Information (RFI) form provided by the City. 21 3. Numbering of RFI 22 a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 IS SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 I.9 QUALITY ASSURANCE [NOT USED] 35 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 36 1.11 FIELD [SITE] CONDITIONS [NOT USED] 37 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 013300-8 SUBMITTALS Page 8 of 8 I 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 A.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 013513-1 SPECIAL. PROJECT PROCEDURES Page l of S SECTION 0135 13 SPECIAL PROJECT PROCEDURES A. Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additional Insurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. 2. Railroad Flagmen CITY OF FORT WORTH 2O20 CONCRETE RESTORATTON CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 01 35 13 - 2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad .Flagmen are present at the 6 Site. 7 c. The price bid shall include- 8 1) Coordination for scheduling flagmen 9 2) Flagmen 10 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the rigbt-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 2O20 CONCRETE RESTORMION CONTRACT l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 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 35 13 -3 SPECIAL PROJECT PROCEDURES Page 3 of 8 a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2.- Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m, if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 G. Water Department Coordination CITY OF FORTWORM STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2020 CONCRETE RESTORATION CONTRACT 1 City Project No. 102105 01 35 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 11 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal 15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 wiIl 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 2O20 CONCRETE RESTORATION CONTRACT l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 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) 1.8 1. At locations in the Project where construction activities occur in areas where 19 USAGE 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 2020 CONCRETE. RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] m 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.H — Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752, High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 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 FROlifi' THE DATE OF THIS NOTICE, IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. [CONTRACTOR'S SUPERINTENDENTS AT [TELEPHONE NO> m Mr. [CITY INSPECTOR> AT C 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 WORTTI STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2020 CONCRETE RESTORATION CONTRACT I City Project No. 102105 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 EXHIBIT B 0) 3 4 FORTWORTH fla,e: Project tea: NOTICE OFF 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 _ (CITY INSPECTOR) AT (TELEPHONE NUMBER) THIS )INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Testing and inspection services procedures and coordination 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 a. Contractor is responsible for performing, coordinating, and payment of all 17 Quality Control testing. 18 b. City is responsible for performing and payment for first set of Quality 19 Assurance testing. 20 1) If the first Quality Assurance test performed by the City fails, the 21 Contractor is responsible for payment of subsequent Quality Assurance 22 testing until a passing test occurs. 23 a) Final acceptance will not be issued by City until all required payments 24 for testing by Contractor have been paid in full. 25 1.3 REFERENCES [NOT USED] 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Testing 28 1. Complete testing in accordance with the Contract Documents. 29 2. Coordination 30 a. When testing is required to be performed by the City, notify City, sufficiently 31 in advance, when testing is needed. 32 b. When testing is required to be completed by the Contractor, notify City, 33 sufficiently in advance, that testing will 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 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENrS City Project No. 102105 Revised July 1, 2011 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2) Upload test reports to designated project directory and notify appropriate 2 City representatives via email of submittal posting. 3 3) 14ard Copies 4 a) I 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 I SUIVEAARY OF CHANGE CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July I, 2011 01 50 00 -- 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 I SECTION 0150 00 2 TEMPORARY FACILITIES AND CONTROLS 3 PART1- 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- g 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 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. Temporary Utilities 25 1. Obtaining Temporary Service 26 a. Make arrangements with utility service companies for temporary services. 27 b. Abide by rules and regulations of utility service companies or authorities 28 having jurisdiction. 29 c. Be responsible for utility service costs until Work is approved for Final 30 Acceptance. 31 1) Included are fuel, power, light, heat and other utility services necessary for 32 execution, completion, testing and initial operation of Work. 33 2. Water 34 a. Contractor to provide water required for and in connection with Work to be 35 performed and for specified tests of piping, equipment, devices or other use as 36 required for the completion of the Work. 37 b. Provide and maintain adequate supply of potable water for domestic 38 consumption by Contractor personnel and City's Project Representatives. 39 c. Coordination 40 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Pirojcct No. 102105 Revised July 1, 2011 015000-2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. I0 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary beat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 27 4. Remove facilities at completion of Project 28 C. Storage Sheds and Buildings 29 1. Provide adequately ventilated, watertight, weatherproof storage facilities with floor 30 above ground level for materials and equipment susceptible to weather damage. 31 2. Storage of materials not susceptible to weather damage may be on blocks off 32 ground. 33 3. Store materials in a neat and orderly manner. 34 a. Place materials and equipment to permit easy access for identification, 35 inspection and inventory. 36 4. Equip building with lockable doors and lighting, and provide electrical service for 37 equipment space heaters and heating or ventilation as necessary to provide storage 38 environments acceptable to specified manufacturers. 39 5. Fill and grade site for temporary structures to provide drainage away from 40 temporary and existing buildings. 41 6. Remove building from site prior to Final Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1 1. Contractor is responsible for maintaining dust control through the duration of the 2 project. 3 a. Contractor remains on -call at all times 4 b. Must respond in a timely manner 5 F. Temporary Protection of Construction 6 1. Contractor or subcontractors are responsible for protecting Work from damage due 7 to weather. 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 11 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE [NOT USED] 13 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 14 1.11 FIELD [SITE] CONDITIONS [NOT USED] 15 1.12. WARRANTY [NOT USED] 16 PART 2 - PRODUCTS [NOT USED] 17 PART 3 - EXECUTION [NOT 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] 1 [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF PORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102105 Revised July 1, 2011 I 2 3 4 5 S 015000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 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 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2020 CONCRETE RESTORATION CONTRACT 1 City Project No. 102105 01 55 26 - I STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page i of 3 I SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART]- GENERAL 4 L1 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 To B. Deviations from. this City of fort Worth Standard Specification 11 1. None, 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1 — General Requirements 15 3. Section 34 71 13 — Traffic Control 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES 21 A. Reference Standards 22 1. Reference standards cited in this specification refer to the current reference standard 23 published at the time of the latest revision date logged at the end of this 24 specification, unless a date is specifically cited. 25 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 26 1.4 ADMINISTRATIVE REQUIREMENTS 27 A. Traffic Control 28 1. General 29 a. When traffic control plans are included in the Drawings, provide Traffic 30 Control in accordance with Drawings and Section 34 71 13. 31 b. When traffic control plans are not included in the Drawings, prepare traffic 32 control plans in accordance with Section 34 71 13 and submit to City for 33 review. 34 1) Allow minimum 10 working days for review of proposed Traffic Control. 35 B. Street Use Permit 36 1. Prior to installation of Traffic Control, a City Street Use Permit is required. 37 a. To obtain Street Use Permit, submit Traffic Control Plans to City 38 Transportation and Public Works Department. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 015526-2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 1) Allow a minimum of 5 working days for permit review. 2 2) Contractor's responsibility to coordinate review of Traffic Control plans for 3 Street Use Permit, such that construction is not delayed. 4 C. Modification to Approved Traffic Control 5 1. Prior to installation traffic control: 6 a. Submit revised traffic control plans to City Department Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum 5 working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F, Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE ]NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2 - PRODUCTS [NOT USED] 35 PART 3 - EXECUTION [NOT USED] 36 END OF SECTION CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1,2011 0157 13- 1 STORM WATER POLLUTION PREVENTION Page 1 of 3 1 SECTION 0157 13 2 STORM WATER POLLUTION PREVENTION 3 PARTI- 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 I — General Requirements 13 3. Section 31 25 00 —Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than i acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payment will be allowed for this Item. 19 2. Construction Activities resulting in greater than I acre of disturbance 20 a. Measurement and Payment shall be in accordance with Section 31 25 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOI 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated 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 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 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 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and past at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 4) Once the project has been completed and all the closeout requirements of TCEQ have been met a TCEQ Notice of Termination can be submitted. a) ,Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088, 40 1.5 SUBMITTALS 41 A. SWPPP 42 1. Submit in accordance with Section 0133 00, except as stated herein. 43 a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City 44 as follows: 45 1) 1 copy to the City Project Manager 46 a) City Project Manager will forward to the City Department of 47 Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH 2020 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revisod July 1, 2011 01 57 13-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 1 ] PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 14 15 END OF SECTION IRevision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 015813-1 TEMPORARY PROJECT SIGNAGE Page I of 3 1 SECTION 0158 13 2 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1, None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 —Bidding Requirements, Contract forms and Conditions of the Contract 11 2. Division 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 [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 24 1.11 FIELD [SITE] CONDITIONS [NOT USED] 25 1.12 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 1. Provide freestanding Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 0158 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/-inch fir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE QUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NOT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1. Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request of the City. 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT USED] 24 311 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O20 CONCRETE, RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIF'ICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 I 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 01 60 00 - 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 I7 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 SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH 2020 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 016000.2 PRODUCT REQUIREMENTS Page 2 of 2 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 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 10/12/12 D, Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 01 6600- 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page I of 4 I SECTION Of 66 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling I0 b. Exposure to elements or harsh environments I I B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1 — General Requirements 16 1.2 PRICE AND PAYMENT PROCEDURES 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment will be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIRFMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 S. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 2. Make necessary provisions for safe storage of materials and equipment. 14 a. Place loose soil materials and materials to be incorporated into Work to prevent 15 damage to any part of Work or existing facilities and to maintain free access at 16 all times to all parts of Work and to utility service company installations in 7 vicinity of Work. 8 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative, 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stored along line of 31 Work to avoid inconvenience'and damage to property owners and general public 32 and maintain at least 3 feet from fire hydrant. 33 9. Keep public and private driveways and street crossings open. 34 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to 35 satisfaction of City's Project Representative. 36 a. Total length which materials may be distributed along route of construction at 37 one time is 1,000 linear feet, unless otherwise approved in writing by City's 38 Project Representative. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No 102105 Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD IoR] SITE QUALITY CONTROL 12 A. Tests and Inspections I3 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION 22 A. Protect all products or equipment in accordance with manufacturer's written directions. 23 B. Store products or equipment in location to avoid physical damage to items while in 24 storage. 25 C. Protect equipment from exposure to elements and keep thoroughly dry if required by 26 the manufacturer. 27 3.13 MAINTENANCE [NOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July I, 2011 016600-4 PRODUCT STORAGE AND HANDLING RTQUIREMENTS Page 4 of Revision Log DATE NAME SUNDAARY OF CHANGE CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 017000-1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation I 1 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 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised November 22, 2016 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 I ) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division I — 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 2. Remobilization for suspension of Work as required by City 36 a. Measurement and Payment 37 1) This shall be submitted as a Contract Claim in accordance with Article 10 38 of Section 00 72 00. 39 2) No payments will be made for standby, idle time, or lost profits associated 40 with this Item. 41 3. Mobilizations and Demobilizations for Miscellaneous Projects 42 a. Measurement 43 1) Measurement for this Item shall be for each Mobilization and. 44 Demobilization required by the Contract Documents 45 b. Payment CITY OF FORT WORTH 2020 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised November 22, 2016 017000-3 MOBILIZATION AND REMOJ31LJZATION Page 3 of 4 1 1) The Work performed and materials furnished in accordance with this Item 2 and measured as provided under "Measurement" will be paid for at the unit 3 price per each "Work Order Mobilization" in accordance with Contract 4 Documents. Demobilization shall be considered subsidiary to mobilization 5 and shall not be paid for separately. 6 c. The price shall include: 7 1) Mobilization as described in Section I.I.A.3.a.1) 8 2) Demobilization as described in Section 1.1.A.3.a.2) 9 d. No payments will be made for standby, idle time, or lost profits associated this 10 Item. 11 4. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 12 a. Measurement 13 1) Measurement for this Item shall be for each Mobilization and 14 Demobilization required by the Contract Documents 15 b. Payment 16 1) The Work performed and materials furnished in accordance with this Item 17 and measured as provided under "Measurement" will be paid for at the unit 18 price per each "Work Order Emergency Mobilization" in accordance with 19 Contract Documents. Demobilization shall be considered subsidiary to 20 mobilization and shall not be paid for separately. 2I c. The price shall include 22 1) Mobilization as described in Section 1.1.A.4.a) 23 2) Demobilization as described in Section I.1.A.3.a.2) 24 d. No payments will be made for standby, idle time, or lost profits associated this 25 Item. 26 1.3 REFERENCES [NOT USED] 27 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 28 1.5 SUBMITTALS [NOT USED] 29 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 30 1.7 CLOSEOUT SUBMITTALS [NOT USED] 31 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED 32 1.9 QUALITY ASSURANCE [NOT USED] 33 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 34 1.11 FIELD [SITE] CONDITIONS [NOT USED] 35 1.12 WARRANTY [NOT USED] 36 PART 2 - PRODUCTS [NOT USED] 37 PART 3 - EXECUTION [NOT USED] 38 END OF SECTION CITY OF FORT WORTH 2020 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised November 22, 2016 017000-4 MOBILIZATION AND RE -MOBILIZATION Page 4 of 4 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 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPFCIFICATION DOCUMENTS City Project No. 102105 Revised November 22, 2016 FORT WORTH. Section 017123.01 m Attachment A Survey Staking Standards February 2017 O:\Contract Books\CR-2020-1\Cap Delivery Div 01 General Requirements\01 7123.16.01_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. Forprojects on TXDOT right-of-way or through joint TXDOT participation, adherence to the TXDOT Survey Manual shall he followed and if a discrepancy arises, the TXDOT 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 II, Construction Colors III. Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking Vlll. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey O:\Contract Books\CR-2020-1\Cap Delivery Div 01 General Requirements\01. 71 23.1.6.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 I. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 II. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLDW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL. POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER IRRIGATION AND RECLAIMED WATER ' III. Standard Staring Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.S" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long 0:\Contract Books\CR-2020-1\Cap Delivery Div 01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 Ill. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.goy/itsolutions/G]S/ 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 I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. ll. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A O:\Contract Books\CR-2020-1\Cap Delivery Div 01 General Requirements\01 71 23.16A1_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 Fa Ise_Easti ng: 1968500.00000000 False —Northing: 6561666.66666667 Central Meridian:-98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitu de_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 0:\Contract Books\CR-2020-1\Cap Delivery Div 01 General Requirements\017123.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street —Project Specific Daturn.csv Example Control Stakes 0:\Contract Books\CR-2020-1\Cap Delivery Div 01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 6 of 22 U Q m w cn w � m C7 w 0 LJ II 1016 m ._ 0:� o U) rL 0 LLJ l m 0 C) C GP #I N=5000.00 E=5000.00 o� w Q _ 0 w � C_7 LL- 1 EAA X m „ w Cc� 0 V. Water Staking Standards O:\Contract Books\CR-2020-1\Cap Delivery Div 01 General Requirernents\017123.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking —Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required 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 VI I. 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 II. 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 Ill. 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. Centerof Hydrant should be 3.0' behind proposed face of curb II. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults I. Offsets should be perpendicular to the proposed water main IL RIM grades should only be provided if on plans Example Water Stakes O;\Contract l3ooks\CR-2020-1\Cap Delivery Div 01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 (;)' Ly w � a cn 7'D/SSW/L 1-1 U 0 < 11 a' o/s � W/L D LsU � w -- � ian EL— iUmv W W Ll 75t v 5 J o Ld M� LLJ q 07 i� 0- w E C I U FA -a a �~ K� n ww co ZLLJ WE ca c 0 � �� /� W/L 57A-0+i}0 F C � 7g �otc w trr U7 --Cmww, v fU19 -� 1010 q� CO � y O $ 7 W fL S = ® '� VI. Sanitary Sewer Staking O:\Contract Books\CR-2020-1\Cap Delivery Div 01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 9 of 22 A. Centerline Staking — Straight Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break Vill. 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 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 OAContract Books\CR-2020-1\Cap Delivery Div 01 General Requirements\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 Example Sanitary Sever Stakes CD �Q J� `ta II STA3�i1� ]al C-'-in-4 �,tt^1I l J U. LL Lr_ 1 U� .. fe ce 4Qo f ri 2` f 5 55 I 71alm C-3°a �L W C C? F W goo ti l T a _ �HTW z lxJ lam"' 0 0 11 L.L. 1, w a w W In uJ0. � W F F F= F� V7 6<. za t- W Z BE + a 1 2 0/S ss STAA-C400 LLd g to LA W f77 ¢Z-M `ln ern W te FIB ❑ I: F QIO S r rK Q Es DO 2 cd 0 �j l tip! �f / 0 a- T Elz � - EL U m J -j M m �7 OAContract Books\CR-2020--1\Cap Delivery Div 01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 11 of 22 VII. Storm Sewer & Inlet Staking A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans Ili. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet = 16.00' total length III. Recessed 10' Inlet = 20.00' total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet = 30.67' total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor IL 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 0:\Contract Books\CR-2020-1\Cap Delivery Div 01 General Requirements\01 7123.16.01_AttachmentA_Survey Staking Standards.docx Page 12 of 22 Example Storm Inlet Stakes FRONT FRONT (SIDE FACING (51DE FACING Fes. € I L. _ _. m m O !m BACK � BACK (9EIE RACK R.EL% PIN {;139 rA13NC p a%) IDENTIFIES MICH r�r�; �' IDENTIFIES WHICH PUNT 3 END OF THE 4`t11+fG PUNT � � END OF THE WIG --I BEIr{ STpkEi3 ° BEING STAKED I � �• I p� "m �'VATIW �. ` II INLEr STATION HUB nswx-noN o f 1 (IF NOTED ON PLANS) IM4TIFIES GRADE T-1f 10 TW Ce CURB TA. + p G IDENTIFIES GRADE I FL To FLOMME I � I I OMEANOES FOR INLETS STANDARD 10' -- 18' RECESSED 10' - 2d ' STANDARD DDJM-E la — �G.6Y _ .._�..y RECESSED HUB iNTH TACK E — — — — — — —DOUBLE — _34_6Y L..— ------------ GAGOF INLET bl iAAR hoL1 o I BACK []F 01iRP BACK OF CURB X. — — — FLO .LINE FACE OF INLET FPF'E Cr INLET LINE — — — EDGE OF PAVDAEN[T EDGE TJF PAYEWNT EDGE OF PAVEMENT EDGE OF PAVEMENT O:\Contract Books\CR-2020-1\Cap Delivery Div 01 General Requirements\01 71 23.16.01Attachment A_Survey Staking Standards.docx Page 13 of 22 VIII. Curb and Gutter Staking 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 VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted O:\Contract Books\CR-2020-1\Cap Delivery Div 01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes FRONT (SIDE FACING 4�) .a FRONT D£NnFIES END (SbE FACING PUNT OFFRONT OEM (SIDE FACING ) Iamnrim TARE I0 Fryh PONT GF CURVATURE P(SIDE FACING nL4 PT BACK Q TA Ip#nEnF>E� OFFSET IS TO � ; (SIDE FACING R.O.W.) � M" FACE OF CUMGURB C3 T/ I g y f I d E I 1 i POINT �! ( N ! I `n�� f f f Ili I i ICflmFIES CRADE Is T6 MF OF WFH HUB ELEVA110AJ o } Ft§plus Pt8NT5' — l io TOP OF CURB BACK OF CURB FACE OF CURB L 4 FLITALI NE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection 0:\Contract Books\CR-2020-1\Cap Delivery Div 01 General Requirements\017123.16.01_Attachment A_Survey Staking Standards.docx Page 15 of 22 e /..�.._ I \I� m= : 0. � Ld- FZ ( rr §( &r \ \ })\ ( §Q \/ 51 _ a »n s 5 ( � b o : _ @m\ L�(} � o:onaxBoowlRm20-yDPDelivery evoGenemlRegmmmm 017123aE01+%Ame«Akw7 StaQmSlnAa&doG G7 16 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 City Cut Sheet Date: ❑ TOTAL Staking Method: ❑ GPS STATION LOCATION: CONS ULTANTICONTRACTOR SURVEY CREW INITIALS City Project Number: Project Name: ❑ OTHER ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET DESCRIPTION PROP. STAKED -CUT + FILL -LT/+RT GRADE ELEV. O:\Contract Books\CR-2020-1\Cap Delivery Div 01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 17 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 1V. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters OAContract Books\CR-2020-1\Cap Delivery Div 01 General Requirements\017123.16.01_Attachment A_Survey Staking Standards.docx Page 18 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. 0:\Contract Books\CR-2020-1\Cap Delivery Div 01 General Requirements\017123.16.01_Attachment A_Survey Staking standards.docx Page 19 of 22 4ZS1ZX �I�W�9hy 8 f/JC . 3 vN .J3fa1d ll<J � i15M A�,d' l.'➢'a1fIQ] 3H37TM�l/ N3M35 Rt/.UfNS O;fl a?RAM �� #rr�yErr7�} tl 05*6 bls 3Nn N. gn iL II Jp- 321 l Y' rl 2. jz 0;\Contract Books\CR-2020-1\Cap Delivery Div 01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 22 ALwMATEmR.9AYTCN AM STA0137M - XWL PIAD VM5msA,Offao iar4 Wnxor reW1, erlfoM HJi/E a 5AA(Z F-VST fN x- I-2 CTE 91 m A QN4T rV EMT. WWATPJ X TEE L1P rAU; t105" SLEEVI< STAP2Y-JOWL {8'tA3R12. Rat F L2x 81i$'CUT M t A06TAUP � -Ir Pry � � 11 FdeG,V`EV,(IYE ('J- 1. k!E'35'Vflti=t7END STAON%7S-8'W4 m11L44J095BSyU 8 N^&iJ#T/FSRSlL5 1p5li[L. . E29JlT337AJi E•2f.m7.'i'A [�^ C• hil'E' YAiYr^"• ' ! k FARE iI:A4�I�r;;F lj Up 8'hi21R,W! cFrW y�s"S_ c�yt hfE"(IAfTZ VACYLI "44TT E4g62$�'�3/59 RiIDx3ba jk 44`, 4� FrY A'Cgfix lAl N.Fmt11SJd CP.Iff ppyy {{ "hwr=11 A Q &2e%3 w BLK S ELES! TZ= !oT 2 ems.• trbrema erlxr[my ROE•. 0 WA TER Y'rx rEr ,^„-�j-r-nw i CF.-m Aim � ` • iBFI •;t -� E=ZNw2&MO �� ♦. i tir P tl OMSED ry SlliY17�11R.Y S S�� �Hf.• 4 F EXl5r SATE VAVLS _ .574 -w � urS7AW flm7 A }.mom. (may A 1 roy r. � Ihafri i *6wi 4m /1 f SI'A amm -- Ion f LTV cm STA S%'bM - ff'W STAt &ADM - 12']Fl mNSTAIIx mrsrw a fi55!'AU- m•L-Aus3xmV-FEVE hm$•PaYHMBEAID hOffVMMWD 57 LF aF 0WATER PIPE R•9977wa5w R Wi.a'3 GtY RMr 7V aisr. irWATER E 38813 .E"7 3wa31D E-P?.;Aaita5S M r OAContract Books\CR-2020-1\Cap Delivery Div.01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 21 of 22 an- fk 10 v gNn ss vabw qG-o v�Ls .4pq rvey Staking Standards.docx Page 22 of 22 Obviously the .csv or Axt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO, NORTHING FASTING ELEV. DESCRIPTION 1 6945257,189 2296079.165 726.09 SSMH RIM x3 2 6946260.893 2296062.141 725.668 GV RIM [' �''ff� 3 6946307.399 2296038.306 726.95 GV RIM I �. ]C- IJir. Y ;-A 4 6946220.532 2296011.025 723.359 SSMH RIM 5 6946195.23 2296015.116 722.123 GV RIM t 6 6946190.528 2296022.721 722.325 FIRq t �, 7 6946136.012 2295992.115 719.448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM T/ CCU ''nPj-(, 9 6946003.056 2295933.419 713.652 CO RIM ;1, f . 4E L1 2 _ .{y 10 6945984.677 2295980.52 711.662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 12 6945895.077 2295860.962 707.72 WM RIM 13 6945896.591 2295862.188 708.205WMRIM k' 14 6945934.286 2295841.925 709,467 WM RIM 15 6945936.727 2295830.441 710,084 CO RIM E 16 6945835.678 2295799.707 707,774 SSMH RIM 17 6945817.488 2295827,011 708,392 SSMH RIM 18 6945759.776 2295758.643 711.218 SSMH RIM, 19 6945768.553 22,95778.424 710.086 GV RIM 20 6945743,318 279578S392 710.631 GV RIM 21 6945723.219 2295754.394 712.849 GV RIM 22 6945682.21 2295744.22 716.696 WM RIM r _ 23 6945621.902 2295669.471 723.76 WM RIM 24 6945643.407 2295736.03 719.737 CO RIM 25 6945571.059 2295655.195 727.514 SSMH RIM 26 6945539.498 2295667.803 729.123 WM RIM 27 6945519.834 2295619.49 732.699 WM RIM S s �k r e„ {)T S 28 6945417.879 2295580.27 740.521 WM RIM 29 6945456.557 2295643.145 736.451 CO RIMT f7 30 6945387.356 2295597.101 740.756 GV RIM 31 6945370.688 2295606.793 740.976 GV RIM 32 6945383.53 2295610.559 740,408 FH 33 6945321.228 2295551.105 746.34 WM RIM 34 6945319,365 2295539.729 746,777 CO RIM 35 6945242.289 2295S70.715 748.454 WM RIM 36 6945233.624 2295544.626 749.59 SSMH RIM 37 6945206.483 2295579.305 751.058 WM RIM I % . { 38 6945142.015 2295557.666 750,853 WM RIM 'Ail I'7t ja 39 G945113.445 2295320.335 751.871 WM RIM 40 6945049.02 R295527.345 752,257 SSMH RIM 41 6945041.024 2295552.675 751.79 WM RIM 42 6945038.878 2295552.147 7S1.88 WM RIM ! 43 6945006,397 2.295518.135 752.615WMRIM 44 6944944,782 2295520.635 752.801 WM RIM s 45 6944943.432 2295556,479 752.156 WM RIM 46 6944860.416 2295534.397 752.936 SSMH RIM }p{ } f 0:\Contract Books\CR-2020-1\Cap delivery Div 01 General Requirements\01 71 23.16.01_Attachment A_Survey Staking 5tandards.docx Page 24 of 24 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. O:\Contract Books\CR-2020-1\Cap Delivery Div 01 General Requirements\017123.16.01_Attachment A_5urvey Staking 5tandards.docx Page 25 of 25 tIt - — - - --- -- - --- -- --- --- — — — -- -- - r � i E d `a E v a a 9 P p ql W :. R S u nx� w z� w 0:\Contract Books\CR-2020-1\Cap Delivery Div 01 General Requirements\017123.16.01WAttachment A_Survey Staking Standards.docx Page 26 of 26 017123-1 CONSTRUCTION STAKINQ AND SURVEY Page I of 8 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART 1 - 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 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) Measurement for this Item shall be by hump sum. 17 b. Payment I8 1) The work performed and the materials furnished in accordance with this 19 Item shall be paid for at the lump sum price bid for "Construction Staking". 20 2) Payment for "Construction Staking" shall be made in partial payments 21 prorated by work completed compared to total work included in the lump 22 sum item. 23 c. The price bid shall include, but not be limited to the following: 24 1) Verification of control data provided by City. 25 2) Placement, maintenance and replacement of required stakes and markings 26 in the field. 27 3) Preparation and submittal of construction staking documentation in the 28 form of "cut sheets" using the City's standard template. 29 2. Construction Survey 30 a. Measurement 31 1) This Item is considered subsidiary to the various Items bid. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item are subsidiary to the various Items bid and no other compensation will be 35 allowed. 36 3. As -Built Survey 37 a. Measurement 38 1) Measurement for this Item shall be by lump sum. 39 b. Payment 40 1) The work performed and the materials furnished in accordance with this 41 Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 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 sure 3 item. 4 c. The price bid shall include, but not be limited to the foIIowing:: 5 1) Field measurements and survey shots to identify Iocation of completed b 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 structureslimprovements included in the Project Drawings. 15 2. As -built Survey —The measurements made after the construction of the 16 improvement features are complete to provide position coordinates for the features 17 of a project. 18 3. Construction Staking The placement of stakes and markings to provide offsets 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 staking 21 shall include staking easements and/or right of way if indicated on the plans. 22 4. Survey "Field Checks" — Measurements made after construction staking is 23 completed and before construction work begins to ensure that structures marked on 24 the ground are accurately located per Project Drawings. 25 B. Technical References 26 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw 27 website) — 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 01 33 00. 39 B. All submittals shall be received and reviewed by the City prior to delivery of work. 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Field Quality Control Submittals CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102105 Revised February 14, 2018 01 71 23-3 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 0171 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 I) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised February 14, 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 48 017123-4 CONSTRUCTION STAKING AND SORV1 Y Page 4 of 8 2) Use of Benchmarks to furnish and maintain all reference lines and grades for tunneling. 3) Use of line and grades to establish the location of the pipe. 4) Submit to the City copies of field notesused to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following Iocations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 14, 2018 2020 CONCRETE RESTORATION CONTRACT I City Project No. 102105 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 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 1.12 WARRANTY 28 PART 2 - PRODUCTS 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. A construction survey will produce, but will not be limited to: 1. Recovery of relevant control points, points of curvature and points of intersection. 2. Establish temporary horizontal and vertical control elevations (benchmarks) sufficiently permanent and located in a manner to be used throughout construction. 3. The location of planned facilities, easements and improvements. a. Establishing final line and grade stakes for piers, floors, grade beams, parking areas, utilities, streets, highways, tunnels, and other construction. b. A record of revisions or corrections noted in an orderly manner for reference. c. A drawing, when required by the client, indicating the horizontal and vertical Iocation of facilities, easements and improvements, as built. 4. Cut sheets shall be provided to the City inspector and Survey Superintendent for all construction staking projects. These cut sheets shall be on the standard city template which can be obtained from the Survey Superintendent (817-392-7925). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised Fcbruary 14, 2018 017123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of S 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 3.1E 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 t0 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 .0.1 ft 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 13. 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 shall 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 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised February 14, 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. I0 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 ioR] 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 3`d 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 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised February 14, 20I8 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 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.I 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 2O20 CONCRETE RESTORATION CONTRACT l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised February 14, 2018 017423-I 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 1. Work associated with this Item is considered subsidiary to the various Items bid. 17 No separate payment will be allowed for this Item. 18 1.3 REFERENCES [NOT USED] 19 1.4 ADMINISTRATIVE REQUIREMENTS 20 A. Scheduling 21 1. Schedule cleaning operations so that dust and other contaminants disturbed by 22 cleaning process will not fall on newly painted surfaces. 23 2. Schedule final cleaning upon completion of Work and immediately prior to final 24 inspection. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 STORAGE, AND HANDLING 31 A. Storage and Handling Requirements 32 1. Store cleaning products and cleaning wastes in containers specifically designed for 33 those materials. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 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 [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 A. Cleaning Agents 7 1. Compatible with surface being cleaned 8 2. New and uncontaminated 9 3. For manufactured surfaces 10 a. Material recommended by manufacturer 11 2.3 ACCESSORIES [NOT USED] 12 2.4 SOURCE QUALITY CONTROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALLERS [NOT USED] 15 3.2 EXAMINATION [NOT USED] 16 3.3 PREPARATION [NOT USED] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE -INSTALLATION [NOT USED] 20 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING 24 A. General 25 1. Prevent accumulation of wastes that create hazardous conditions. 26 2. Conduct cleaning and disposal operations to comply with laws and safety orders of 27 governing authorities. 28 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in 29 storm or sanitary drains or sewers. 30 4. Dispose of degradable debris at an approved solid waste disposal site. 31 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 PORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 017423-3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent Work. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on -site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance, 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 C. Interior Final Cleaning 22 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other 23 foreign materials from sight -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. CIean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 8. Mop office and control room floors. 35 D. Exterior (Site or Right of Way) Final Cleaning 36 1. Remove trash and debris containers from site. 37 a. Re -seed areas disturbed by location of trash and debris containers in accordance 38 with Section 32 92 13, 39 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object 40 that may hinder or disrupt the flow of traffic along the roadway. 41 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, 42 junction boxes and inlets. CITY OF FORT WORTH 2020 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 017423-4 CLEANING Page 4 of 4 4. If no Ionger 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.I2 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 4vORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July I, 2011 2020 CONCRETE RESTORATION CONTRACT 1 City Project No. 102105 1 2 3 PART1- GENERAL 4 11 SUMMARY SECTION 01 7719 CLOSEOUT REQUIREMENTS 017719-1 CLOSEOUT REQUIREMENTS Page I 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 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until ail 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 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 201 f 01 77 19-2 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 OI 78 23 12 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 13 01 74 23. 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 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 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 01 T719-3 CLOSEOUT REQUIREMENTS Page 3 of 1 I. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms. 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 e. Pipe Report (if required) 11 f. Contractor's Evaluation of City 12 g. Performance Evaluation of Contractor 13 F. Letter of Final Acceptance 14 1. Upon review and acceptance of Notice of Project Completion and Supporting 15 Documentation, in accordance with General Conditions, City will issue Letter of 16 Final Acceptance and release the Final Payment Request for payment. 17 3.5 REPAIR / RESTORATION [NOT USED] 18 3.6 RE -INSTALLATION [NOT USED] 19 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 20 3.8 SYSTEM STARTUP [NOT USED] 21 3.9 ADJUSTING [NOT USED] 22 3.10 CLEANING [NOT USED] 23 3.11 CLOSEOUT ACTIVITIES [NOT USED] 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 29 Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH 2020 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 01 7823- 1 OPERATION AND MAINTENANCE DATA Page 1 of 5 1 SECTION 0178 23 2 OPFRATION AND MAINTENANCE DATA 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Product data and related information appropriate for City's maintenance and 7 operation of products furnished under Contract 8 2. Such products may include, but are not limited to: 9 a. Traffic Controllers 10 b. Irrigation Controllers (to be operated by the City) 11 c. Butterfly Valves 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 01 33 00 . All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 1. Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 '/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 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 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 I 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 PORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 017823.3 OPERATION AND MAINTENANCE DATA Page 3 of 5 1 5. Copy of each warranty, bond and service contract issued 2 a. Provide information sheet for City personnel giving: 3 1) Proper procedures in event of failure 4 2) Instances which might affect validity of warranties or bonds 5 C. Manual for Materials and Finishes 6 1. Submit 5 copies of complete manual in final form. 7 2. Content, for architectural products, applied materials and finishes: 8 a. Manufacturer's data, giving full information on products 9 1) Catalog number, size, composition 10 2) Color and 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 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Cily Project No. 102105 Revised December 20, 2012 017823-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts t0 b. Circuit directories ofpanelboards 11 1) EIectrical service I2 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 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S City Project No. 102105 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 USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION Revision Log DACE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.I — title of section removed CITY OF PORT WORTH 2020 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 01 7839- 1 PROJECT RECORD DOCUMENTS Page 1 of 4 1 SECTION 0178 39 2 PROJECT RECORD DOCUMENTS 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports 11 d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division 1 — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION 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 2020 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 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 1.10 STORAGE AND HANDLING 7 A. ,Storage and Handling Requirements 8 1. Maintain the job set of Record Documents completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the final Project Record Documents, 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 1.11 FIELD [SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 19 2.2 RECORD DOCUMENTS 20 A. Sob 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 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 ' PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job ,Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 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 017123, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is determined by the Contractor, subject to the 26 City's approval. 27 2) However, design of future modifications of the facility may require 28 accurate information as to the final physical layout of items which are 29 shown only schematically on the Drawings. 30 b. Show on the job set of Record Drawings, by dimension accurate to within 1 31 inch, the centerline of each run of items. 32 1) Final physical arrangement is determined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT wORTII 2020 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 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 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure Iongevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 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 DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2020 CONCRETE. RESTORATION CONTRACT 1 City Project No. 102105 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 3123 16 UNCLASSIFIED EXCAVATION 3123 16- 1 UNCLASSIFIED EXCAVATION Page I of 5 5 A. Section Includes: 6 1. Excavate areas as shown on the Drawings or as directed. Removal of materials 7 encountered to the lines, grades, and typical sections shown on the Drawings and 8 removal from site. Excavations may include construction of 9 a. Roadways 10 b. Drainage Channels 11 c. Site Excavation 12 d. Excavation for Structures 13 e. Or any other operation involving the excavation of on -site materials 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. FOR 77ilS PROSECT INC L A S S IF TED E XCAVA'11ON 3-1 13 16 SHALL CAE 16 PAYABLE TO RFiMOVH E .C.17SS SLT13GR.DH MATERIAL WHERE 17 REPLACED C ONCIld rE PAVERi,NT ITLIC_ICNESS IS MORE THAN 7 INC IA- 18 2, UNCLASStFIE.0 E;iL['AVAT1ON'1O PLACE F L E X I BLE DAS.>; COURSE. 19 SHALI. BE CON 1DERED S1JBSIDARY, N0 SEVARA'r1.2 PAY, 20 C. Related Specification Sections include, but are not necessarily limited to: 21 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 22 2. Division 1 — General Requirements 23 3. Section 3123 23 —Borrow 24 4. Section 3124 00 — Embankments 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment: UNCLASSIFIED EXCAVATION SHALL BE PAYABLE 27 TO REMOVE EXCESS SUBGRDE MATERIAL WHERE REPLACED CONCRETE 28 PAVEMENT THICKNESS ISMORE THAN 7 INCH. 29 1. Excavation by Plan Quantity 30 a. Measurement 31 1) Measurement for this Item shall be by the cubic yard in its final position 32 using the average end area method. Limits of measurement are shown on 33 the Drawings. 34 2) When measured by the cubic yard in its final position, this is a plans 35 quantity measurement Item. The quantity to be paid is the quantity shown 36 in the proposal, unless modified by Article 11.04 of the General 37 Conditions. Additional measurements or calculations will be made if 38 adjustments of quantities are required. 39 b. Payment CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised January 28, 2013 312316-2 UNCLASSIFIED EXCAVATION Page 2 of 5 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under "Measurement" will be paid for at the unit 3 price bid per cubic yard of "Unclassified Excavation by Plan". No 4 additional compensation will be allowed for rock or shrinkage/swell 5 factors, as these are the Contractor's responsibility. 6 c. The price bid shall include: 7 1) Excavation 8 2) Excavation ,Safety 9 3) Drying 10 4) Dust Control 11 5) Reworking or replacing the over excavated material in rock cuts 12 6) Hauling 13 7) Disposal of excess material not used elsewhere onsite 14 8) Scarification 15 9) Cleanup 16 2. Excavation by Surveyed Quantity 17 a. Measurement 18 1) Measurement for this Item shall be by the cubic yard in its final position 19 calculated using the average end area or composite method. 20 a) The City will perform a reference survey once the Site has been cleared 21 to obtain existing ground conditions. 22 b) The City will perform a final post -construction survey. 23 c) The Contractor will be paid for the cubic yardage of Excavated material 24 calculated as the difference between the two surveys. 25 d) Partial payments will be based on estimated plan quantity 26 measurements calculated by the Engineer. 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under "Measurement" will be paid for at the unit 30 price bid per cubic yard of "Unclassified Excavation by Survey". 31 c. The price bid shall include: 32 1) Excavation 33 2) Excavation Safety 34 3) Drying 35 4) Dust Control 36 5) Reworking or replacing the over excavated material in rock cuts 37 6) Hauling 38 7) Disposal of excess material not used elsewhere onsite 39 8) Scarification 40 9) Clean-up 41 1.3 REFERENCES [NOT USED] 42 A. Definitions 43 1. Unclassified Excavation— Without regard to materials, all excavations shall be 44 considered unclassified and shall include all materials excavated. Any reference to 45 Rock or other materials on the Drawings or in the specifications is solely for the 46 City and the Contractor's information and is not to be taken as a classification of 47 the excavation. CITY OF PORT WORTH 2O20 CONCRETE RESTORATION CONTRACT l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised January 28, 20I3 312316-3 UNCLASSIFIED EXCAVATION Page 3 of 5 1.4 ADMINSTRATIVE REQUIREMENTS 2 A. The Contractor will provide the City with a Disposal Letter in accordance to Division 3 01. 4 1.5 SUBMITTALS [NOT USED] 5 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 6 1.7 CLOSEOUT SUBMITTALS [NOT USED] 7 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 8 1.9 QUALITY ASSURANCE 9 A. Excavation Safety 10 1. The Contractor shall be solely responsible for making all excavations in a safe 11 manner. 12 2. All excavation and related sheeting and bracing shall comply with the requirements 13 of OSHA excavation safety standards 29 CFR part 1926 and state requirements. 14 1.10 DELIVERY, STORAGE, AND HANDLING 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 A. Storage 1. Within Existing Rights -of -Way (ROW) a. Soil may be stored within existing ROW, easements or temporary construction easements, unless specifically disallowed in the Contract Documents. b. Do not block drainage ways, inlets or driveways. c. Provide erosion control in accordance with Section 3125 00. d. When the Work is performed in active traffic areas, store materials only in areas barricaded as provided in the traffic control plans. e. In non -paved areas, do not store material on the root zone of any trees or in landscaped areas. 2. Designated Storage Areas a. If the Contract Documents do not allow the storage of spoils within the ROW, easement or temporary construction easement, then secure and maintain an adequate storage location. b. Provide an affidavit that rights have been secured to store the materials on private property. c. Provide erosion control in accordance with Section 3125 00. d. Do not block drainage ways. 33 1.11 FIELD CONDITIONS 34 A. Existing Conditions 35 1. Any data which has been or may be provided on subsurface conditions is not 36 intended as a representation or warranty of accuracy or continuity between soils. It 37 is expressly understood that neither the City nor the Engineer will be responsible 38 for interpretations or conclusions drawn there from by the Contractor. 39 2. Data is made available for the convenience of the Contractor. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised January 29, 2013 3123 16 - 4 UNCLASSIFIED EXCAVATION Page 4 of 5 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 2.1 OWNER -FURNISHED [NOT USED] 4 2.2 PRODUCT TYPES AND MATERIALS 5 A. Materials 6 1. Unacceptable Fill Material 7 a. In -situ soils classified as ML, MH, PT, OL or OH in accordance with ASTM 8 D2487 9 PART 3 - EXECUTION 10 3.1 INSTALLERS [NOT USED] 11 3.2 EXAMINATION [NOT USED] 12 3.3 PREPARATION [NOT USED1 13 3.4 CONSTRUCTION 14 A. Accept ownership of unsuitable or excess material and dispose of material off -site 15 accordance with local, state, and federal regulations at locations. 16 B. Excavations shall be performed in the dry, and kept free from water, snow and ice 17 during construction with ch exception of water that is applied for dust control. 18 C. Separate Unacceptable Fill Material from other materials, remove from the Site and 19 properly dispose according to disposal plan. 20 D. Maintain drainage in the excavated area to avoid damage to the roadway sections and 21 proposed or existing structures. 22 E. Correct any damage to the subgrade caused by weather, at no additional cost to the 23 City. 24 F. Shape slopes to avoid loosening material below or outside the proposed grades. 25 Remove and dispose of slides as directed. 26 G. Rock Cuts 27 1. Excavate to finish grades. 28 2. In the event of over excavation due to contractor error below the lines and grades 29 established in the Drawings, use approved embankment material compacted in 30 accordance with Section 3124 00 to replace the over excavated at no additional 31 cost to City. 32 H. Earth Cuts 33 1. Excavate to finish subgrade CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised January 28, 2013 312316-5 UNCLASSIFIED EXCAVATION Page 5 of 5 1 2. In the event of over excavation due to contractor error below the lines and grades 2 established in the Drawings, use approved embankment material compacted in 3 accordance with Section 3124 00 to replace the over excavated at no additional 4 cost to City. 5 3. Manipulate and compact subgrade in accordance with Section 3124 00. 6 3.5 REPAIR [NOT USED 7 3.6 RE -INSTALLATION [NOT USED] 8 3.7 FIELD QUALITY CONTROL 9 A. Subgrade Tolerances 10 1. Excavate to within 0.1 foot in all directions. 11 2. In areas of over excavation, Contractor provides fill material approved by the City 12 at no expense to the City. 13 3.8 SYSTEM STARTUP [NOT USED] 14 3.9 ADJUSTING [NOT USED] 15 3.10 CLEANING [NOT USED] 16 3.11 CLOSEOUT ACTIVITIES [NOT USED] 17 3.12 PROTECTION [NOT USED] 18 3.13 MAINTENANCE [NOT USED] 19 3.14 ATTACHMENTS [NOT USED] 20 21 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12120/2012 D. Johnson 1.2 - Measurement and Payment Section modified; Blud Text added for clarification 1/28113 D. Johnson 1.2 — Modified Bid Item names in payment section to differentiate between Payment Methods on bid list. CITY OF PORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised January 28, 2013 1 2 SECTION 32 1123 FLEXIBLE BASE COURSES 32 1123- 1 FLEXIBLE BASE COURSES Page 1 of 7 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Foundation course for surface course or for other base course composed of flexible 7 base constructed in one or more courses in conformity with the typical section. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1, !a 0R T141S PROO LC: €' FLEXIBI.,i BASE COURSES SECTI ON 32 11 23 SI{ALL 10 BE MtA8i..IRE1) BY THE CUBIC YARC,1 OF COMPLETED QLIA, iTI.T . 11 2. UNCLASSIFIED EXCAVATION AND I•IAULING REQUI]RE TO PLACE 12 FLEXIBLE BASE COURSE SHALL BE C;ONKDERE,D SIBS IDARY, NO 13 SEPARATE PAY. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 -- Bidding Requirements, Contract forms, and Conditions of the 16 Contract 17 2. Division 1 General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Measurement 21 a. Measurement for this Item will be by the square yard of Flexible Base Course 22 for various: 23 1) Depths 24 2) Types 25 3) Gradations 26 2. Payment 27 a. The work performed and materials furnished in accordance with this Item and 28 measured as provided under "Measurement" will be paid for at the unit price 29 bid per square yard of Flexible Base Course. 30 3. The price bid shall include: 31 a. Preparation and correction of subgrade 32 b. Furnishing of material 33 c. Hauling 34 d. Blading 35 e. Sprinkling 36 f. Compacting 37 1.3 REFERENCES 38 A. Definitions 39 1. RAP Recycled Asphalt Pavement. 40 B. Reference Standards CITY OF FORT WORTH 2O20 CONCRETE REST012ATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 321123-2 FLEXIBLE BASE COURSES Page 2 of 7 1 1. Reference standards cited in this specification refer to the current reference standard 2 published at the time of the latest revision date logged at the end of this 3 specification, unless a date is specifically cited. 4 2. ASTM International (ASTM): 5 a. D698, Standard Test Methods for Laboratory Compaction Characteristics of 6 Soil Using Standard Effort (12 400 ft-lbf/ft3 (600 kN-m/m3)) 7 3. Texas Department of Transportation (TXDOT): 8 a. Tex- 104-E, Determining Liquid Limits of Soils 9 b. Tex-106-E, Calculating the PIasticity Index of Soils 10 c. Tex-107-E, Determining the Bar Linear Shrinkage of Soils I 1 d. Tex- 110-E, Particle Size Analysis of Soils 12 e. Tex- 116-E, Ball Mill Method for Determining the Disintegration of Flexible 13 Base Material 14 f Tex- 117-E, Triaxial Compression for Disturbed Soils and Base Materials 15 g. Tex.-411-A, Soundness of Aggregate Using Sodium Sulfate or Magnesium 16 Sulfate 17 h. Tex-413-A, Determining Deleterious Material in Mineral Aggregate 18 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 19 1.5 ACTION SUBMITTALS [NOT USED] 20 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 21 1.7 CLOSEOUT SUBMITTALS [NOT USED] 22 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 23 1.9 QUALITY ASSURANCE [NOT USED] 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2 - PRODUCTS [NOT USED] 28 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 29 30 31 32 33 34 35 36 37 38 39 2.2 MATERIALS A. General 1. Furnish uncontaminated materials of uniform quality that meet the requirements of the Drawings and specifications. 2. Obtain materials from approved sources. 3. Notify City of changes to material sources. 4. The City may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. B. Aggregate 1. Furnish aggregate of the type and grade shown on the Drawings and conforming to the requirements of Table 1. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 321123-3 FLEXIBLE BASE COURSES Page 3 of 7 1 2. Each source must meet `fable 1 requirements for liquid limit, plastiCity index, and 2 wet ball mill for the grade specified. 3 3. Do not use additives such as but not limited to lime, cement, or fly ash to modify 4 aggregates to meet the requirements of Table 1, unless shown on the Drawings. 5 6 Table 1 7 Material Requirements Property Test Method Grade I Grade 2 Master gradation sieve size (% retained) Tex- 110-E 2-1/2 in. — 0 1-3/4 in. 0 0-10 718 in. 10-35 -- 318 in. 30-50 — No.4 45-65 45-75 No. 40 70-85 60-85 Liquid Iimit, %max.' Tex-104-E 35 40 PlastiCity index, max.' Tex-106-E 10 12 Wet ball mill, % max.2 Tex- I16-E 40 45 Wet ball mill, %max. increase passing the No. 40 sieve 20 20 Classification' Tex- 117-E 1.0 1.1-2.3 Min, compressive strength', psi lateral pressure 0 psi lateral pressure 15 psi 45 175 35 175 1. Determine plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tcx-104-E. 2. When a soundness value is required by the Drawings, test material in accordance with Tex-411-A. 3. Meet both the classification and the minimum compressive strength, unless otherwise shown on the Drawings. 9 4. Material Tolerances 10 a. The City may accept material if no more than 1 of the 5 most recent gradation 11 tests has an individual sieve outside the specified limits of the gradation. 12 b. When target grading is required by the Drawings, no single failing test may 13 exceed the master grading by more than 5 percentage points on sieves No. 4 14 and larger or 3 percentage points on sieves smaller than No. 4. 15 c. The City may accept material if no more than 1 of the 5 most recent plasticity 16 index tests is outside the specified limit. No single failing test may exceed the 17 allowable limit by more than 2 points. 18 5. Material Types 19 a. Do not use fillers or binders unless approved. 20 b. Furnish the type specified on the Drawings in accordance with the following: 21 1) Type A 22 a) Crushed stone produced and graded from oversize quarried aggregate 23 that originates from a single, naturally occurring source. 24 b) Do not use gravel or multiple sources. 25 2) Type B 26 a) Only for use as base material for temporary pavement repairs. 27 b) Do not exceed 20 percent RAP by weight unless shown on Drawings. 28 3) Type D CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 32 11 23 - 4 FLEXIBLE BASE COURSES Page 4 of 7 a) Type A material or crushed concrete. b) Crushed concrete containing gravel will be considered Type D material. c) The City may require separate dedicated stockpiles in order to verify compliance. d) Crushed concrete must meet the following requirements: (1) Table 1 for the grade specified. (2) Recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5 percent deleterious material when tested in accordance with TEX-413-A. C. Water 1. Furnish water free of industrial wastes and other objectionable matter. 13 2.3 ACCESSORIES [NOT USED] 14 2.4 SOURCE QUALITY CONTROL [NOT USED] 15 PART 3 - EXECUTION 16 3.1 INSTALLERS [NOT USED] I7 3.2 EXAMINATION [NOT USED] 18 3.3 PREPARATION 19 A. General 20 1. Shape the subgrade or existing base to conform to the typical sections shown on the 21 Drawings or as directed. 22 2. When new base is required to be mixed with existing base: 23 a. Deliver, place, and spread the new flexible base in the required amount. 24 b. Manipulate and thoroughly mix the new base with existing material to provide 25 a uniform mixture to the specified depth before shaping. 26 B. Subgrade Compaction 27 1. Proof roll the roadbed before pulverizing or scarifying in accordance with the 28 following: 29 a. Proof Rolling 30 1) City Project Representative must be on -site during proof rolling operations. 31 2) Use equipment that will apply sufficient load to identify soft spots that rut 32 or pump. 33 a) Acceptable equipment includes fully loaded single -axle water truck 34 with a 1500 gallon capacity. 35 3) Make at least 2 passes with the proof roller (down and back = I pass). 36 4) Offset each trip by at most 1 tire width. 37 5) If an unstable or non -uniform area is found, correct the area. 38 b. Correct 39 1) Soft spots that rut or pump greater than 3/4 inch 40 2) Areas that are unstable or non -uniform 41 2. Installation of base material cannot proceed until compacted subgrade approved by 42 the City. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 321123-5 FLEXIBLE BASE COURSES Page 5 of 7 1 3.4 INSTALLATION 2 A. General 3 1. Construct each layer uniformly, free of loose or segregated areas, and with the 4 required density and moisture content. 5 2. Provide a smooth surface that conforms to the typical sections, lines, and grades 6 shown on the Drawings or as directed. 7 3. Haul approved flexible base in clean, covered trucks. 8 B. Equipment 9 1. General to a. Provide machinery, tools, and equipment necessary for proper execution of the I I work. 12 2. Rollers 13 a. The Contractor may use any type of roller to meet the production rates and 14 quality requirements of the Contract unless otherwise shown on the Drawings 15 or directed. 16 b. When specific types of equipment are required, use equipment that meets the 17 specified requirements. 18 c. Alternate Equipment. 19 1) Instead of the specified equipment, the Contractor may, as approved, 20 operate other compaction equipment that produces equivalent results. 21 2) Discontinue the use of the alternate equipment and furnish the specified 22 equipment if the desired results are not achieved. 23 d. City may require Contractor to substitute equipment if production rate and 24 quality requirements of the Contract are not met. 25 C. Placing 26 1. Spread and shape flexible base into a uniform layer by approved means the same 27 day as delivered unless otherwise approved. 28 2. Place material such that it is mixed to minimize segregation. 29 3. Construct layers to the thickness shown on the Drawings, while maintaining the 30 shape of the course. 31 4. Where subbase or base course exceeds 6 inches in thickness, construct in 2 or more 32 courses of equal thickness. 33 5. Minimum lift depth: 3 inches 34 6. Control dust by sprinkling. 35 7. Correct or replace segregated areas as directed. 36 8. Place successive base courses and finish courses using the same construction 37 methods required for the first course. 38 D. Compaction 39 1. General 40 a. Compact using density control unless otherwise shown on the Drawings. 41 b. Multiple lifts are permitted when shown on the Drawings or approved. 42 c. Bring each layer to the moisture content directed. When necessary, sprinkle the 43 material to the extent necessary to provide not less than the required density. 44 d. Compact the full depth of the subbase or base to the extent necessary to remain 45 firm and stable under construction equipment. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 321123-6 FLEXIBLE BASE COURSES Page 6 of 7 1 2. Roiling 2 a. Begin rolling longitudinally at the sides and proceed towards the center, 3 overlapping on successive trips by at least 1/2 the width of the roller unit. 4 b. On superelevated curves, begin rolling at the low side and progress toward the 5 high side. 6 c. Offset alternate trips of the roller. 7 d. Operate rollers at a speed between 2 and 6 mph as directed. 8 e. Rework, recompact, and refinish material that fails to meet or that loses 9 required moisture, density, stability, or finish before the next course is placed or 10 the project is accepted. 11 f. Continue work until specification requirements are met. 12 g. Proof roll the compacted flexible base in accordance with the following: 13 1) Proof Rolling 14 a) City Project Representative must be on -site during proof rolling 15 operations. 16 b) Use equipment that will apply sufficient load to identify soft spots that I7 rut or pump. 18 (1) Acceptable equipment includes fully loaded single -axle water truck 19 with a 1500 gallon capacity. 20 c) Make at least 2 passes with the proof roller (down and back — 1 pass). 21 d) Offset each trip by at most 1 tire width. 22 e) If an unstable or non -uniform area is found, correct the area. 23 2) Correct 24 a) Soft spots that rut or pump greater than 3/4 inch. 25 b) Areas that are unstable or non -uniform. 26 3. Tolerances 27 a. Maintain the shape of the course by blading. 28 b. Completed surface shall be smooth and in conformity with the typical sections 29 shown on the Drawings to the established lines and grades. 30 c. For subgrade beneath paving surfaces, correct any deviation in excess of 1/4 31 inch in cross section in length greater than 16 feet measured longitudinally by 32 loosening, adding or removing material. Reshape and recompact by sprinkling 33 and rolling. 34 d. Correct aII fractures, settlement or segregation immediately by scarifying the 35 areas affected, adding suitable material as required. Reshape and recompact by 36 sprinkling and rolling. 37 e. Should the subbase or base course, due to any reason, lose the required 38 stability, density and finish before the surfacing is complete, it shall be 39 recompacted at the sole expense of the Contractor. 40 4. Density Control 41 a. Minimum Density: 95 percent compaction as determined by ASTM D698. 42 b. Moisture content: minus 2 to plus 4 of optimum. 43 E. Finishing 44 1. After completing compaction, clip, skin, or tight -blade the surface with a 45 maintainer or subgrade trimmer to a depth of approximately 1/4 inch. 46 2. Remove loosened material and dispose of it at an approved location. 47 3. Seal the clipped surface immediately by rolling with an appropriate size pneumatic 48 tire roller until a smooth surface is attained. CITY OF FORT WORTH 2020 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102105 Revised December 20, 2012 321123-7 FLEXIBLE BASE COURSES Page 7 of 7 1 4. Add small increments of water as needed during Tolling. 2 5. Shape and maintain the course and surface in conformity with the typical sections, 3 lines, and grades as shown on the Drawings or as directed. 4 6. In areas where surfacing is to be placed, correct grade deviations greater than 1/4 5 inch in 16 feet measured longitudinally or greater than 1/4 inch over the entire 6 width of the cross-section. 7 7. Correct by loosening, adding, or removing material. 8 8. Reshape and recompact in accordance with 3 A.C. 9 3.5 REPAIR/RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 QUALITY CONTROL 12 A. Density Test 13 1. City to measure density of flexible base course. 14 a. Notify City Project Representative when flexible base ready for density testing. 15 b. Spacing directed by City (1 per block minimum). 16 c. City Project Representative determines location of density testing. 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 25 26 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 32 13 13- 1 CONCRETE PAVING Page 1 of 22 1 SECTION 32 13 13 2 CONCRETE PAVING 3 PART 1 - GENERAL 4 1.1 SUMMARY 5 A. Section includes: 6 1. Finished pavement constructed of portland cement concrete including 7 monolithically poured curb on the prepared subgrade or other base course. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1- FOR THIS PROJECT CONCRETE PAVING SECTION 32 13 13 INCLUDES t0 F1 N iS F1 E1) CON CRS fE OF IN1)1 V 11)UA1, PANBL. 0 RIAND PANE)-, WITH 11 Iv1C7N1~1111'1 RI C `A LI.Y POI NUM CURD, 12 2, A]-)JIIS'l'WF-NT QP MANHOLE COV17IR AND WATER--VAL E B .]X SHALL 13 BE CONSIDERED S11BSIDARY WORK NO SE13ARATE PAY. 14 3. 13ACKPILLING AND FINISHING GRADE BE I-fIND CURB INCLUDING 15 F.URNIS] RN63 AND PACINC TO S'DfL SFLALL BE COlNSIIDER-ED 16 S UBS]DARYWORK, NO SE PARATB PAY. 17 4, SAWING, C`LEANTNG, ikNT) AP1#LYrNG JOINT SEALANTS WTIT-I 18 FURNTS1UNG AND INSTALUN(I MATERLALS SHALL BF, [ SIDE 19 StJBSIDARY WORK,, O SEPAEiATF PA Y. 20 5. 1INCLASS IFTFD EXCA VATION (IF NBUDE?D)FOR CNCR.B'rF ]'A'Vmo 1.1Y 21 1"07 1NCI-1 SHALL. BECONSIDERE1) 9LI13S111ARY, No SEPA RATE PAY. 22 6. MTNIMLIM COMPRE SSTVE STRENGTII OF IA101-I EARLY STMN(3TF1 (FLES) 23 CLASS CONCRETE SHALL 13E 3,000 PSI AT 72 I10URS. 24 +'- TO CI IECK 7HIE COWRESS1 V E ST12ENG TI-I CST THE CONCRETE BEING 25 PLACLD ONE C'YL-FNDETZ TO B E TESTED A T' 3 DAYS BY CITY IN 26 ADD1TMON TO `PEST AT 7 DAYS AND 29 DA YS. 27 C. Related Specification Sections include, but are not necessarily limited to: 28 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 29 2. Division 1 - General Requirements 30 3. Section 32 0129 - Concrete Paving Repair 31 4. Section 32 13 73 - Concrete Paving Joint Sealants 32 1.2 PRICE AND PAYMENT PROCEDURES 33 A. Measurement 34 1. Measurement 35 a. Measurement for this Item shall be by the square yard of completed and 36 accepted Concrete Pavement in its final position as measured from back of curb 37 for various: 38 1) Classes 39 2) Thicknesses 40 2. Payment CITY OF FORT WORTH 2020 CONCRETE RESTORATION CONTRACT l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 32I313-2 CONCRETE PAVING Page 2 of 22 1 a. The work performed and materials furnished in accordance with this Item will 2 be paid for at the unit price bid per square yard of Concrete Pavement. 3 3. The price bid shall include: 4 a. Shaping and fine grading the placement area 5 b. Furnishing and applying all water required 6 c. Furnishing, loading and unloading, storing, hauling and handling all concrete 7 ingredients including all freight and royalty involved 8 d. Mixing, placing, finishing and curing all concrete 9 e. Furnishing and installing all reinforcing steel 10 f. Furnishing all materials and placing longitudinal, warping, expansion, and 11 contraction joints, including all steel dowels, dowel caps and load transmission 12 units required, wire and devices fox placing, holding and supporting the steel 13 bar, load transmission units, and joint filler material in the proper position; for 14 coating steel bars where required by the Drawings 15 g. Sealing joints 16 h. Monolithically poured curb 17 i. Cleanup 18 1.3 REFERENCES 19 A. Reference Standards 20 1. Reference standards cited in this specification refer to the current reference standard 21 published at the time of the latest revision date logged at the end of this 22 specification, unless a date is specifically cited. 23 2. ASTM International (ASTM): 24 a. A6151A615M, Deformed and Plain Billet -Steel Bars for Concrete 25 Reinforcement 26 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 27 Field 28 e. C33, Concrete Aggregates 29 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 30 Specimens 31 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 32 Beams of Concrete 33 f. C94/C94M, Standard Specifications for Ready -Mixed Concrete 34 g. C150, Portland Cement 35 h. C156, Water Retention by Concrete Curing Materials 36 i. C172, Standard Practice for Sampling Freshly Mixed Concrete 37 j. C260, Air Entraining Admixtures for Concrete 38 k. C309, Liquid Membrane -Forming Compounds for Curing Concrete, Type 2 39 1. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G" 40 m. C618, Coal Fly Ash and Raw or Calcined Natural Pozzolan for use as a Mineral 41 Admixture in Concrete 42 n. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 43 Concrete 44 o. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 45 Cement Concrete 46 p. C1602, Standard Specification for Mixing Water Used in the Production of 47 Hydraulic Cement Concrete. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 32 13 13-3 CONCRETE PAVING Page 3 of 22 1 q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort 2 (12,400 ft-lbf/ft3) 3 3. American Concrete Institute (ACI): 4 a. ACI 305.1-06 Specification for Hot Weather Concreting 5 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 6 c. ACI 318 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 SUBMITTALS [NOT USED] 9 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 10 A. Mix Design: submit for approval. See Item 2A.A. 11 1.7 CLOSEOUT SUBMITTALS [NOT USED] 12 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 13 1.9 QUALITY ASSURANCE [NOT USED] 14 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 15 1.11 FIELD CONDITIONS 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 A. Weather Conditions 1. Place concrete when concrete temperature is between 40 and 100 degrees when measured in accordance with ASTM C 1064 at point of placement. 2. Hot Weather Concreting a. Take immediate corrective action or cease paving when the ambient temperature exceeds 95 degrees. b. Concrete paving operations shall be approved by the City when the concrete temperature exceeds 100 degrees. See Standard Specification for Hot Weather Concreting (ACI 305.1-06). 3. Cold Weather Concreting a. Do not place when ambient temp in shade is below 40 degrees and falling. Concrete may be placed when ambient temp is above 35 degrees and rising or above 40 degrees. b. Concrete paving operations shall be approved by the City when ambient temperature is below 40 degrees. See Standard Specification for Cold Weather Concreting (ACT 306.1-90), B. Time: Place concrete after sunrise and no later than shall permit the finishing of the pavement in natural light, or as directed by the City. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS 3 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 4 2.2 MATERIALS 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 32 13 13-4 CONCRETE PAVING Page 4 of 22 A. Cementitious Material: ASTM C150. B, Aggregates: ASTM C33. C. Water. ASTM C1602. D. Admixtures: When admixtures are used, conform to the appropriate specification: 1, Air -Entraining Admixtures for Concrete. ASTM C260. 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 3. Fly Ash a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: ASTM C618. b. Fly ash may be substituted at one pound per pound of cement up to 25% of the specified cement content when such batch design is approved by the Engineer. E. Steel Reinforcement: ASTM A615. F. Steel Wire Reinforcement: Not used for concrete pavement, G. Dowels and Tie Bars 1. Dowel and tic bars: ASTM A615. 2. Dowel Caps a. Provide dowel caps with enough range of movement to allow complete closure of the expansion joint. b. Caps for dowel bars shall be of the length shown on the Drawings and shall have an internal diameter sufficient to permit the cap to freely slip over the bar. c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, and one end of the cap shall be rightly closed. 3. Epoxy for Dowel and Tie Bars: ASTM C881. a. See following table for approved producers of epoxies and adhesives Pre -Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000-F Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-Poxy-300 East Tube Unitex CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 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 32 13 13 -5 CONCRETE PAVING Page 5 of 22 Shep-Foxy TxIlI CMC Construction Services Ultrabond 1300 Tubes Adhesives Technology Ultrabone 2300 N.S. A-22-2300 Slow Set Adhesives Technology Dynapoxy EP-430 Pecora Corp. EDOT Simpson Strong Tie ET22 Simpson Strong Tie SET 22 Simpson Strong Tie SpecPoxy 300OFS SpecChem b. Epoxy Use, Storage and Handling 1) Package components in airtight containers and protect from light and moisture. 2) Include detailed instructions for the application of the material and all safety information and warnings regarding contact with the components. 3) Epoxy label requirements a) Resin or hardener components b) Brand name c) Name of manufacturer d) Lot or batch number e) Temperature range for storage f) Date of manufacture g) Expiration date h) Quantity contained 4) Store epoxy and adhesive components at temperatures recommended by the manufacturer. 5) Do not use damaged or previously opened containers and any material that shows evidence of crystallization, lumps skinning, extreme thickening, or settling of pigments that cannot be readily dispersed with normal agitation. 6) Follow sound environmental practices when disposing of epoxy and adhesive wastes. 7) Dispose of all empty containers separately. 8) Dispose of epoxy by completely emptying and mixing the epoxy before disposal H. Reinforcement Bar Chairs 1. Reinforcement bar chairs or supports shall be of adequate strength to support the reinforcement bars and shall not bend or break under the weight of the reinforcement bars or Contractor's personnel walking on the reinforcing bars. 2. Bar chairs may be made of metal (free of rust), precast mortar or concrete blocks or plastic. 3. For approval of plastic chairs, representative samples of the plastic shall show no visible indications of deterioration after imrrlersion in a 5-percent solution of sodium hydroxide for 120-hours. 4. Bar chairs maybe rejected for failure to meet any of the requirements of this specification. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2020 CONCRETE RESTORATION CONTRACT I City Project No. 102105 32 13 13-6 CONCRETE PAVING Page 6 of22 1 I. Joint Filler 2 1. Joint filler is the material placed in concrete pavement and concrete structures to 3 allow for the expansion and contraction of the concrete. 4 2. Wood Boards: Used as joint filler for concrete paving. 5 a. Boards for expansion joint filler shall be of the required size, shape and type 6 indicated on the Drawings or required in the specifications. 7 1) Boards shall be of selected stock of redwood or cypress. The boards shall 8 be sound heartwood and shall be free from sapwood, knots, clustered 9 birdseyes, checks and splits. 10 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall 11 be sufficiently rigid to permit case of installation. 12 3) Boards shall be furnished in lengths equal to the width between 13 Iongitudinal joints, and may be fumished in strips or scored sheet of the t4 required shape. 15 3. Dimensions. The thickness of the expansion joint filler shall be shown on the 16 Drawings; the width shall be not less than that shown on the Drawings, providing 17 for the top seal space. 18 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the 19 requirements of this specification. 20 J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. 21 K. Caring Materials 22 1. Membrane -Forming Compounds. 23 a. Conform to the requirements of ASTM C309, Type 2, white pigmented 24 compound and be of such nature that it shall not produce permanent 25 discoloration of Concrete surfaces nor react deleteriously with the concrete. 26 b. The compound shall produce a firm, continuous uniform moisture -impermeable 27 film free from pinholes and shall adhere satisfactorily to the surfaces of damp 28 concrete. 29 c. It shall, when applied to the damp concrete surface at the specified rate of 30 coverage, dry to touch in 1 hour and dry through in not more than 4 hours under 31 normal conditions suitable for concrete operations. 32 d. It shall adhere in a tenacious film without running off or appreciably sagging, 33 e. It shall not disintegrate, check, peel or crack during the required curing period. 34 f. The compound shall not peel or pick up under traffic and shall disappear from 35 the surface of the concrete by gradual disintegration. 36 g. The compound shall be delivered to the job site in the manufacturer's original 37 containers only, which shall be clearly labeled with the manufacturer's name, 38 the trade name of the material and a batch number or symbol with which test 39 samples may be correlated. 40 h. When tested in accordance with ASTM C156 Water Retention by Concrete 41 Curing Materials, the liquid membrane -forming compound shall restrict the loss 42 of water present in the test specimen at the time of application of the curing 43 compound to not more than 0.01-oz.-per-2 inches of surface. 44 2.3 ACCESSORIES [NOT USED] 45 2.4 SOURCE QUALITY CONTROL 46 A. Mix Design CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 321313-7 CONCRETE PAVING Page 7 of 22 1 1. Concrete Mix Design and Control 2 a. At least 10 calendar days prior to the start of concrete paving operations, the 3 Contractor shall submit a design of the concrete mix it proposes to use and a 4 full description of the source of supply of each material component. 5 b. The design of the concrete mix shall produce a quality concrete complying with 6 these specifications and shall include the following information: 7 1) Design Requirements and Design Summary 8 2) Material source 9 3) Dry weight of cement/cubic yard and type 10 4) Dry weight of fly ash/cubic yard and type, if used 11 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 12 6) Design water/cubic yard 13 7) Quantities, type, and name of admixtures with manufacturer's data sheets 14 S) Current strength tests or strength tests in accordance with ACI 318 15 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates 16 and date of tests 17 10) Fineness modulus of fine aggregate 18 11) Specific Gravity and Absorption Values of fine and coarse aggregates 19 l 2) L.A. Abrasion of coarse aggregates 20 c. Once mix design approved by City, maintain intent of mix design and 21 maximum water to cement ratio. 22 d. No concrete may be placed on the job site until the mix design has been 23 approved by the City. 24 2. Quality of Concrete 25 a. Consistency 26 1) In general, the consistency of concrete mixtures shall be such that: 27 a) Mortar shall cling to the coarse aggregate 28 b) Aggregate shall not segregate in concrete when it is transported to the 29 place of deposit 30 c) Concrete, when dropped directly from the discharge chute of the mixer, 31 shall flatten out at the center of the pile, but the edges of the pile shall 32 stand and not flow 33 d) Concrete and mortar shall show no free water when removed from the 34 mixer 35 e) Concrete shall slide and not flow into place when transported in metal 36 chutes at an angle of 30 degrees with the horizontal 37 f) Surface of the finished concrete shall be free from a surface film or 38 laitance 39 2) When field conditions are such that additional moisture is needed for the 40 final concrete surface finishing operation, the required water shall be 41 applied to the surface by hand sprayer only and be held to a minimum 42 amount. 43 3) The concrete shall be workable, cohesive, possess satisfactory finishing 44 qualities and be of the stiffest consistency that can be placed and vibrated 45 into a homogeneous mass. 46 4) Excessive bleeding shall be avoided. CITY OF FORT WORTH 2020 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 32 13 13 -8 CONCRETE PAVING Page 8 of 22 1 5) If the strength or consistency required for the class of concrete being 2 produced is not secured with the minimum cement specified or without 3 exceeding the maximum water/cement ratio, the Contractor may use, or the 4 City may require, an approved cement dispersing agent (water reducer); or 5 the Contractor shall furnish additional aggregates, or aggregates with 6 different characteristics, or the Contractor may use additional cement in 7 order to produce the required results. 8 6) The additional cement may be permitted as a temporary measure, until 9 aggregates are changed and designs checked with the different aggregates 10 or cement dispersing agent. 11 7) The Contractor is solely responsible for the quality of the concrete 12 produced. 13 8) The City reserves the right to independently verify the quality of the 14 concrete through inspection of the batch plant, testing of the various 15 materials used in the concrete and by casting and testing concrete cylinders 16 or beams on the concrete actually incorporated in the pavement. 17 b. Standard Class 18 1) Unless otherwise shown on the Drawings or detailed specifications, the 19 standard class for concrete paving for streets and alleys is shown in the 20 following table: 21 CITY OF FORT WORTH 2020 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 t4 15 16 17 18 19 20 21 22 23 24 25 32 13 13-9 CONCRETE PAVING Page 9 of 22 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive, Water/ Aggregate Lb./CY Strength2 Cementitious, Maximum psi Ratio Size inch P 517 3600 0.49 1-1/2 H 564 4500 0.45 1-1/2 1. All exposed horizontal concrete shall have entrained -air. 2. Minimum Compressive Strength Required. 2) Machine -Laid concrete: Class P 3) Hand -Laid concrete: Class H c. High Early Strength Concrete (HES) 1) When shown on the Drawings or allowed, provide Class HES concrete for very early opening of pavements area or leaveouts to traffic. 2) Design class HES to meet the requirements of class specified for concrete pavement and a minimum compressive strength of 2,600 psi in 24 hours, unless other early strength and time requirements are shown on the Drawings allowed. 3) No strength overdesign is required. Standard Classes of Pavement Concrete Class of 1 Minimum 28 Day Min. Maximum Course Concrete' Cementitious Compressive Water/ Aggregate Lb./CY Strength2 Cementitious Maximum psi Ratio Size, inch HES 564 4500 0,45 1-1/2 d. Slump 1) Slump requirements for pavement and related concrete shall be as specified in the following table: Concrete Pavement Slumn Reauirements Concrete Use Recommended Maximum Design Acceptable and Placement Placement Slump, Slump, inch inch Sli-Form/Form-Riding Paving 1-1/2 3 Hand Formed Paving 4 5 Sidewalk, Curb and Gutter, Concrete 4 5 Valley Gutter and Other Miscellaneous Concrete 2) No concrete shall be permitted with slump in excess of the maximums shown. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2020 CONCRETE RESTORATION CONTRACT 1 City Project No. 102105 321313--10 CONCRETE PAVING Page 10 of 22 1 3) Any concrete mix failing to meet the above consistency requirements, 2 although meeting the slump requirements, shall be considered 3 unsatisfactory, and the mix shall be changed to correct such unsatisfactory 4 conditions. 5 PART 3 - EXECUTION 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION to 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 A. Equipment 1. All equipment necessary for the construction of this item shall be on the project. 2. The equipment shall include spreading devices (augers), internal vibration, tamping, and surface floating necessary to finish the freshly placed concrete in such a manner as to provide a dense and homogeneous pavement. 3. Machine -Laid Concrete Pavement a. Fixed -Form Paver. Fixed -form paving equipment shall be provided with forms that are uniformly supported on a very firm subbase to prevent sagging under the weight of machine. b. Slip -Form Paver 1) Slip -form paving equipment shall be provided with traveling side forms of sufficient dimensions, shape and strength so as to support the concrete laterally for a sufficient length of time during placement. 2) City may reject use of Slip -Form Paver if paver requires over -digging and impacts trees, mailboxes or other improvements. 4. Hand -Laid Concrete Pavement a. Machines that do not incorporate these features, such as roller screeds or vibrating screeds, shall be considered tools to be used in hand -laid concrete construction, as slumps, spreading methods, vibration, and other procedures are more common to hand methods than to machine methods. 5. City may reject equipment and stop operation if equipment does not meet requirements. B. Concrete Mixing and Delivery 1. Transit Batching: shall not be used onsite mixing not permitted 2. Ready Mixed Concrete a. The concrete shall be produced in an approved method conforming to the requirements of this specification and ASTM C94/C94M. City shall have access ready mix to get samples of materials. b. City shall have access to ready mix plant to obtain material samples. c. When ready -mix concrete is used, sample concrete per ASTM C94 Alternate Procedure 2: I) As the mixer is being emptied, individual samples shall be taken after the discharge of approximately 15 percent and 85 percent of the load. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 32 I3 13 - 11 CONCRETE PAVING Page 11 of 22 1 2) The method of sampling shall provide that the samples are representative of 2 widely separated portions, but not from the very ends of the batch. 3 d. The mixing of each batch, after all materials are in the drum, shall continue until 4 it produces a thoroughly mixed concrete of uniform mass as determined by 5 established mixer performance ratings and inspection, or appropriate uniformity 6 tests as described in ASTM C94. 7 e. The entire contents of the drum shall be discharged before any materials are 8 placed therein for the succeeding batch. 9 f. Retempering or remixing shall not be permitted. 10 3. Delivery 11 a. Deliver concrete at an interval not exceeding 30 minutes or as determined by 12 City to prevent cold joint. 13 4. Delivery Tickets 14 a. For all operations, the manufacturer of the concrete shall, before unloading, 15 furnish to the purchaser with each batch of concrete at the site a delivery ticket 16 on which is printed, stamped, or written, the following information to determine 17 that the concrete was proportioned in accordance with the approved mix design: 18 1) Name of concrete supplier 19 2) Serial number of ticket 20 3) Date 21 4) Truck number 22 5) Name of purchaser 23 6) Specific designation of job (name and location) 24 7) Specific class, design identification and designation of the concrete in 25 conformance with that employed in job specifications 26 8) Amount of concrete in cubic yards 27 9) Time loaded or of first mixing of cement and aggregates 28 10) Water added by receiver of concrete 29 11) Type and amount of admixtures 30 C. Subgrade 31 1. When manipulation or treatment of subgrade is required on the Drawings, the work 32 shall be performed in proper sequence with the preparation of the subgrade for 33 pavement. 34 2. The roadbed shall be excavated and shaped in conformity with the typical sections 35 and to the lines and grades shown on the Drawings or established by the City. 36 3. All holes, ruts and depressions shall be filled and compacted with suitable material 37 and, if required, the subgrade shall be thoroughly wetted and reshaped. 38 4. Irregularities of more than 1/2 inch., as shown by straightedge or template, shall be 39 corrected. 40 5. The subgrade shall be uniformly compacted to at least 95 percent of the maximum 41 density as determined by ASTM D698. 42 6. Moisture content shall be within minus 2 percent to plus 4 percent of optimum. 43 7. The prepared subgrade shall be wetted down sufficiently in advance of placing the 44 pavement to ensure its being in a firm and moist condition. 45 8. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution 46 of the work. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102105 Revised December 20, 2012 32 13 13- 12 CONCRETE PAVING Page 12 of22 1 9. The Contractor shall notify the City at least 24 hours in advance of its intention to 2 place concrete pavement. 3 10. After the specified moisture and density are achieved, the Contractor shall maintain 4 the subgrade moisture and density in accordance with this Section. 5 11. In the event that rain or other conditions may have adversely affected the condition 6 of the subgrade or base, additional tests may be required as directed by the City. 7 D. Placing and Removing Forms 8 1. Placing Forms 9 a. Forms for machine -laid concrete 10 1) The side forms shall be metal, of approved cross section and bracing, of a 11 height no less than the prescribed edge thickness of the concrete section, 12 and a minimum of 10 feet in length for each individual form. 13 2) Forms shall be of ample strength and staked with adequate number of pins 14 capable of resisting the pressure of concrete placed against them and the 15 thrust and the vibration of the construction equipment operating upon them 16 without appreciable springing, settling or deflection. 17 3) The forms shall be free from warps, bends or kinks and shall show no 1.8 variation from the true plane for face or top. 19 4) Forms shall be jointed neatly and tightly and set with exactness to the 20 established grade and alignment. 21 5) Forms shall be set to line and grade at least 200 feet, where practicable, in 22 advance of the paving operations. 23 6) In no case shall the base width be less than 8 inches for a form 8 inches or 24 more in height. 25 7) Forms must be in firm contact with the subgrade throughout their length 26 and base width. 27 8) If the subgrade becomes unstable, forms shall be reset, using heavy stakes 28 or other additional supports may be necessary to provide the required 29 ' stability. 30 b. Forms for hand -laid concrete 31 1) Forms shall extend the full depth of concrete and be a minimum of 1-1/2 32 inches in thickness or equivalent when wooden forms are used, or be of a 33 gauge that shall provide equivalent rigidity and strength when metal forms 34 are used. 35 2) For curves with a radius of less than 250 feet, acceptable flexible metal or 36 wood forms shall be used. 37 3) All forms showing a deviation of 1/8 inch in 10 feet from a straight line 38 shall be rejected. 39 2. Settling. When forms settle over 1/8 inch under finishing operations, paving 40 operations shall be stopped the forms reset to line and grade and the pavement then 41 brought to the required section and thickness. 42 3. Cleaning. Forms shall be thoroughly cleaned after each use. 43 4. Removal. 44 a. Forms shall remain in place until the concrete has taken its final set. 45 b. Avoid damage to the edge of the pavement when removing forms. 46 c. Repair damage resulting from form removal and honeycombed areas with a 47 mortar mix within 24 hours after form removal unless otherwise approved. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRIUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 321313- 13 CONCRETE PAVING Page 13 of 22 1 d. Clean joint face and repair honeycombed or damaged areas within 24 hours 2 after a bulkhead for a transverse construction joint has been removed unless 3 otherwise approved. 4 e. When forms are removed before 72 hours after concrete placement, promptly 5 apply membrane curing compound to the edge of the concrete pavement. 6 E. Placing Reinforcing Steel, Tie, and Dowel Bars 7 1. General 8 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed 9 as shown on the Drawings. 10 b. All reinforcing steel shall be clean, free from rust in the form of loose or I I objectionable scale, and of the type, size and dimensions shown on the I2 Drawings. 13 c. Reinforcing bars shall be securely wired together at the alternate intersections 14 and all splices and shall be securely wired at each intersection dowel and load- 15 transmission unit intersected. 16 d. All bars shall be installed in their required position as shown on the Drawings. 17 e. The storing of reinforcing or structural steel on completed roadway slabs 18 generally shall be avoided and, where permitted, such storage shall be limited 19 to quantities and distribution that shall not induce excessive stresses. 20 2. Splices 21 a. Provide standard reinforcement splices by lapping and tying ends. 22 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 23 the Drawings. 24 3. Installation of Reinforcing Steel 25 a. All reinforcing bars and bar mats shall be installed in the slab at the required 26 depth below the finished surface and supported by and securely attached to bar 27 chairs installed on prescribed longitudinal and transverse centers as shown by 28 sectional and detailed drawings on the Drawings. 29 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 30 on the Drawings and shall be approved by the City prior to extensive 31 fabrication. 32 c. After the reinforcing steel is securely installed above the subgrade as specified 33 in Drawings and as herein prescribed, no loading shall be imposed upon the 34 bar mats or individual bars before or during the placing or finishing of the 35 concrete. 36 4. Installation of Dowel Bars 37 a. Install through the predrilled joint filler and rigidly support in true horizontal 38 and vertical positions by an assembly of bar chairs and dowel baskets. 39 b. Dowel Baskets 40 1) The dowels shall be held in position exactly parallel to surface and 41 centerline of the slab, by a dowel basket that is left in the pavement. 42 2) The dowel basket shall hold each dowel in exactly the correct position so 43 firmly that the dowel's position cannot be altered by concreting operations. 44 c. Dowel Caps 45 1) Install cap to allow the bar to move not less than 1-1/4 inch in either 46 direction. 47 5. Tie Bar and Dowel Placement 48 a. Place at mid -depth of the pavement slab, parallel to the surface. CITY OF FORT WORTH 2020 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 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 321313 -14 CONCRETE PAVING Page 14 of22 b. PIace as shown on the Drawings. 6. Epoxy for Tie and Dowel Bar Installation 1) Epoxy bars as shown on the Drawings. 2) Use only drilling operations that do not damage the surrounding operations. 3) Blow out drilled holes with compressed air. 4) Completely fill the drilled hole with approved epoxy before inserting the tie bar into the hole. 5) Install epoxy grout and bar at least 6 inches embedded into concrete. F. Joints 1. Joints shall be placed where shown on the Drawings or where directed by the City. 2. The plane of all joints shall make a right angle with the surface of the pavement. 3. No joints shall have an error in alignment of more than 1/2 inch at any point. 4. Joint Dimensions a. The width of the joint shall be shown on the Drawings, creating the joint sealant reservoir. b. The depth of the joint shall be shown on the Drawings. c. Dimensions of the sealant reservoir shall be in accordance with manufacturer's recommendations. d. After curing, the joint sealant shall be I/8 inch to 1/4 inch below the pavement surface at the center of the joint. 5. Transverse Expansion Joints a. Expansion joints shall be installed perpendicularly to the surface and to the centerline of the pavement at the locations shown on the Drawings, or as approved by the City. b. Joints shall be of the design width, and spacing shown on the Drawings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shall be installed at the specified spacing. d. Support dowel bars with dowel baskets. e. Dowels shall restrict the free opening and closing of the expansion join and shall not make planes of weaknesses in the pavement. f. Greased Dowels for Expansion Joints. 1) Coat dowels with a thin film of grease or other approved de -bonding material. 2) Provide dowel caps on the lubricated end of each dowel bar. g. Proximity to Existing Structures. When the pavement is adjacent to or around existing structures, expansions joints shall be constructed in accordance with the details shown on the Drawings. 6. Transverse Contraction Joints a. Contraction or dummy joints shall be installed at the locations and at the intervals shown on the Drawings. b. Joints shall be of the design width, and spacing shown on the Drawings, or as approved by the City. c. Dowel bars, shall be of the size and type shown on the Drawings, or as approved by the City, and shall be installed at the specified spacing. d. Joints shall be sawed into the completed pavement surface as soon after initial concrete set as possible so that some raveling of the concrete is observed in order for the sawing process to prevent uncontrolled shrinkage cracking. CITY OF FORT w0RJ'H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2020 CONCRETE RESTORATION CONTRACT I City Project No. 102105 32 13 13- 15 CONCRETE PAVING Page 15 of 22 1 e. The joints shall be constructed by sawing to a 1/4 inch width and to a depth of 2 1 /3 inch (1/4 inch permitted if limestone aggregate used) of the actual 3 pavement thickness, or deeper if so indicated on the Drawings. 4 f. Complete sawing as soon as possible in hot weather conditions and within a 5 maximum of 24 hours after saw cutting begins under cool weather conditions. 6 g. If sharp edge joints are being obtained, the sawing process shall be sped up to 7 the point where some raveling is observed. 8 h. Damage by blade action to the slab surface and to the concrete immediately 9 adjacent to the joint shall be minimized. 10 i. Any portion of the curing membrane which has been disturbed by sawing 11 operations shall be restored by spraying the areas with additional curing 12 compound. 13 7. Transverse Construction Joints 14 a. Construction joints formed at the close of each day's work or when the placing 15 of concrete has been stopped for 30-minutes or longer shall be constructed by 16 use of metal or wooden bulkheads cut true to the section of the finished 17 pavement and cleaned. 18 b. Wooden bulkheads shall have a thickness of not less than 2-inch stock material. 19 c. Longitudinal bars shall be held securely in place in a plane perpendicular to the 20 surface and at right angles to the centerline of the pavement. 21 d. Edges shall be rounded to 114 inch radius. 22 e. Any surplus concrete on the subgrade shall be removed upon the resumption of 23 the work. 24 8. Longitudinal Construction Joints 25 a. Longitudinal construction joints shall be of the type shown on the Drawings. 26 9. Joint Filler 27 a. Joint filler shall be as specified in 2.2.I of the size and shape shown on the 28 Drawings. 29 b. Redwood Board joints shall be used for all pavement joints except for 30 expansion joints that are coincident with a butt joint against existing 31 pavements. 32 c. Boards with less than 25-percent of moisture at the time of installation shall be 33 thoroughly wetted on the job. 34 d. Green lumber of much higher moisture content is desirable and acceptable. 35 c. The joint filler shall be appropriately drilled to admit the dowel bars when 36 required. 37 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 38 slab. The top edge shall be held approximately 1/2 inch below the finished 39 surface of the pavement in order to allow the finishing operations to be 40 continuous. 41 g. The joint filler may be composed of more than one length of board in the 42 length of joint, but no board of a length less than 6 foot may be used unless 43 otherwise shown on the Drawings. 44 h. After the removal of the side forms, the ends of the joints at the edges of the 45 slab shall be carefully opened for the entire depth of the slab. 46 10, Joint Sealing. Routine pavement joints shall be filled consistent with paving details 47 and as specified in Section 32 13 73. Materials shall generally be handled and 48 applied according to the manufacturer's recommendations as specified in Section 49 32 1373. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 32 13 13 - 16 CONCRETE PAVING Page 16 of 22 1 G. Placing Concrete 2 1. Unless otherwise specified in the Drawings, the finished pavement shall be 3 constructed monolithically and constructed by machined laid method unless 4 impractical. 5 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 6 shall be distributed to the required depth and for the entire width of the pavement 7 by shoveling or other approved methods. 8 3. Any concrete not placed as herein prescribed within the time limits in the following 9 table will be rejected. Time begins when the water is added to the mixer. 10 Temperature — Time Reauirements 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 Concrete Temperature (at point of placement) Max Time — minutes (no retarding agent) Max Time — minutes (with retarding agent)' Non -Agitated Concrete All temperatures 45 45 Agitated Concrete Above 90°F Time may be reduced by city 75 Above 75°F thru 90°F 60 90 75°F and Below 60 120 1 Norma[ dosage of retarder. 4. Rakes shall not be used in handling concrete. 5. At the end of the day, or in case of unavoidable interruption or delay of more than 30 minutes or longer to prevent cold joints, a transverse construction joint shall be placed in accordance with 3.4.F.7 of this Section. 6. Honeycombing a. Special care shall be taken in placing and spading the concrete against the forms and at all joints and assemblies so as to prevent honeycombing. b. Excessive voids and honeycombing in the edge of the pavement, revealed by the removal of the side forms, may be cause for rejection of the section of slab in which the defect occurs. H. Finishing 1. Machine a. Tolerance Limits 1) While the concrete is still workable, it shall be tested for irregularities with a 10 foot straightedge placed parallel to the centerline of the pavement so as to bridge depressions and to touch all high spots. 2) Ordinates measured from the face of the straightedge to the surface of the pavement shall at no place exceed 111.6 inch -per -foot from the nearest point of contact. 3) In no case shall the maximum ordinate to a 10 foot straightedge be greater than 1/8 inch. CITY OF FORT WORT11 2020 CONCKCTE RESTORATION CONTRACT I STANDARD CONSTRUCTION] SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 32 13 13- 17 CONCRETE PAVING Page 17 of 22 1 4) Any surface not within the tolerance limits shall be reworked and 2 refinished. 3 b. Edging 4 1) The edges of slabs and all joints requiring edging shall be carefully tooled 5 with an edger of the radius required by the Drawings at the time the 6 concrete begins to tape its "set" and becomes non -workable. 7 2) All such work shall be left smooth and true to lines. 8 2. Hand 9 a. Hand finishing permitted only in intersections and areas inaccessible to a 10 finishing machine. 11 b. When the hand method of striking off and consolidating is permitted, the 12 concrete, as soon as placed, shall be approximately leveled and then struck off 13 with screed bar to such elevation above grade that, when consolidated and 14 finished, the surface of the pavement shall be at the grade elevation shown on 15 the Drawings. 16 c. A slight excess of material shall be kept in front of the cutting edge at all times. 17 d. The straightedge and joint finishing shall be as prescribed herein. 18 I. Curing 19 1. The curing of concrete pavement shall be thorough and continuous throughout the 20 entire curing period. 21 2. Failure to provide proper curing as herein prescribed shall be considered as 22 sufficient cause for immediate suspension of the paving operations. 23 3. The curing method as herein specified does not preclude the use of any of the other 24 commonly used methods of curing, and the City may approve another method of 25 curing if so requested by the Contractor. 26 4. If any selected method of curing does not afford the desired results, the City shall 27 have the right to order that another method of curing be instituted. 28 5. After removal of the side forms, the sides of the slab shall receive a like coating 29 before earth is banked against them. 30 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner 31 as to cover the entire surfaces thoroughly and completely with a uniform film. 32 7. The rate of application shall be such as to ensure complete coverage and shall not 33 exceed 20-square-yards-per-gallon of curing compound. 34 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free 35 from cracks or pinholes, and shall not disintegrate, check, peel or crack during the 36 curing period. 37 9. If for any reason the seal is broken during the curing period, it shall be immediately 38 repaired with additional sealing solution. 39 10. When tested in accordance with ASTM C156 Water Retention by Concrete Curing 40 Materials, the curing compound shall provide a film which shall have retained 4I within the test specimen a percentage of the moisture present in the specimen when 42 the curing compound was applied according to the following. 43 11. Contractor shall maintain and properly repair damage to curing materials on 44 exposed surfaces of concrete pavement continuously for a least 72 hours. 45 J. Monolithic Curbs CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 321313-18 CONCRETE PAVING Page 18 of 22 1 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried 2 back from the paving mixer, shall be placed within 20-minutes after being mixed. 3 2. After the concrete has been struck off and sufficiently set, the exposed surfaces 4 shall be thoroughly worked with a wooden flat. 5 3. The exposed edges shall be rounded by the use of an edging tool to the radius 6 indicated on the Drawings. 7 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. 8 K. Alley Paving 9 1. Alley paving shall be constructed in accordance with the specifications for concrete 10 paving hereinbefore described, in accordance with the details shown on the 11 Drawings, and with the following additional provisions: 12 a. Alley paving shall be constructed to the typical cross sections shown on the 13 Drawings. 14 b. Transverse expansion joints of the type shown on the Drawings shall be 15 constructed at the property line on each end of the alley with a maximum 16 spacing of 600 feet. 17 c. Transverse contraction and dummy joints shall be placed at the spacing shown 18 on the Drawings. 19 d. Contraction and dummy joints shall be formed in such a manner that the 20 required joints shall be produced to the satisfaction of the City. 21 e. All joints shall be constructed in accordance with this specification and filled 22 in accordance with the requirement of Section 32 13 73. 23 L. Pavement Leaveouts 24 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be 25 provided at location indicated on the Drawings or as directed by the City. 26 2. The extent and location of each leaveout required and a suitable crossover 27 connection to provide for traffic movements shall be determined in the field by the 28 City. 29 3.5 REPAIR 30 A. Repair of concrete pavement concrete shall be consistent with the Drawings and as 31 specified in Section 32 01 29, 32 3.6 RE -INSTALLATION [NOT USED] 33 3.7 SITE QUALITY CONTROL 34 A. Concrete Placement 35 1. Place concrete using a fully automated paving machine. Hand paving only 36 permitted in areas such as intersections where use of paving machine is not 37 practical 38 a. All concrete pavement not placed by hand shall be placed using a fully 39 automated paving machine as approved by the City. 40 b. Screeds will not be allowed except if approved by the City. 41 B. Testing of Materials 42 1. Samples of all materials for test shall be made at the expense of the City, unless 43 otherwise specified in the special provisions or in the Drawings. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 321313-I9 CONCRETE PAVING Page 19 of 22 1 2. In the event the initial sampling and testing does not comply with the specifications, 2 all subsequent testing of the material in order to determine if the material is 3 acceptable shall be at the Contractor's expense at the same rate charged by the 4 commercial laboratories. 5 3. All testing shall be in accordance with applicable ASTM Standards and concrete 6 testing technician must be ACI certified or equivalent. 7 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 C. Pavement Thickness Test 1. Upon completion of the work and before final acceptance and final payment shall be made, pavement thickness test shall be made by the City. 2. The number of tests and location shall be at the discretion of the City, unless otherwise specified in the special provisions or on the Drawings. 3. The cost for the initial pavement thickness test shall be the expense of the City. 4. In the event a deficiency in the thickness of pavement is revealed during normal testing operations, subsequent tests necessary to isolate the deficiency shall be at the Contractor's expense. S. The cost for additional coring test shall be at the same rate charged by commercial laboratories. 6. Where the average thickness of pavement in the area found to be deficient in thickness by more than 0.20 inch, but not more than 0.50 inch, payment shall be made at an adjusted price as specified in the following table. Deficiency in Thickness Determined by Cores Proportional Part Of Contract Price Inches Allowed 0.00 -- 0.20 100 percent 0.21— 0.30 80 percent 0.31 — 0.40 70 percent 0.41— 0.50 60 percent 7. Any area of pavement found deficient in thickness by more than 0.50 inch but not more than 0.75 inch or 1/10 of the thickness specified on the Drawings, whichever is greater, shall be evaluated by the City. 8. If, in the judgment of the City the area of such deficiency should not be removed and replaced, there shall be no payment for the area retained. 9. If, in the judgment of the City, the area of such deficiency warrants removal, the area shall be removed and replaced, at the Contractor's entire expense, with concrete of the thickness shown on the Drawings. 10. Any area of pavement found deficient in thickness by more than 0.75 inch or more than 1/10 of the plan thickness, whichever is greater, shall be removed and replaced, at the Contractor's entire expense, with concrete of the thickness shown on the Drawings. 11. No additional payment over the contract unit price shall be made for any pavement of a thickness exceeding that required by the Drawings. D. Pavement Strength Test CITY OF PORT WORTH 2020 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 32 13 13-20 CONCRETE PAVING Page 20 of 22 1 1. During the progress of the work the City shall provide trained technicians to cast 2 test cylinders for conforming to ASTM C31, to maintain a check on the 3 compressive strengths of the concrete being placed. 4 2. After the cylinders have been cast, they shall remain on the job site and then 5 transported, moist cured, and tested by the City in accordance with ASTM C31 and 6 ASTM C39. 7 3. 1n each set, 1 of the cylinders shall be tested at 7 days, 2 cylinders shall be tested at S 28 days, and 1 cylinder shall be held or tested at 56 days, if necessary. 9 4. If the 28 day test results indicate deficient strength, the Contractor may, at its option 10 and expense, core the pavement in question and have the cores tested by an 11 approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except 12 the average of all cores must meet 100 percent of the minimum specified strength, 13 with no individual core resulting in less than 90 percent of design strength, to 14 override the results of the cylinder tests. 15 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not 16 meet minimum specified strength, additional cores ,shall be taken to identify the 17 limits of deficient concrete pavement at the expense of the Contractor. 18 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 19 meeting the minimum specified strength shall be subject to the money penalties or 20 removal and placement at the Contractor's expense as show in the following table. 21 22 23 24 25 26 27 28 Percent Deficient Percent of Contract Price Allowed Greater Than 0 percent - Not More Than 10 percent 90-percent Greater Than 10 percent - Not More Than 15 percent 80 ereent Greater Than 15 percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City The amount of penalty shall be deducted from payment due to Contractor; such as penalty deducted is to defray the cost of extra maintenance. The strength requirements for structures and other concrete work are not altered by the special provision. No additional payment over the contract unit price shall be made for any pavement of strength exceeding that required by the Drawings and/or specifications. 29 E. Cracked Concrete Acceptance Policy 30 1. If cracks exist in concrete pavement upon completion of the project, the Project 31 Inspector shall make a determination as to the need for action to address the 32 cracking as to its cause and recommended remedial work. 33 2. If the recommended remedial work is routing and sealing of the cracks to protect 34 the subgrade, the Inspector shall make the determination as to whether to rout and 35 seal the cracks at the time of final inspection and acceptance or at any time prior to 36 the end of the project maintenance period. The Contractor shall perform the routing 37 and sealing work as directed by the Project Inspector, at no cost to the City, 38 regardless of the cause of the cracking. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 32 13 13-21 CONCRETE PAVING Page 21 of22 1 3. if remedial work beyond routing and sealing is determined to be necessary, the 2 Inspector and the Contractor will attempt to agree on the cause of the cracking. If 3 agreement is reached that the cracking is due to deficient materials or workmanship, 4 the Contractor shall perform the remedial work at no cost to the City. Remedial 5 work in this case shall be limited to removing and replacing the deficient work with 6 new material and workmanship that meets the requirements of the contract. 7 4. If remedial work beyond routing and sealing is determined to be necessary, and the 8 Inspector and the Contractor agree that the cause of the cracking is not deficient 9 materials or workmanship, the City may request the Contractor to provide an 10 estimate of the cost of the necessary remedial work and/or additional work to 11 address the cause of the cracking, and the Contractor will perform that work at the 12 agreed -upon price if the City elects to do so. 13 5. If remedial work is necessary, and the Inspector and the Contractor cannot agree on 14 the cause of the cracking, the City may hire an independent geotechnical engineer 15 to perform testing and analysis to determine the cause of the cracking. The 16 contractor will escrow 50 percent of the proposed costs of the geotechnical contract 17 with the City. The Contractor and the City shall use the services of a geotechnical 18 firm acceptable to both parties. 19 6. If the geotechnical engineer determines that the primary cause of the cracking is the 20 Contractor's deficient material or workmanship, the remedial work will be 21 performed at the Contractor's entire expense and the Contractor will also reimburse 22 the City for the balance of the cost of the geotechnical investigation over and above 23 the amount that has previously been escrowed. Remedial work in this case shall be 24 limited to removing and replacing the deficient work with new material and 25 workmanship that meets the requirements of the contract. 26 7. If the geotechnical engineer determines that the primary cause of the cracking is not 27 the Contractor's deficient material or workmanship, the City will return the 28 escrowed funds to the Contractor. The Contractor, on request, will provide the City 29 an estimate of the costs of the necessary remedial work and/or additional work and 30 will perform the work at the agreed -upon price as directed by the City. 31 3.8 SYSTEM STARTUP [NOT USED] 32 3.9 ADJUSTING [NOT USED] 33 3.10 CLEANING [NOT USED] 34 3.11 CLOSEOUT ACTIVITIES [NOT USED] 35 3.12 PROTECTION jNOT USED] 36 3.13 MAINTENANCE [NOT USED] 37 3.14 ATTACHMENTS {NOT USED] 38 CITY OF FORT WORTH 2020 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 32 13 13 - 22 CONCRETE PAVING Page 22 of 22 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 1.2.A — Modified items to be included in price bid 05/21/2014 Doug Rademaker 2.2.1) — Modified to clarify acceptable fly ash substitution in concrete paving CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102105 Revised December 20, 2012 321320-1 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page I of 6 1 SECTION 32 13 20 2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Concrete sidewalks 7 2. Driveways 8 3, Barrier free ramps 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. I'OR T141S PRQJ)iCT MANLJf,•AC'I"LIRFR.01' 17E'I'F["t-AB1,E ARr4[N(, 11 DOME -TILE FOR BARRIER F ItA M P 14AS .P2FN RRVISED AS A DA 12 SOLUT oNs INC. OR APPROVED E1 1JAL 13 y T73E CITY. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 15 2. Division 1 - General Requirements 16 3. Section 02 41 13 - Selective Site Demolition 17 4. Section 32 13 13 - Concrete Paving 18 5. Section 32 13 73 - Concrete Paving Joint Sealants 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Concrete Sidewalk 22 a. Measurement 23 1) Measurement for this Item shall be by the square foot of completed and 24 accepted Concrete Sidewalk in its final position for various: 25 a) Thicknesses 26 b) Types 27 b. Payment 28 1) The work performed and materials furnished in accordance with this Item 29 and measured as provided under "Measurement" will be paid for at the unit 30 price bid per square foot of Concrete Sidewalk. 31 c. The price bid shall include: 32 1) Excavating and preparing the subgrade 33 2) Furnishing and placing all materials 34 2. Concrete Driveway 35 a. Measurement 36 1) Measurement for this Item shall be by the square foot of completed and 37 accepted Concrete Driveway in its final position for various: 38 a) Thicknesses 39 b) Types 40 2) Dimensions will be taken from the back of the projected curb, including the 41 area of the curb radii and will extend to the limits specified in the 42 Drawings, CITY OF FORT WORTH 2020 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised April 30, 2013 321320-2 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Pago 2 of 6 1 3) Sidewalk portion of drive will be included in driveway measurement. 2 4) Curb on drive will be included in the driveway measurement. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 and measured as provided under "Measurement" will be paid for at the unit 6 price bid per square foot of Concrete Driveway. 7 c. The price bid shall include: 8 1) Excavating and preparing the subgrade 9 2) Furnishing and placing all materials 10 3. Barrier Free Ramps i 1 a. Measurement 12 1) Measurement for this Item shall be per each Barrier Free Ramp completed 13 and accepted for various: 14 a) Types 15 b. Payment 16 1) The work performed and materials furnished in accordance with this Item 17 and measured as provided under "Measurement" will be paid for at the unit 18 price bid per each "Barrier Free Ramp" installed. 19 c. The price bid shall include: 20 1) Excavating and preparing the subgrade 21 2) Furnishing and placing all materials 22 3) Curb Ramp 23 4) Landing and detectable warning surface as shown on the Drawings 24 5) Adjacent flares or side curb 25 1.3 REFERENCES 26 A. Abbreviations and Acronyms 27 1. TAS -- Texas Accessibility Standards 28 2. TDLR -- Texas Department of Licensing and Regulation 29 B. Reference Standards 30 1. Reference standards cited in this Specification refer to the current reference 31 standard published at the time of the latest revision date logged at the end of this 32 Specification, unless a date is specifically cited. 33 2. American Society for Testing and Materials (ASTM) 34 a. D545, Test Methods for Preformed Expansion Joint Fillers for Concrete 35 Construction (Non -extruding and Resilient Types) 36 b. D698, Test Methods for Laboratory Compaction Characteristics of Soil Using 37 Standard Effort (12,400 ft-lbf/ft3) 38 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 39 1.5 SUBMITTALS [NOT USED] 40 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 41 A. Mix Design: submit for approval. Section 32 13 13. 42 B. Product Data: submit product data and sample for pre -cast detectable warning for 43 barrier free ramp. 44 1.7 CLOSEOUT SUBMITTALS [NOT USED] CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised April 30, 2013 321320--3 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 3 of 6 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 2 1.9 QUALITY ASSURANCE [NOT USED] 3 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 4 1.11 FIELD CONDITIONS 5 A. Weather Conditions: Placement of concrete shall be as specified in Section 32 13 13. 6 1.12 WARRANTY [NOT USED] 7 PART 2 - PRODUCTS 8 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 9 2.2 EQUIPMENT AND MATERIALS 10 A. Forms: wood or metal straight, free from warp and of a depth equal to the thickness of I 1 the finished work. 12 B. Concrete: see Section 32 13 13. I3 1. Unless otherwise shown on the Drawings or detailed specifications, the standard 14 class for concrete sidewalks, driveways and barrier free ramps is shown in the 15 following table: 16 Standard Classes of Pavement Concrete Class of Minimum 28 Day Min. Maximum Course Concrete' Cementitious, Compressive Water/ Aggregate Lb./CY Strength' Cementitious Maximum psi Ratio Size, Inch A 470 3000 0.58 1-1/2 17 C. Reinforcement. see Section 32 13 13. 18 1. Sidewalk, driveway and barrier free ramp reinforcing steel shall be #3 deformed 19 bars at 18 inches on -center -both -ways at the center plane of all slabs, unless 20 otherwise shown on the Drawings or detailed specifications. 21 D. Joint Filler 22 1. Wood Filler: see Section 32 13 13. 23 2. Pre -Molded Asphalt Board Filler 24 a. Use only in areas where not practical for wood boards. 25 b. Pre -molded asphalt board filler: ASTM D545. 26 c. Install the required size and uniform thickness and as specified in Drawings. 27 d. Include 2 liners of 0.016 asphalt impregnated kraft paper filled with a mastic 28 mixture of asphalt and vegetable fiber and/or mineral filler. 29 E. Expansion Joint Sealant: see Section 32 13 73 where shown on the Drawings. 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3 - EXECUTION 33 3.1 INSTALLERS [NOT USED] CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT l STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102105 Revised April 30, 2013 1 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION 3 4 5 6 7 8 9 1a 11 12 13 14 321320-4 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 4 of 6 A. Surface Preparation 1. Excavation: Excavation required for the construction of sidewalks, driveways and barrier free ramps shall be to the lines and grades as shown on the Drawings or as established by the City. 2. Fine Grading a. The Contractor shall do all necessary filling, leveling and fine grading required to bring the subgrade to the exact grades specified and compacted to at least 90 percent of maximum density as determined by ASTM D698. b. Moisture content shall be within minus 2 to plus 4 of optimum. c. Any over -excavation shall be repaired to the satisfaction of the City. B. Demolition / Removal 1. Sidewalk, Driveway and/ or Barrier Free Ramp Removal: see Section 02 41 13. 15 3.4 INSTALLATION 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 A. General 1. Concrete sidewalks shall have a minimum thickness of 4 inches. 2. Sidewalks constructed in driveway approach sections shall have a minimum thickness equal to that of driveway approach or as called for by Drawings and specifications within the limits of the driveway approach. 3. Driveways shall have a minimum thickness of 6 inches. Standard cross -slopes for walks shall be 2 percent max in accordance with current TAS/TDLR guidelines. The construction of the driveway approach shall include the variable height radius curb in accordance with the Drawings. 4. All pedestrian facilities shall comply with provisions of TAS including location, slope, width, shapes, texture and coloring. Pedestrian facilities installed by the Contractor and not meeting TAS must be removed and replaced to meet TAS (no separate pay). B. Forms: Forms shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. C. Reinforcement: see Section 32 13 13, D. Concrete Placement: see Section 32 13 13. E. Finishing 1. Concrete sidewalks, driveways and barrier free ramps shall be finished to a true, even surface. 2. Trowel and then brush transversely to obtain a smooth uniform brush finish. 3. Provide exposed aggregate finish if specified. 4. Edge joints and sides shall with suitable tools. F. Joints 1. Expansion joints for sidewalks, driveways and barrier free ramps shall be formed using redwood. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised April 30, 2013 321320-5 CONCRETE SIDEWALKS, DRIVEWAYS AND BARRIER FREE. RAWS Page 5 of 6 I 2. Expansion joints shall be placed at 40 foot intervals for 4 foot wide sidewalk and 50 2 foot intervals for 5 foot wide and greater sidewalk. 3 3. Expansion joints shall also be placed at all intersections, sidewalks with concrete 4 driveways, curbs, formations, other sidewalks and other adjacent old concrete work. 5 Similar material shall be placed around all obstructions protruding into or through 6 sidewalks or driveways. 7 4. All expansion joints shall be 1/2 inch in thickness. 8 5. Edges of all construction and expansion joints and outer edges of all sidewalks shall 9 be finished to approximately a 1/2 inch radius with a suitable finishing tool. 10 6. Sidewalks shall be marked at intervals equal to the width of the walk with a 11 marking tool. 12 7. When sidewalk is against the curb, expansion joints shall match those in the curb. 13 G. Barrier Free Ramp 14 1. Furnish and install brick red color pre -cast detectable warning Dome -Tile, 15 manufactured by ADA ,SOLUTION, INC. or approved equal I6 by the City. 17 2. Detectable warning surface shall be a minimum of 24-inch in depth in the direction 18 of pedestrian travel, and extend to a minimum of 48-inch along the curb ramp or 19 landing where the pedestrian access route enters the street. 20 3. Locate detectable warning surface so that the edge nearest the curb line is -a 2I minimum of 6 itieh "d ffiai,iml4m Af a 44" from the extension of the face of the 22 curb. 23 4. Detectable warning Dome -Tile surface may be curved along the corner radius. 24 5. Install detectable warning surface according to manufacturer's instructions. 25 3.5 REPAIR/RESTORATION [NOT USED] 26 3.6 RE -INSTALLATION [NOT USED] 27 3.7 FIELD QUALITY CONTROL [NOT USED] 28 3.8 SYSTEM STARTUP [NOT USED] 29 3.9 ADJUSTING [NOT USED] 30 3.10 CLEANING [NOT USED] 31 3.11 CLOSEOUT ACTIVITIES [NOT USED] 32 3.12 PROTECTION [NOT USED] 33 3.13 MAINTENANCE [NOT USED] 34 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF C14ANGE 12•A.3 — Measurement and Payment for Barrier Free Ramps modified to match 12/20/2012 D. Johnson updated City Details CITY OF FORT WORTH 2020 CONCRETE RCSTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised April 30, 2013 321320-6 CONCRETE: SIDEWALKS, DRIVEWAYS AND BARRIER FREE RAMPS Page 6 of 6 4/30/2013 F. Griffin Corrected Part 1, 1.2, A, 3, b, 1 to read; from ... square foot of Concrete Sidewalk. Ito ...each "Barrier Free Ramp" installed. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT i STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 102105 Revised April 30, 2013 321373- 1 CONCRETE PAVING JOINT SEALANTS Page 1 of 5 1 SECTION 32 13 73 2 CONCRETE PAVING JOINT SEALANTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Specification for silicone joint sealing for concrete pavement and curbs. 7 B. Deviations from this City of Fort Worth Standard Specification 8 L T'OR THIS E'FiWECT CONCFtMt PA VNG'JOIN' T 5LAI.AN-rS SEU1'€c.)N �2 9 13 73 SFIA1 A,B 1"AYALI1.L FOR SEALING COURTESY ,IOINT ON t. CSTINO 10 ?AVHMEN'.C'O.NI.,Y S#Al.iNGJ01 'TONREPLACLID CONCRETFI'11 VINCi 11 SHALL 13F- CONS IDInRE D S1JBSIDAItY TO CON+CRFETE PA Sl,i1; TI()N 12 32 13 13, 13 t SAW ING. CLEAMMG AND AIzPLY1Nu .1UI-NT SFA1,ANTS UI'oN PLACING 14 0' BOND BAKER ROD AND BREAKE R TAPH SHA€,E_ BF- SL BSIDARY TO 15 JOINT SEALANTS. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 - Bidding Requirements, Contract Farms, and Conditions of the Contract 18 2. Division 1 - General Requirements 19 3. Section 32 13 13 - Concrete Paving 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Measurement 23 a. Measurement for this Item shall be by the linear foot of Joint Sealant completed 24 and accepted only when specified in the Drawings to be a pay item. 25 2. Payment 26 a. The work performed and materials furnished in accordance with this Item are 27 subsidiary to the various items bid and no other compensation will be allowed, 28 unless specifically specified on Drawings. 29 1.3 REFERENCES 30 A. Reference Standards 31 1. Reference standards cited in this Specification refer to the current reference 32 standard published at the time of the latest revision date logged at the end of this 33 Specification, unless a date is specifically cited. 34 2. ASTM International (ASTM): 35 a. D5893, Standard Specification for Cold Applied, Single Component, 36 ChemicalIy Curing Silicone Joint Sealant for Portland Cement Concrete 37 Pavements CITY OF FORT WORTH 2020 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 321373-2 CONCRETE PAVING JOINT SEALANTS Page 2 of 5 1 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 2 1.5 ACTION SUBMITTALS [NOT USED] 3 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 4 A. Test and Evaluation Reports 5 1. Prior to installation, furnish certification by an independent testing laboratory that 6 the silicone joint sealant meets the requirements of this Section. 7 2. Submit verifiable documentation that the manufacturer of the silicone joint sealant 8 has a minimum 2-year demonstrated, documented successful field performance 9 with concrete pavement silicone joint sealant systems. 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] 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 CONDITIONS 15 A. Do not apply joint sealant when the air and pavement temperature is less than 35 16 degrees F 17 B. Concrete surface must be clean, dry and frost free. 18 C. Do not place sealant in an expansion -type joint if surface temperature is below 35 19 degrees F or above 90 degrees F. 20 1.12 WARRANTY [NOT USED] 21 PART 2 - PRODUCTS 22 2.1 OWNER FURNISHED PRODUCTS [NOT USED] 23 2.2 MATERIALS & EQUIPMENT 24 A. Materials 25 1. Joint Sealant: ASTM D5893, 26 2. Joint Filler, Backer Rod and Breaker Tape 27 a. The joint filler sop shall be of a closed cell expanded polyethylene foam backer 28 rod and polyethylene bond breaker tape of sufficient size to provide a tight seal. 29 b. The back rod and breaker tape shall be installed in the saw -cut joint to prevent 30 the joint sealant from flowing to the bottom of the joint. 31 c. The backer rod and breaker tape shall be compatible with the silicone joint 32 sealant and no bond or reaction shall occur between them. 33 2.3 ACCESSORIES [NOT USED] 34 2.4 SOURCE QUALITY CONTROL [NOT USED] CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 321373-3 CONCRETE PAVING JOINT SEALANTS Page 3 of 5 I PART 3 - EXECUTION 2 3.1 INSTALLERS [NOT USED] 3 3.2 EXAMINATION [NOT USED] 4 3.3 PREPARATION [NOT USED] 5 3.4 INSTALLATION 6 A. General 7 1. The silicone sealant shall be cold applied. 8 2. Allow concrete to cure for a minimum of 7 days to ensure it has sufficient strength 9 prior to sealing joints. 10 3. Perform joint reservoir saw cutting, cleaning, bond breaker installation, and joint 11 sealant placement in a continuous sequence of operations. 12 4. See Drawings for the various joint details with their respective dimensions. 13 B. Equipment 14 1. Provide all necessary equipment and keep equipment in a satisfactory working 15 condition. 16 2. Equipment shall be inspected by the City prior to the beginning of the work. 17 3. The minimum requirements for construction equipment shall be as follows: 18 a. Concrete Saw. The sawing equipment shall be adequate in size and power to 19 complete the joint sawing to the required dimensions. 20 b. Air Compressors. The delivered compressed air shall have a pressure in excess 21 of 90 psi and shall be suitable for the removal of all free water and oil from the 22 compressed air. 23 c. Extrusion Pump. The output shall be capable of supplying a sufficient volume 24 of sealant to the joint. 25 d. Injection Tool. This mechanical device shall apply the sealant uniformly into 26 the joint. 27 e. Sandblaster. The design shall be for commercial use with air compressors as 28 specified in this Section. 29 f. Backer Rod Roller and Tooling Instrument. These devices shall be clean and 30 free of contamination. They shall be compatible with the joint depth and width 31 requirements. 32 C. Sawing Joints: see Section 32 13 13. 33 D. Cleaning joints 34 1. Dry saw in 1 direction with reverse cutting blade then sand blast. 35 2. Use compressed air to remove the resulting dust from the joint. 36 3. Sandblast joints after complete drying. 37 a. Attach nozzle to a mechanical aiming device so that the sand blast will be 38 directed at an angle of 45 degrees and at a distance of I to 2 inches from the 39 face of the joint. 40 b. Sandblast both joint faces sandblasted in separate, 1 directional passes. 41 c. When sandblasting is complete, blow-out using compressed air. 42 d. The blow tube shall fit into the joints. CITYOF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 321373-4 CONCRETE PAVING JOINT SEALANTS Page 4 of 5 1 4. Check the blown joint for residual dust or other contamination. 2 a. If any dust or contamination is found, repeat sandblasting and blowing until the 3 joint is cleaned. 4 b. Do not use solvents to remove stains and contamination. 5 5. Place the bond breaker and sealant in the joint immediately upon cleaning, 6 6. Bond Breaker Rod and Tape. install in the cleaned joint prior to the application of 7 the joint sealant. 8 7. Do not leave open, cleaned joints unsealed overnight. 9 E. Joint Sealant 10 1. Apply the joint sealant upon placement of the bond breaker rod and tape, using the 11 mechanical injection too]. 12 2. Do not seal joints unless they are clean and dry. 13 3. Remove and discard excess sealant left on the pavement surface. 14 a. Do not excess use to seal the joints. 15 4. The pavement surface shall present a clean final condition as determined by City. 16 5. Do not allow traffic on the fresh sealant until it becomes tack -free. 17 F. Approval of Joints 18 1. The City may request a representative of the sealant manufacturer to be present at 19 the job site at the beginning of the final cleaning and sealing of joints. 20 a. The representative shall demonstrate to the Contractor and the City the 21 acceptable method for sealant installation. 22 b. The representative shall approve the clean, dry joints before the sealing 23 operation commences. 24 3.5 RE PAIR/RESTORATION [NOT USED] 25 3.6 RE -INSTALLATION [NOT USED] 26 3.7 FIELD QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES [NOT USED] 31 3.12 PROTECTION [NOT USED] 32 3.13 MAINTENANCE [NOT USED] 33 3.14 ATTACHMENTS [NOT USED] 34 END OF SECTION 35 Revision Log CITY OF FORT wORI'H 2020 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 DATE CITY OF PORT WOWI'II NAME STANDARD CONSTRUCTION SPTECIFICATION DOCUMENTS Revised December 20, 2012 321373-5 CONCRETE PAVING JOINT SEALANTS Page 5 of 5 SUMMARY OF CHANGE 2020 CONCRETE RESTORATION CONTRACT I City Project No. 102105 3291 19 - 1 TOPSOIL PLACEMENT AND F1N1Si-11NCr OF PARKWAYS Page 1 of 3 1 SECTION 32 9119 2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Furnish and place topsoil to the depths and on the areas shown on the Drawings. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1, FOR T1i1S PROJECT FURNISH NO, HAULLN(i, LOADING AND PLACIN` 9 TOP SOIL BE111ND THE CURR SHALL RE C ONS1 DERE,D 5IJBSIDIARY TO, 10 CONCRETE PAVING..' ECTION! 32 13 1 ;. 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 l - General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1 MeasUreme 17 a. N!.".astiFe 6t +his Rem shall be by bie ..,yd f Tepseil iRplaee. ei4 e, e 18 2. Payment 19 20 » 21 bid p „bie < oral of T..psai4 22 b. All by this item in be in. exra-va4ion fequiFed eut ser-A-io4fis Sh—all measured 23 24 provision +h �iV v.U. Vi. 4..W4 + e. Ee"c+.'oY, will be ,� «o.d and paid VnV44 F f . .,r.dless . -4 �, � 25 . 26 3. The pfiee Nd sh.,11 ; lude. 27 a. ishing T.,,-.soi 28 ]3. Leading 29 C— Haulixrg 30 d. nl�„- 31 1.3 REFERENCES [NOT USED] 32 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 33 1.5 ACTION SUBMITTALS [NOT USED] 34 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 35 1.7 CLOSEOUT SUBMITTALS [NOT USED] 36 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 37 1.9 QUALITY ASSURANCE [NOT USED] 38 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 39 1.11 FIELD [SITE] CONDITIONS [NOT USED] CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 3291 19-2 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 2 of 3 1 1.12 WARRANTY [NOT USED] 2 PART2- PRODUCTS 3 2.1 OWNER -FURNISHED [oa] OWNER-SUPPLIEDPRODUCTS [NOT USED] 4 2.2 MATERIALS 5 A. Topsoil 6 1. Use easily cultivated, fertile topsoil that: 7 a. Is free from objectionable material including subsoil, weeds, clay lumps, non- 8 soil materials, roots, stumps or stones larger than 1.5 inches 9 b. Has a high resistance to erosion 10 c. Is able to support plant growth 11 2. ,Secure topsoil from approved sources. 12 3. Topsoil is subject to testing by the City. 13 4. pH: 5.5 to 8.5. 14 5. Liquid Limit: 50 or less 15 6. Plasticity Index: 20 or less 16 7. Gradation: maximum of 10 percent passing No. 200 sieve 17 B. Water: Clean and free of industrial wastes and other substances harmful to the growth 18 of vegetation 19 2.3 ACCESSORIES [NOT USED] 20 2.4 SOURCE QUALITY CONTROL [NOT USED] 21 PART 3 - EXECUTION 22 3.1 INSTALLERS [NOT USED] 23 3.2 EXAMINATION [NOT USED] 24 3.3 PREPARATION [NOT USED] 25 3.4 INSTALLATION 26 A. Finishing of Parkways 27 1. Smoothly shape parkways, shoulders, slopes, and ditches. 28 2. Cut parkways to finish grade prior to the placing of any improvements in or 29 adjacent to the roadway. 30 3. In the event that unsuitable material for parkways is encountered, extend the depth 31 of excavation in the parkways 6 inches and backfill with top soil. 32 4. Make standard parkway grade perpendicular to and draining to the curb line. 33 a. Minimum: 1/4 inch per foot 34 b. Maximum:4:1 35 c. City may approve variations from these requirements in special cases. 36 5. Whenever the adjacent property is lower than the design curb grade and runoff 37 drains away from the street, the parkway grade must be set level with the top of the 38 curb. 39 6. The design grade from the parkway extends to the back of the walk line. CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 It 12 13 14 15 16 17 18 19 20 3291 19-3 TOPSOIL PLACEMENT AND FINISHING OF PARKWAYS Page 3 of 3 7. From that point (behind the walk), the grade may slope up or down at maximum slope of 4: 1. B. Placing of Topsoil 1. Spread the topsoil to a uniform loose cover at the thickness specified. 2. Place and shape the topsoil as directed. 3. Hand rake finish a minimum of 5 feet from all fiatwork. 4. Tamp the topsoil with a light roller or other suitable equipment. 3.5 REPAIR/RESTORATION] [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 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 DATE NAME SUMMARY OF CfIANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2020 CONCRETE RESTORATION CONTRACT I City Project No. 102105 3305 14- 1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 1 of 7 1 SECTION 33 05 14 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO 3 GRADE 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 I. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 1 . FOR THIS PROJECT ADJ1J TlN(3 MANHOLE CONVERS, WATER [METER I 130 X AND V A1,VE BOX S HA L1, T3L 0NSIDEW-AOB:5PLAl�Y TP 12 CONC,:Rl:'1'L" PAVING SECTION 32 13 13. 13 2. ADJUST MEhfUREPA1 t OF EXiSTIls G IRRLIGA'ri(-)N L LICE AN1.) 14 APPURTANCES BY A LICF,K&E'D TE X US PL,U[viB PR-S1-IALL 13Er PAID PEIt 15 ACTUA-L COST OF ADJUSTM - NT PLUS TEN PPRC1JNT 0 VE RHEAD_ 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 18 Contract 19 2. Division 1 — General Requirements 20 3. Section 32 01 17 Permanent Asphalt paving Repair 21 4. Section 32 01 29 — Concrete Paving Repair 22 5. Section 33 05 10 — Utility Trench Excavation, Embedment and BackfiIl 23 6, Section 33 05 13 — Frame, Cover and Grade Rings 24 7. Section 33 39 10 — Cast -in -Place Concrete Manholes 25 8. Section 33 39 20 — Precast Concrete Manholes 26 9. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 27 10. Section 33 12 21 —AWWA Rubber -Seated Butterfly Valve 28 11. Section 33 04 11 — Corrosion Control Test Station 29 12. Section 33 04 12 Magnesium Anode Cathodic Protection System 30 1.2 PRICE AND PAYMENT PROCEDURES 31 A. Measurement and Payment 32 1. Manhole Minor Adjustivent 33 a. Measurement 34 1) Measurement for this Item shall be per each adjustment using only grade 35 rings or other minor adjustment devices to raise or lower a manhole to a 36 grade as specified on the Drawings. 37 b. Payment CITY OF PORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 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 47 48 49 330514-2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2 of 7 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Minor" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfilI 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 2. Manhole -Major Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade as specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 3. Manhole - Major Adjustment with Frame and Cover a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade specified on the Drawings or structural modifications for a manhole requiring a new frame and cover, often for changes to cover diameter. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major w/ Cover" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December20, 2012 330514-3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 7 1 5) Structural modifications, grade rings or other adjustment device 2 6) Frame and cover 3 7) furnishing, placing and compaction of embedment and backfill 4 8) Concrete base material 5 9) Permanent asphalt patch or concrete paving repair, as required 6 10) Clean-up 7 4. Inlet 8 a. Measurement 9 1) Measurement for this Item shall be per each adjustment requiring structural 10 modifications to inlet to a grade specified on the Drawings. 11 b. Payment 12 1) The work performed and the materials furnished in accordance with this 13 Item will be paid for at the unit price bid per each "Inlet Adjustment" 14 completed. 15 c. The price bid shall include: I6 1) Pavement removal 17 2) Excavation 18 3) Hauling 19 4) Disposal of excess material 20 5) Structural modifications 21 6) Furnishing, placing and compaction of embedment and backfill 22 7) Concrete base material, as required 23 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 24 required 25 9) Clean-up 26 5. Valve Box 27 a. Measurement 28 1) Measurement for this Item shall be per each adjustment to a grade specified 29 on the Drawings. 30 b. Payment 31 1) The work performed and the materials furnished in accordance with this 32 Item will be paid for at the unit price bid per each "Valve Box Adjustment" 33 completed. 34 c. The price bid shall include: 35 1) Pavement removal 36 2) Excavation 37 3) Hauling 38 4) Disposal of excess material 39 5) Adjustment device 40 6) Furnishing, placing and compaction of embedment and backfill 41 7) Concrete base material, as required 42 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 43 required 44 9) Clean-up 45 6. Cathodic Protection Test Station 46 a. Measurement 47 1) Measurement for this Item shall be per each adjustment to a grade specified 48 on the Drawings. 49 b. Payment CITY OF FORT WORTH 2020 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 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 47 48 49 330514-4 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND O1-HER STRUCTURES TO GRADE Page 4 of 7 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Cathodic Protection Test Station Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) HauIing 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backftll 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 7. Fire Hydrant a. Measurement 1) Measurement for this Item shall be per each adjustment requiring stem extensions to meet a grade specified by the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Fire Hydrant Stem Extension" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment materials 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 8. Miscellaneous Structure This Item is intended four a vnique structure. Bid hein should include details to identify the shecifrc structure (i.e. Miscellaneous Structure Adjustment, Sta. 1 +00) a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to said structure to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Miscellaneous Structure Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2020 CONCRETE RESTORATION CONTRACT 1 City Project No. 102105 330514-5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTI-IER STRUCTURES TO GRADE Page 5 of 7 1 6) Furnishing, placing and compaction of embedment and backfill 2 7) Concrete base material 3 8) Permanent asphalt patch or concrete paving repair, as required 4 9) Clean-up 5 1.3 REFERENCES 6 A. Definitions 7 1. Minor Adjustment 8 a. Refers to a small elevation change performed on an existing manhole where the 9 existing frame and cover are reused. 10 2. Major Adjustment 11 a. Refers to a significant elevation change performed on an existing manhole 12 which requires structural modification or when a 24-inch ring is changed to a 13 30-inch ring. 14 B. Reference Standards 15 1. Reference standards cited in this Specification refer to the current reference 16 standard published at the time of the latest revision date logged at the end of this 17 Specification, unless a date is specifically cited. T8 2. Texas Commission on Environmental Quality (TCEQ): 19 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 —Manholes and 20 Related Structures. 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 28 1.11 FIELD [SITE] CONDITIONS [NOT USED] 29 1.12 WARRANTY [NOT USED] 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 32 2.2 MATERIALS 33 A. Cast -in -Place Concrete 34 1. See Section 03 30 00. 35 B. Modifications to Existing Concrete Structures 36 1. See Section 03 80 00. CITY OF FORT WORTH 2O20 CONCRCTE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised December 20, 2012 330514-6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 7 1 C. Grade Rings 2 1, See Section 33 05 13, 3 D. Frame and Cover 4 1. See Section 33 05 13. 5 E. Backfill material 6 1. See Section 33 05 10. 7 F. Water valve box extension 8 1. See Section 33 12 20. 9 G. Corrosion Protection Test Station 10 1. See Section 33 04 11. 11 H. Cast -in -Place Concrete Manholes 12 1. See Section 33 39 10. 13 I. Precast Concrete Manholes 14 1. See Section 33 39 20. 15 2.3 ACCESSORIES [NOT USED] 16 2.4 SOURCE QUALITY CONTROL [NOT USED] 17 PART 3 - EXECUTION 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION 20 A. Verification of Conditions 21 1. Examine existing structure to be adjusted, for damage or defects that may affect 22 grade adjustment. 23 a. Report issue to City for consideration before beginning adjustment. 24 3.3 PREPARATION 25 A. Grade Verification 26 1. On major adjustments confirm any grade change noted on Drawings is consistent 27 with field measurements. 28 a. If not, coordinate with City to verify final grade before beginning adjustment. 29 3.4 ADJUSTMENT 30 A. Manholes, Inlets, and Miscellaneous Structures 31 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 32 30-inch frame and cover assembly per TCEQ requirement. 33 2. On manhole major adjustments, inlets and miscellaneous structures protect the 34 bottom using wood forms shaped to fit so that no debris blocks the invert or the 35 inlet or outlet piping in during adjustments. 36 a. Do not use any more than a 2-piece bottom. 37 3. Use the least number of grade rings necessary to meet required grade. CITY OF FORT WORTH 2O20 CONCRETTE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 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 330514-7 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 7 of 7 a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch rings. b. The maximum height of adjustment shall be no more than 12 inches for any combination of grade rings. If 12 inches is required, use 3 — 4 inch rings. B. Valve Boxes 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on the Drawings. C. Backfill and Grading 1. Backfill area of excavation surrounding each adjustment in accordance to Section 3305 10. D. Pavement Repair 1. if required pavement repair is to be performed in accordance with Section 32 01 17 or Section 32 0129. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD lox] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 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 DATE NAME SUMMARY OF CHANGE 1.2.A — Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and cover; Added 12/20/2012 D. Johnson items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustments 3 A — Pavement repair requirements were added 9/20/2017 W. Norwood 3.4.3 Eliminate 24 inch requirement for maximum chimney height adjustment. 3.4.4.b Add requirement for maximum height of grade rings to be 12 inches or 3-4 inch rings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 2020 CONCRETE RESTORATION CONTRACT I City Project No. 102105 3471 13 - 1 TRAFFIC CONTROL Page 1 of 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. rOR TF11S'VRC),IECT TR TI.0 CONTROL SEC'TI0N 34 71 13 SHA I.I. BI 9 CONS MERE D SUBSIDIARY WORK, NO SEPARATE PAY_ 10 2. IMAFFIC CONTROL RAPLEMENTATION, INSTALLATION, 1I MA.INTE-NANCE, ADJUSTMENTS, NTS, REPLACEMDr TS AND REMOVAL bF 12 'I'RAFFIC (::CfN'1 ROL DE;VICT.1S SEIALL BE.CONSIDERED -SUB5IDIARY t3 WOT1K, N0 SHPA1t-ATV PA Y _ 14 1. PRLiVARAT [0N C3F TRAITIC CONTROL L PLAN DETAILS, ADVIERMCE, Td, 15 CITY A N 0 TEXAS MANIJA1, ON IJNEFORM TRAFFIC CON'k`R01, DEVI CBS 16 (fMiJTCD), OBTAINI.N0 SIGNATURE AND ,SHAt. OF A L If;MSFD I -ERAS, 17 PREFESSTONAL ENO WEEIt SI]ALL HE C ONSIDEI�ED SI 9S11.)IAR 18 WORK NO S F FA R A I E. PAY., 19 C. Related Specification Sections include, but are not necessarily limited to: 20 1, Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 21 2. Division 1 — General Requirements 22 1.2 PRICE AND PAYMENT PROCEDURES 23 A. Measurement and Payment 24 1. Installation of Traffic Control Devices 25 a. Measurement 26 1) Measurement for Traffic Control Devices shall be per month for the Project 27 duration. 28 a) A month is defined as 30 calendar days. 29 b. Payment 30 1) The work performed and materials furnished in accordance with this item 31 and measured as provided under "Measurement" shall be paid for at the 32 unit price bid for "Traffic Control". 33 c. The price bid shall include: 34 1) Traffic Control implementation 35 2) Installation 36 3) Maintenance 37 4) Adjustments 38 5) Replacements 39 6) Removal 40 7) Police assistance during peak hours 41 2. Portable Message Signs CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised November 22, 2013 347113-2 TRAFFIC CONTROL Page 2 of 6 I a. Measurement 2 1) Measurement for this Item shall be per week for the duration of use. 3 b. Payment 4 1) The work performed and materials furnished in accordance to this Item and 5 measured as provided under "Measurement" shall be paid for at the unit 6 price bid per week for "Portable Message Sign" rental. 7 c. The price bid shall include: 8 1) Delivery of Portable Message Sign to Site 9 2) Message updating 10 3) Sign movement throughout construction 11 4) Return of the Portable Message Sign post -construction 12 3. Preparation of Traffic Control Plan Details 13 a. Measurement 14 1) Measurement for this Item be per each Traffic Control Detail prepared. 15 b. Payment 16 1) The work performed and materials furnished in accordance with this Item 17 shall be paid for at the unit price bid per each "Traffic Control Detail" 18 prepared. 19 c. The price bid shall include: 20 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 21 longer 22 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 23 (TMUTCD) 24 3) Obtaining the signature and seal of a licensed Texas Professional Engineer 25 4) Incorporation of City comments 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 IIighways, 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 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised November 22, 2013 3471 13 - 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. 1O'h 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. I 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 SUBMITTALS/INFORMATIONAL 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 23 24 25 26 27 28 29 30 31 32 33 2.1 OWNER -FURNISHED IOR] OWNER -SUPPLIED PRODUCTS [NOT USED] 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 OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No_ 102105 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. I 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. I. 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 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised November 22, 2013 3471 13 - 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 11 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 and follow the flagging procedures set forth in the TMUTCD. 17 5. Provide and maintain flaggers at such points and for such periods of time as may be 18 required to provide for the safety and convenience of public travel and Contractor's 19 personnel, and as shown on the Drawings or as directed by the Engineer. 20 a. These flaggers shall be located at each end of the lane closure. 21 M. Removal 22 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights 23 and other Traffic Control Devices used for work -zone traffic handling in a timely 24 manner, unless otherwise shown on the Drawings. 25 3.4 REPAIR I RESTORATION [NOT USEDI 26 3.5 REINSTALLATION [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 W Revision Log CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I02105 Revised November 22, 2013 3471 13 - 6 TRAFFIC CONTROL Page 6 of 6 DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added police assistance, requirement for when a site specific TCP is required CITY OF FORT WORTH 2O20 CONCRETE RESTORATION CONTRACT I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised November 22, 2013 SECTION 99 99 00 SPECIAL SPECIFICATION Geogrid, Tensar TriAX140-475 1. Description: Furnish and place geogrid in accordance with the lines and grades shown on the plans or as directed. 2. Materials: Geogrid, a synthetic planar structure formed by a regular network of integrally connected polymeric tensile elements with triangular apertures designed to interlock with the surrounding fill material. Geogrid is used for the reinforcement of roadway base or embankment materials. Furnish geogrid that meets the requirements of Table 1. Use roll widths and lengths shown on the plans or as approved. Deliver each roll of geogrid in suitable packaging to protect it from environmental degradation; each roll will be one continuous piece without discontinuities in the ribs. The Engineer will obtain at least one (1) sample of the geogrid per project for testing, as needed, to verify compliance with Table 1. Table 1 Geogrid Requirements TX140 Index Properties Longitudinal Diagonal Transverse General Rib pitch, nun (in) 40 (1.60) 40 (1.60) - Mid -rib depth, mm (in) - 1.2 (0.05) 1.2 (0.05) Mid -rib width, rum (in) - 1.1 (0.04) 1.1 (0,04) Nodal thickness, rum (in) 3.1 (0.12) Rib shape rectangular Aperture shape triangular Rib Aspect Ratio (depth: width) > 1.0 Structural Integrity Junction efficiency, ) % 93 Aperture stability,(2) kg-crn/deg @ 5.Okg-cm 3.0 Radial stiffness at low strain,(3) kN/m @ 0.5% strain 225 Radial stiffness at low strain,(3) (lb/ft @ 0.5% strain) 15,430 Durability Resistance to chemical degradation 100% Resistance to ultra -violet light and 100% weathering(5) Notes: 1. Load transfer capability determined in accordance with GRI GG2 87 and GRI-GGI-87 and expressed as a percentage of ultimate tensile strength. 2. In -plane torsional rigidity measured by applying a moment to the central junction of a 225mm x 225mm specimen restrained at its perimeter in accordance with U.S. Army Corps of Engineers Methodology for Measurement of Torsional Rigidity, (Kinney, T.C. Aperture stability Modulus ref 3, 3-1-2000). 3. Radial stiffness is determined from tensile stiffness measured in any in -plane axis from testing in accordance with the scope of ISO 10319:1996. 4. Resistance to loss of load capacity when subjected to chemically aggressive environments in accordance with testing to ISO12960 as part of a durability assessment in accordance with IS013434:1999 7.3 5. Resistance to loss of load capacity when subjected to ultra -violet light and weathering in accordance with testing to EN12224 as part of a durability assessment in accordance with IS013434:t999 7.2 6. All dimensions and values are typical unless otherwise stated. 3. Identification: Identify each roll with a tag or label securely affixed to the outside of the roll on one end. List the following information on the label: • unique roll number, serially designated; • lot number or control number; • name of producer; • style or catalog designation of product; and • roll width and Iength. 4. Construction: Prepare the subgrade as indicated on the plans or as directed. Set string lines for alignment, if directed. Install geogrid in accordance with lines and grades as shown on the plans or as directed. Place base material in lift thicknesses and compact as shown on the plans or as directed. Do not operate tracked construction equipment on the geogrid without a minimum fill cover of six (6) inches. Rubber fire construction equipment may operate directly on the geogrid at speeds less than five (5) mph if the underlying material supports the loads. Where excessive substructure deformation is apparent, correct the grid placement operations as recommended by the manufacturers or as directed. A. Placement: Orient the geogrid length as unrolled parallel to the direction of roadway. Overlap geogrid sections as shown on the plans or as directed. Use plastic ties at overlap joints or as directed, Placement of geogrid around corners may require cutting and diagonal lapping. Pin geogrid at the beginning of the backfill section as directed. Keep geogrid taut at the beginning of the backfilling section but not restrained from stretching or flattening. 1. Longitudinal Joints: Overlap longitudinal joints by a minimum of 1 ft. Space longitudinal ties 10 ft. to 15 ft. or as directed. 2. Transverse Joints: Overlap transverse joints by a minimum of 1 ft, Space transverse ties 4 ft. to 5 ft. or as directed. B. Damage Repair: As directed, remove and replace contractor damaged or excessively deformed areal without additional compensation. Lap repair areas a minimum of 3 ft, in all directions. Tie each side of repair grid in at Ieast three (3) locations but do not exceed normal construction spacing; tie spacing for odd shapes will be as directed. Repair excessively deformed materials underlying the grid as directed. 5. Measurement: Geogrid will be measured by the square yard of roadway placement as shown in the plans with no allowance for overlapping at transverse and longitudinal joints. 2 6. Payment: The work performed and materials furnished in accordance with this item, as measured, will be paid for at the unit price bid for "Geogrid, Tensar TriAX 140-475". This price is full compensation for furnishing, preparing, hauling and placing materials including labor, materials, freight, tools, equipment and incidentals. SECTION 99 99 00 361 Item 361 - Repair of Concrete Pavement neparimenr or 7"ranspoAarinn 1. DESCRIPTION Repair concrete pavement to half -depth or full -depth in accordance with the details shown an the plans and the requirements of this Item. 2. MATERIALS Furnish materials in accordance with the following: • Item 360, "Concrete Pavement," • Item 421, 'Hydraulic Cement Concrete," Q Item 440, "Reinforcement for Concrete," • QM"100, 'Epoxies and Adhesives," and N OMS-4655, °Concrete Repair Materials 2.1. Half -Depth Repair. Obtain approval for the repair material mix design. The selection of repair material should be based on the time for opening to traffic and temperature range during the repair. Provide Class HES concrete in accordance with Item 421, "Hydraalic Cement Concrete," and designed to attain a minimum average flexural strength of 255 psi or a minimum average compressive strength of 1,800 psi within the timeframe designated for opening to traffic if It is less than 72 hr. after concrete placement. Otherwise, provide Class S conforming to Item 421, "Hydraulic Cement Concrete" or Class P concrete conforming to Item 360, "Concrete Pavement' Provide material meeting the requirements of DMS-4655, "Concrete Repair Materials," Type A when Class HES concrete does not meet the strength requirement within the designated timeframe. 2.2. FulWepth Repair. Obtain approval for the repair material mix design. The selection of repair material should be based an the time for opening to traffic and temperature range during the repair. 2.2.1. Hydraulic Cement Concrete for Pavement. Provide Class HES concrete designed to attain a minimum average flexural strength of 255 psi or a minimum average compressive strength of 1,800 psi within the designated timeframe if the timeframe designated for opening to traffic is less than 72 hr. after concrete placement. Otherwise, provide Class P concrete conforming to item 360, "Concrete Pavement" 2.2.2. Base Material. Furnish cold -mix asphaltic materials for replacement base material when shown on the plans. The Engineer may waive quality control (QC) tests for base material. 2.2.3. Asphalt Concrete. Furnish asphalt concrete material for overlay and asphalt shoulder repair as shown on the plans. The Engineer may waive QC tests for this material. �. EQUIPMENT Provide tools and equipment necessary for proper execution of the work that meet the pertinent requirements of the following: w Item 360, 'Concrete Pavement z Concrete Demolition Equipment. Provide chipping hammers or hydro -demolition equipment for the bulk removal of concrete. 361 • Concrete Lift -Out Equipment. Provide steel chains, lift pins, and a crane or front-end loader capable of lifting the concrete and loading it onto a flatbed or dump truck. • Drill. Use a maximum 40-lb. drill with tungsten carbide bits. • Air Compressor. Provide compressor equipped with filters designed to remove oil from the air and capable of delivering air to remove dust and debris. 4. CONSTRUCTION Submit for approval all materials and methods of application at least 2 weeks before beginning any repair work. Repair locations will be as indicated on the plans or as directed. Repair areas may be adjusted after removing distressed concrete. Switch the half -depth repair to the full -repair if exposed existing longitudinal bars are deficient, as approved. Compensation will be made for unexpected volumes of repair areas or changes in scope of work. 4.1. Half -Depth Repair. Repair locations will be as indicated on the plans or as directed. Repair boundaries should be square or rectangular with a minimum length and width of 12 in. Saw -cut repair boundaries to a minimum depth of 1-112 in. Do not saw -cut longitudinal or transverse steel. if the longitudinal steel is cut, a full -depth repair may he required as directed without additional compensation. Remove concrete from the repair area as designated. Start at the center of the repair area. Ensure all loose concrete materials are removed and only sound concrete is left in place. Increase the repair area and perform a full -depth repair as directed if longitudinal steel bars were damaged by the removal operations. No additional compensation will be made. Clean the area to be repaired by approved methods. Remove all loose particles, dirt, deteriorated concrete, or other substances that would impair the bond of the repair material. Mix, place, and cure in accordance with the manufacturer's recommendation when material in DMS-4655, "Concrete Repair Materials," is used. Mix, place, and cure concrete in accordance with Item 360, "Concrete Pavement." when Class S, Class P, or Class HES is used. Test Class S, Class P, and Class HES concrete to the requirements of Section 360.4.2., "Job -Control Testing." Match the grade and alignment of existing concrete pavement unless otherwise shown on the plans. Concrete pavement may be opened to traffic when specified strength is achieved. 4.2. Full -Depth Repair. Repair areas identified by the Engineer. Make repair areas rectangular, at least 6 ft. long and at least 112 a full lane in width unless otherwise shown on the plans. Accept ownership of all removed material, and dispose of it in accordance with federal, state, and local regulations unless otherwise shown on the plans. Saw -cut and remove existing asphalt concrete overlay at least 2 ft. longer than the repair patch in each longitudinal direction when there is existing asphalt concrete overlay over the repair area. Saw -cut the full depth through the concrete around the perimeter of the repair area before removal. Schedule work so that concrete placement follows full -depth saw -cutting by no more than 7 days unless otherwise shown on the plans or approved. Remove the slab by lifting the slab with a minimum disturbance to the base materials and surrounding concrete. Do not spall or fracture concrete adjacent to the repair area. Saw -cut and remove additional concrete as directed, after slab removal, if distresses are found ip the surrounding concrete pavement. Repair damages to concrete pavement caused by the Contractor's operation without additional compensation. Perform repairs as directed. Remove loose or damaged base material completely, leaving no loose base material. 361 Recompact base materials to the satisfaction of the Engineer. Level the base layer with cold -mix asphalt to the original bottom line and grade of the concrete slab before repair concrete is placed when shown on the plans. Place concrete directly onto the compacted base layer unless otherwise directed. Use tie bars to restore the continuity of the concrete pavement. Demonstrate, through simulated job conditions, that the bond strength of the epoxy -grouted tie bars meets a pullout strength of at least 314 of the yield strength of the tie bar when tested in accordance with ASTM E488 within the epoxy manufacturer's recommended curing time. Increase embedment depth and retest when necessary to meet testing requirements. Perform tie bar testing before starting repair work. Place tie bars as shown on the plans. Drill holes into the existing concrete at least 10 in. deep unless otherwise directed. Use a drill bit with a diameter that is 118 in, greater than that of tie bars. Clean the holes with a wire brush and compressed air to remove all the dust and moisture. Fallow the epoxy manufacturer's instructions to apply the epoxy. Insert the tip of the epoxy cartridge or the tip of the machine applicator to the end of the tie bar hole, and inject Type ill, Class C epoxy to fill the entire hole, Insert tie bars. Place new deformed reinforcing stool bars of the same size and spacing as shown on the plans for Continuously Reinforced Concrete Pavement (CRCP) repairs. Lap all longitudinal reinforcing steel at least 25 in. Provide and place approved supports to firmly hold the new reinforcing steel in place when needed. Place dowel bars as shown on the plans for Concrete Pavement Contraction Design (CPCD) repairs. Provide and place approved supports to firmly hold the dowel bars in place. Mix, place, cure, and test concrete to the requirements of Item 360, "Concrete Pavement," and Item 421, "Hydraulic Cement Concrete." Broom -finish the concrete surface unless otherwise shown on the plans. Perform a timely saw -cut over the dowel bars and restore the transverse contraction joint for CPCD. Restore the existing longitudinal joints to the requirements of Section 360.4A., "Joints." Match the grade and alignment of existing concrete pavement. Replace any asphalt overlay and shoulder material removed with new asphalt concrete material after concrete strength requirements have been met. Remove repair area debris from the right of way each day. Concrete pavement may be opened to traffic when specified strength is achieved. �. MEASUREMENT This Item will be measured by the square yard in place of the completed concrete surface area repaired. 6, PAYMENT The work performed and the materials furnished in accordance with this Item and measured as specified under "Measurement" will be paid for at the unit price bids for "Repair of Concrete Pavement (Half -Depth)" and "Repair of Concrete Pavement (Full -Depth)," This price is full compensation for removal, stockpiling, and disposal of waste material and for equipment, materials, labor, tools, and incidentals. Asphalt concrete, base material, and curbing will not be paid for directly but will be considered subsidiary to this Item. SECTION 99 99 00 720 Item 72® Texas Repair Of Spalling in Concrete Pavement orr�Rspo.�sa, -i5p r DESCRIPTION Repair spalling and partial -depth failures in concrete pavement. 2. MATERIALS Furnish either rapid -set concrete or polymeric patching material unless otherwise shown on the plans. 2.1. Rapid -Set Concrete. Provide concrete that meets DMS-4655, "Concrete Repair Materials," Type 'B." Use a packaged blend of hydraulic cement, sand, and gravel (maximum size 318 in.) which requires the addition of water and has a maximum shrinkage of 0.15% in accordance with ASTM C928. Do not use chlorides, magnesium or gypsum to accelerate setting time. Demonstrate that mixture achieves flexural strength of at least 425 psi in 5 hr., a minimum compressive strength of 5,100 psi in 7 days, and 6,300 psi in 28 days before spall repair operations. Test in accordance with Tex418-A and Tex-448-A. 2.2. Polymeric Patching Material. Provide polymeric patching material that meets DMS-6170, "Polymeric Materials for Patching Spalls in Concrete Pavement," and matches the color of the pavement. 3. EQUIPMENT Furnish equipment in accordance with Item 429, "Concrete Structure Repair," or as approved. 4. WORK METHODS Repair areas as shown on the plans or as directed. Dispose of debris off the right of way in accordance with federal, state, and local regulations. 4.1. Hydraulic Cement Concrete Material. Saw at least 1-112 in. deep around repair area before concrete removal, unless otherwise directed, providing a vertical face around the perimeter of the repair area. Protect and reuse existing reinforcing if encountered, unless otherwise directed. Provide a uniform rough surface free of loose particles and suitable for bonding. Remove concrete to a depth of 1-112 in. or the depth of deteriorated concrete, whichever is greater. Use chipping hammers not heavier than the nominal 15-lb. class or hydrodemolition equipment for the removal of concrete below 1-112 in. depth. Mix, place, and cure in accordance with manufacturer's recommendations. Place concrete if the air temperature is 40°F or above. Screed concrete to conform to roadway surface. Provide a rough broom finish. 4.2. Polymeric Patching Material. Submit for approval a statement from the manufacturer identifying the recommended equipment and installation procedures. Remove the deteriorated concrete to the dimensions shown on the plans or as directed. Dry and abrasive blast the repair area to ensure it is free from moisture, dirt, grease, oil, or other foreign material that may reduce the bond. Remove dust from the abrasive blasting operation. Apply primer to the repair area in accordance with manufacturer's recommendations. Reapply primer if conditions change before placing patching material. Mix, place, and cure in accordance with manufacturer's recommendations. Begin placement of material at the lower end of sloped areas. Screed 720 polymeric patching material to conform to the roadway surface. Provide a non-skid finish with a notched trowel. 5. MEASUREMENT This Item will be measured as follows: 5.1. Hydraulic Cement Concrete Material. By the cubic foot of concrete repair material placed. 5.2. Polymeric Patching Material. By the gallon of polymeric patching material placed. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for"Spalling Repair" of the type (hydraulic Cement; Polymeric, Flexible; or Polymeric, Semirigid) specified. This price is full compensation for sawing, chipping, milling, cleaning, abrasive blasting, repairing spalled concrete pavement, disposal of materials, materials, equipment, labor, tools, and incidentals. APPENDIX GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GN-1.00 General Notes SD-1.00 Standard Construction Details PM-1.00 Project Street Limits and Maps CITY OF FORT WORTH 2O20 Concrete Restoration Contract 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 GC-6o06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2O20 Concrete Restoration Contract 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 ATTACHMENT IA Page 1 of 4 FORT WORTH City of Poet Wovih Minority Business Enterprise OFFEROR COMPANY NAME: Check applicable block to describe MA KO 1 1 I A 1 C Offeror PROJECT NAME- M013 :rl NON-MNwDBE 2020 CONCRETE RESTORATION CONTRACT `i SIDDA7E City's MBE Project Goal: Offeror's MSE Project Commitment: PROJECT NUMBER 10 % 10.1 % �102105 Identify All subcontractors/suppliers you v+ill use on thin project Failure to complete this form, in its entirety with requested documentabor1, and received by the Purchasing Division no later than 2:00 p-m_ an the second City lousiness day after bid opening, exclusive of told 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 scl Jule, condMoned upon executivon of a corrtxact with the City of Fort Worth. The l^tentional and/or knowing misrepresentation of facts iS grounds for considera ion of dlsqualificallon and Wilk result In the bid being considered nor/ -responsive to bid specifications. RQUEs listed toward meeting the project goal must be located in the six (0) 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-,Qaila% Denton, Johnson, VarrkeF. and Wise countries. 'Prime contractors must Identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontractIng below the prime contractortconsultarlt i.e. a direct payment from the prime contractor to a subcontractor Is considered 1" tier, a payment by a subcontractor to its supplier #a oDrisidered 2" tier_ The primme contractor is responsible to provide proof of payment of all tiered subcontractors lcer#ified as a MSE and counting those dollars towards meeting the contract comiTi ftted opal_ ALL IWOEs 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. Ihauling services are utilixedr the Offeror vAll be given credit aB long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, Including MICE owner -operated, and receive full MSE credit_ The MBE may lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 2110115 FORT WRTH '411V ATTACHMENT 1A Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and non-MBE,5. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. NCTRCA N SUSCONTRACTOR1SUPPL:.IEn O Company Flame T " Detail Detail Address i Subcontracting Supplies Dollar Amount Telephonetrax e H B M work Purchased Entail r E E Contact Person E COWTOWN REDIMIX RRETE 200,000.00 P.O. Box 162327 Fort Worth, TX 76111 td@cowtownrm.us 8177591919 171 SILVAS TRUCKING HAUL OFF 2,000.00 2509 JANICE LN FORT WORTH,TX 76112 8176537613 benito.silva@silvastruckingllc.com � ❑ ARCO CONTRACTOR SUPPLY MATERIAL SUPPLY 25000.00 2305 Ludelle Street Fort Worth, TX 76105 E: jorge@arconow.com P:817-531-3800 READY CABLE MATERIAL SUPPLY 15000-00 Cynthia Lara Client Service Rep Ready Cable, Inc. 4416 Keller Hicks Rd. El Fort Worth, TX 76244 (817) 431-6866 Ext. 321 (817) 431-6868 Fax UNITED RENTAL EQUIPMENT RENTAL 60000.00 Kevin Rivera { Territory Manager Dallas/Fort Worth ( Office 817-483-6411 1 ) Cell El 469-781-5053 f 7 Fax 817-483-0723 j * kriveral@ur.com I&E CONCRETE CUTTER SAWCUTTING 30000.00 5300 ELGIN ST FORT WORTH TX. 76105 isacescareno@gmail.com 8179371825 El J Rev. 2110115 ATTACHMENT1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Mlnorily and non-MBEe. 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. SUBCONTRACTOWSU PPI IER NCTIRCA Company Flame Address Telephone/Fax L-mail Contact Iverson T- i r - h1 W B 0 E E --------------- .._._..... " It r Detail Subcontracting Wore Detail Supplies Purchased Dollar Amount BURNCO TEXAS CONCRETE REDIMIX 150,000.00 1159 Underwood Road Aledo, Texas 76208 Mark Bulger Sales Representative El � � BURNCO Texas L.L.C. 972-465-0379 BUYERS BARRICADES TRAFFIC CONTROL 4000.00 Chelby Fallahay BARRICADES Inside Sales Chelby@buyersbarricades.com O: 817.535.3939 El Z MARTIN MARIATTA FLEXBASE 8000.00 Eric Feleciano I Sr. Contract Sales Highway I Civil I Mobile I CTM Martin Marietta 10615 Spangler Road El Dallas, Tx 75220 M: 214 232-9987 eric.feleciano@martinmarietta.com E: jandhconcrete@yahoo.com Concrete work $55,000.00 P: 214-675-1661 F: 972-224-8814 1311 Cleardale Dr. Dallas, TX 75232 El D ® F] Rev. 2f10115 F(DRTWORTH 87,000.00 Total Dollar Amount of MBE Subcontractors/Suppliers 1 487,000.00 Total Dollar Amount of ikon -MBE Subcontractors/Suppliers f 574, 000.00 TOTAL, DOLLAR AMOUNT OF ALL SURC©NTRACTORS/SUPPLIERS 1 ATTACHMENT1A Page 4 of 4 The Offeror will not make additions, deWe ons, or sul ltutions to this certified list without the prior approval of they Minority and Women Business Enterprise Office through Vie submittal of a Request for Approval of CfrangelAddittan (Form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outiJned In the ordinance, The Offeror shall submit a detailed explarnadon of how the requestedchange/addition or deletion veil affect the committed MBE goal, If the detail exDlanadon is not submitted. it will affect the final comnfiance daterrninatim, 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. 0 Authorized Signatu Printed Signature PRINCIPAL MAQSO®D KHAN Title MAKOU INN Company dame 0204 PARKSIDE DR Address ARLI NGTO �lJX 76001 Citylstatelzip Contact kamef—I itle (if different) 8177985426 Telephone and/or Fax makouinc@gmail.com E-mail Address 7/26/2019 Date Rev. 2110115 ,(X-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2O20 Concrete Restoration Contract I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 M&C Review Page 1 of 1 IF - Official site of the City of Fort worth, Texas FORT ORm COUNCIL ACTION: Approved on 10/29/2013 " �^A - ...........^.��._,_.�:3•`=Sec= —c_'=n�.�'xcs_.�,�..._.......Y._ _.._. �,..;��' �."X.-_ :......... _ W d � � .... _ r aC _ .�—.._..,.__..`i:.�X" ..._. - ' REFERENCE 20PREVAILING WAGE DATE: 10I29/2013 NO.: C-26534 LOG NAME: RATES 2013 CODE: C TYPE: CONSENT PUBLIC NO HEARING: SUBJECT: Adopt 2013 Prevailing Wage Rates for City Awarded Public Works Projects (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council adopt the attached 2013 Prevailing Wage Rates for City - awarded Public Works projects. DISCUSSION: Texas Government Code Chapter 2258 requires that a public body awarding a contract for Public Works shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to execute the contract. The public body is required to specify in the bid documents for any Public Works contract, and in the contract itself, the wages as determined and adopted by the public body. The attached 2013 Prevailing Wage Rates data for Heavy and Highway Construction projects identifies the current Davis -Bacon Act prevailing wages for heavy and highway construction projects applicable to the local wage rate zone. The attached 2013 Prevailing Wage Rates data for Commercial Construction projects identifies average wage rates based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012). The 2013 Prevailing Wage Rates will be included in future City -awarded infrastructure bid documents and contracts once adopted. FISCAL INFORMATIONXERTIFICATION: The Financial Management Services Director certifies that this action will have no material effect on City funds. TO FundlAccountlCenters Submitted for City Manager's Office by: Originating Department Head: Additional Information Contact: ATTACHMENTS NewCOFW Hor.pdf NewCOFW_Vert.pdf FROM Fund/Account/Centers Fernando Costa (6122) Douglas W. Wiersig (7801) Roy Teal (7958) http://apps.cf-wnet.org/council_packetlmc review.asp?ID-19155&councildate—l0/29/2013 11/7/2013 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 Reclaim er/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 Siipform 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 2013 PREVAILING WAGE RATES (Commercial Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate AC Mechanic $ 25.24 AC Mechanic Helper $ 13.67 Acoustical Ceiling Installer $ 16.83 Acoustical Ceiling Installer Helper $ 12.70 Bricklayer/Stone Mason $ 19.45 Bricklayer/Stone Mason Trainee $ 13.31 Bricklayer/Stone Mason Helper $ 10.91 Carpenter $ 17.75 Carpenter Helper $ 14.32 Concrete Cutter/Sawer $ 17.00 Concrete Cutter/Sawer Helper $ 11.00 Concrete Finisher $ 15.77 Concrete Finisher Helper $ 11.00 Concrete Form Builder $ 15.27 Concrete Form Builder Helper $ 11.00 Drywall Mechanic $ 15.36 Drywall Helper $ 12.54 Drywall Taper $ 15.00 Drywall Taper Helper $ 11.50 Electrician (Journeyman) $ 19.63 Electrician Apprentice (Helper) $ 15.64 Electronic Technician $ 20.00 Floor Layer $ 18.00 Floor Layer Helper $ 10.00 Glazier $ 21.03 Glazier Helper $ 12.81 Insulator $ 16.59 Insulator Helper $ 11.21 Laborer Common $ 10.89 Laborer Skilled $ 14.15 Lather $ 12.99 Metal Building Assembler $ 16.00 Metal Building Assembler Helper $ 12.00 Metal Installer (Miscellaneous) $ 13.00 Metal Installer Helper (Miscellaneous) $ 11.00 Metal Stud Framer $ 16.12 Metal Stud Framer Helper $ 12.54 Painter $ 16.44 Painter Helper $ 9.98 Pipefitter $ 21.22 Pipefitter Helper $ 15.39 Plasterer $ 16.17 Plasterer Helper $ 12.85 Plumber $ 21.98 Plumber Helper $ 15.85 Reinforcing Steel Setter $ 12.87 Page 1 of 2 Reinforcing Steel Setter Helper $ 11.08 Roofer $ 16.90 Roofer Helper $ 11.15 Sheet Metal Worker $ 16.35 Sheet Metal Worker Helper $ 13.11 Sprinkler System Installer $ 19.17 Sprinkler System Installer Helper $ 14.15 Steel Worker Structural $ 17.00 Steel Worker Structural Helper $ 13.74 Waterproofer $ 15.00 Equipment Operators Concrete Pump $ 18.50 Crane, Clamsheel, Backhoe, Derrick, D'Line Shovel $ 19.31 Forklift $ 16.45 Foundation Drill Operator $ 22.50 Front End Loader $ 16.97 Truck Driver $ 16.77 Welder $ 19.96 Welder Helper $ 13.00 The prevailing wage rates shown for Commercial construction projects were based on a salary survey conducted and published by the North Texas Construction Industry (Fall 2012) Independently compiled by the Lane Gorman Trubitt, PLLC Construction Group. The descriptions for the classifications listed are provided on the TEXO's (The Construction Association) website. www.texoassociation.org/Chapter/wagerates.asp Page 2 of 2 GN-go®® General Notes THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2O20 Concrete Restoration Contract 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 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 o 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 AT&T Gary Tilory 817-338-6202 • One Source Communications Jeremy Hegwood 817-745-2243 C. Caution! When doing work within 200 feet of any signalized intersection, the Contractor shall notify Traffic Management Division of City of Fort Worth T/PW, 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 (Juan Pablo De La Cruz: 817-392-6747) 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. if 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). S. 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 lame pavement markings shall 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 ra►np 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 18, 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. It. 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 FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18, 2017 Division 33 - Utilities General: 1. 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: I . Provide thrust restraint by means of restraining j oints 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 18, 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 submit a sequencing plan to the City for approval. 3. Take appropriate measures to preserve wildlife in accordance with applicable federal, state and local guidelines. CITY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18, 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.RahmanAfortworthtexas. og v (and copy Kassem Elkhalil, Professional Engineer, at Kassem.ElKhalilgfortworthtexas.p:o ) 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. 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 (1 I" X 17") of final signed and sealed plans to the City. 8. 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: CrrY OF FORT WORTH STANDARD CONSTRUCTION GENERAL NOTES Version Release December 18, 2017 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 clean up and remove all loose material resulting from construction operations each day prior to the work is being suspended. 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 1-48 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 McCainTM, EconoliteTM, 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) GelcoreTM 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. CITY OF FORT WORTH STANDARD CONSTRUCTION GENEILAL 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 McCain TM, EconoliteT"rt, 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). 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 TxDOT 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 December 18, 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. 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 Vernon Release December 18, 2017 SWIM Standard Construction Details THIS PAGE LEFT INTENTIONA11LLY BLANK K CITY OF FORT WORTH 2O20 Concrete Restoration Contract 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 4' 4' 4 Fo 'ITT RT wORTH 1„ 4 3" 3 Pr °ect Title 82„ Funding 3,1 i2 Contractor: 1„ 22„ Contractor's Name 2 12° Questions on this Project Call: 12 1" 12" (817) 392 - XXXX 1" After Hours Call: (817) 392 - XXXX _J 22, Ri " TYP. 1 " TYP. FONTS: FORT WORTH LOGO IN CHELTINGHAM BOLD ALL OTHER LETTERING IN ARIAL BOLD COLORS: FORT WORTH - PMS 288 - BLUE LONGHORN LOGO - PMS 725 - BROWN LETTERING - PMS 288 - BLUE BACKGROUND -WHITE BORDER -BLUE NOTES; IF APPLICABLE TO THE PROJECT, CONTRACTOR SHALL OBTAIN VINYL STICKER "CITY GAS LEASE REVENUE IN ACTION" 1 LOGO AT CDR SIGN AND ENGRAVING, 6311 EAST LANCASTER AVE (817451-4.684), PEEL AND PLACE IN FUNDING SECTION. PROJECT DESIGNATION SIGN CITY OF FORT WORTH - CONSTRUCTION STANDARD DATE: COLLAR CONFIGURATION COLLAR CONFIGURATION FOR PAVED AREA FOR UNPAVED AREA MANHOLE FRAME AND - -",.;" 32" DIk rx)(ml F iRnm -r COVER. (REFER TO STD. PRODUCT LIST) j. 4000 PSI CONCRETE 4A 8—#4 REBARS TYP. �-32" I MIN." — 3" TYP. A -W CHAMFER (TYR) ................ F YM I ---- UMUUNU ...................... ; .... . ................... TF - - - - - - - - 1:4-1 Tim I 11- 30" CLEAR OPENING ICONCRETE COLLAR 2" x 8" x 30- I.D. 2 ROWS OF RAM—NEK SEAL HEIGHT VARIES CONCRETE PRECAST —w/STAGGERED JOINTS OR GRADE RINGS PER APPROVED EQUAL. ASTM C478, SECTION A -A O REBAR SHALL BE PLACED 3" O WHERE MANHOLES ARE IN HINGED LIDS ARE REQUIRED MIN. FROM TOP AND BOTTOM THE STREET, INSTALL 2 OR ON ALL ELEVATED MANHOLES, OF CONCRETE COLLAR. MORE GRADE RINGS, AS JUNCTION BOXES AND WHERE NEEDED, BETWEEN CASTING SPECIFIED ON PLANS. (REFER AND TCP OF PAVEMENT. TO STD. PRODUCTS LIST) LOCKS BE HINGED LIDS INSTALLED IN ALL MANHOLETO LIDSINSTALLED BELOW ON E11-14, El-20, E1-21 MATERIAL STREETS SHALL OPEN THE 100—YEAR FLOOD FLEV. E2-14, E2-20. E2-21 CONSTRUCTION AGAINST THE FLOW OF AND WHERE SPECIFIED ON TRAFFIC. PLANS. CITY OF FORT WORTH, TEXAS DATE: OCT. 2009 MANHOLE FRAME, COVER,- GRADE RINGS AND CONCRETE COLLAR I SAN-009 Water Melva Riser Cross Section iew ---d 14— 12 gage 090 plvanized steel -T Heigh# new asphalt overlay 3 - 3w D.O.M. Tube Item Item Material Deseriptipty Number Description I Steel Skirt 12 gage A.I.S.I. 102.0 Steel G•90 Galvanized Tensile Tensile Yield Ultimate 33,000 P.S.I. 1 60,000 P.! UinwLn vucsr51*a'ii9 (I Uute.u43 1 75 000 P-S.]. a5 000 P. D,0 M Tube I D. 0. M_ Tube A.ES.1. 1026 A513 type 5) 1 72.0(* P.S.1. 87-000 P. Manhole Riser Item Item Number 13escti I 31$" w 2 Steel Skim 3 Weld 4 314" vAdv 5 � 1� 6 Tumburk n"° Dia. Hole . th 302 Stainless el Roll Pin Cross Section view 10 or 12 gage G90 galvanized steel Height I new asphalt overlay l +"� — ` 7/Al-thick riser bar Expandinginkae 17i64" Diameter holes 0 13issr k 3/4" O.D. SJ�" _a BattT 3/Ct" C. D. -- 3/8" 0 16 Thread 5bteri2i Description Tensile Tensile lion _ Yield UltimatePirB 302 Stait,J� Steel 7115,000 [$ Double Shc+ra Strom t 12 or 10 gage A.I.S.I. 1020 SW (A-36) 33,000 P.S.1. 60,000 P.S. G90 C,4lvwizvd 65%7O*A ciraunfe=e =welded 75 000 F.S.I. 000 ? S. sw Hot Rolled Stye] ALS.1. 1020 A-36 33,00o P.S.1. _ss 60 0(}a P.S.I Forging Al.S.f. C-1030 Staei Flee Treated BHN 240 70,000 P.S.i. 92,WO P S.I Ziric Piaaad with 17idnvrrwte Fi.iA A.1.S.1. 1020 OHN 149' 70.000 P S.1 S0.000 P S I Lir+s Pllnfrd dipped irr Lir�e(a�lcer rust irihr6AtAr NOTES TO DESIGNER: FOR INLET DEPTH "D" GREATER THAN 10'-0", DESIGNER IS REQUIRED TO PROVIDE SPECIAL DETAIL. FOR INLET WIDTH "L" GREATER THAN 20'-0', DESIGNER IS REQUIRED TO PROVIDE SPECIAL DETAIL. 3'-0" LENGTH OF OPENING "L" GUTTER TRANSITION G„ EXPANSION JOINT SYMMETRICAL ABOUT Yz" PREMOLD EXPANSION JOINT MATERIAL GUTTER LINE) -- 1 —" r —------- CONSTRUCTION JOINT LIP OF GUTTER i (SEE SECTION "A" & "B") CENTER OF DIA. H FORMED HOLE NOTES: LOCATION OF RING AND COVER TO BE AT BOTH ENDS OF INLET. FOR 20' INLETS, ADD RING AND COVER ON f DOWNSTREAM SIDE OF TRANSVERSE BEAM, UNLESS OTHERWISE DIRECTED BY ENGINEER. — - FIELD CUT BARS B & C TO CLEAR o MANHOLE A ro- J¢" PREMOLD EXPANSION ,JOINT MATERIAL I TRANSVERSE BEAM --J FRONT ELEVATION VIEW 3'--0" GUTTER TRAI 6" . 2'-0" BARS C (TOP & BOTTOM SLAB) LENGTH OF OPENING "L" If 16" 1 0 I N BARS J � I SYMMETRICAL ABOUT J -B "L"/2 PLAN VIEW ,-- BARS E -- TOP SLAB CONTROL POINT - T- CURB HEIGHT m BARS F ® 7 X" 0_C. BARS M AND BARS N TL7P VIEW BARS M 2'-0" FROM LIP BARS N OF GUTTER }� �— I — — — — — — O N 3'-0" JIDI4"I 2" Slp� SECTT0�1 ENp SECT1D,11 TRANSVERSE BEAM DETAIL, (FOR 15' AND 20' INLETS) BARS F @ 7 N' O.C. NOTES: 1. MATERIALS AND WORKMANSHIP SHALL CONFORM WITH THE REQUIREMENTS OF CITY OF BARS B — TOP SLAB 0 7 Xz" O.C. FORT WORTH STANDARD SPECIFICATION 33 49 20, CURB AND DROP INLETS. C O.C. BARS G — BOTTOM SLAB ®7 Nr" 2. ALL CONCRETE SHALL HAVE A MINIMUM COMPRESSIVE STRENGTH Vc = 3,000 PSI AT 28 DAYS. 3. ALL REINFORCING STEEL SHALL BE GRADE 60. BARS D 4. CHAMFER ALL EXPOSED EDGES ;W" EXCEPT WHERE OTHERWISE NOTED. 5. ALL REINFORCING STEEL SHALL HAVE MINIMUM 2" COVER TO CENTER OF BAR, UNLESS — — OTHERWISE NOTED. 6. ALL DIMENSIONS RELATING TO REINFORCING ARE TO CENTER OF BARS, 7. LOCATION OF STRUCTURE AS SHOWN IN PLANS REFERS TO CONTROL POINT AT THE FACE OF CURB AND MID —POINT OF THE INLET, AS SHOWN ON THIS DETAIL. — — — B. FIELD CUT AND BEND BARS AS NECESSARY TO ACCOMMODATE STORM DRAIN PIPE PER TYPICAL MANHOLE / PIPE PENETRATION DETAIL (33 49 10-1)415)_ 9. A SEALED X" EXPANSION JOINT SHALL BE PLACED ALONG ALL VERTICAL FACES BARS A ®7 O.C. 10. ABUTTING CONCRETE PAVEMENT. STANDARD INLET DEPTH "D" FOR NEW CONSTRUCTION SHALL BE 4'-0" AT UPPER END, AND 4'-9" AT OUTLET END. OTHER DEPTHS MAY BE USED BASED ON PROJECT SPECIFIC CONDITIONS. MINIMUM 2% FALL SHALL BE USED IN ALL CASES_ NOTE: INLET DEPTH SHALL BE SHOWN ON STORM DRAIN PLAN & PROFILE SHEETS. 24" DIA. ACCESS RINAND COVER 3 5— PER 33 05 13-0009 cn "W L.----------- a 3 PERMISSIBLE CONSTRUCTION 1I JOINT Z, SECTION A * NOTE: DIMENSION SHOWN FOR 8" CURB_ INCREASE LENGTH BY 1" FOR EACH ADDITIONAL 1" OF CURB HEIGHT. TRANSVERSE BEAM (15' & 20' INLETS ONLY) BARS C TOP SLOPE 1.5% (-Xis"/FT) TOWARD CURB BARS D BARS 8 0 7 Yz" O.C. BARS E x Q BARS C 0 7 Y2" O.C. \ o w a PLASTIC MANHOLE STEPS AT 12"-12" SPREAD STAGGERED (PER 33 49 10-0414) ONLY FOR "D" > 5'--0" BARS F 0 7 N" O.C. BARS C 0 7 )2" O.C. -w-i "w' PLUS O'-B" 1 I BARS B (#4) BARS C _ "L" PLUS_0'-8" BARS D T' PLUS 5'-8" BARS C & D (#4) "L" PLUS 0'--8" l r BARS E (#4) BARS M BARS N 6 MIN 12" MAX BACK OF CURB 2'-0" 6'. N 3" 3" I 11. TOP ELEVATION AT CONTROL POINT 4d GUTTER DEPRESSION R� i CURB HEIGHT .p BARS D PERMISSIBLE CONSTRUCTION JOINT (LIMITS OF STAGE 1 CONSTRUCTION) :a' BARS A 0 7 N' O.C. BARS C 0 7 Yz" O.C. PERMISSIBLE CONSTRUCTION JOINT 3 -o" \------BARS G ®7 V O.C. SECTION B 2'-4" i� BARS J (#4) to J a 0 1' ~s3 2'—T• BARS M (#4) BARS F (#4) "w' PLUS 0'-8" ^I I "W PLUS 0'-8" I, BARS G (#4) BARS N (#4) BARS B @ 7 X" O.0 F oft, WORT CITY OF FORT WORTH, TEXAS STANDAR"D STORM DIRAIN INLET (SHEET 2 OF 2) BAR BARS G 0 7 X` O.C. BARS C SECTION C REVISED: 08-31-2012 33 49 20-D4,05 x 'R,QW. VARIES• 'PAITNWAY VALE$ .ROADWAY VARIES •PARKWAY VARIES • PARRS ..�.. y , I STANDARD TAMPED TCPSUL B. K x 3C DEFORMED e•� TAPPED TOPSOIL STAVOARD soEwALN K' 44ER Ff (VAN.) OARS m 111D.L CONSTRUCAQV =NT PER FT (ITN.) SIDEWux { . NTH wQ;NE oNr SEALANT%•it^.16"RaNFORCM owevi fE (SEE JdNT DETAIL NR kE (YPAYt7MET1T (3500 PSI)ELONCITUICHAL Fyev'uP. e' SELECT ITACKAu I• gy •}taV mar S! 2' Mim i3 1 24' CEOCIED-EEIISAR TRIAY -'---- DISTANCE DETwfEN ETSANSROR JOINTS VARIES (OW SEE TRANSVERSE CONTRAC71ON JOKHT SPACING (TARLE 3)-- HAIF--WAY BETWEEN CONTRACT04 JOINTS SA— DUMMY JOINT .- SYER9E E7 PANSION J0114T BAt>± tl1 SLICUNE JMNT SEALER 7ONT DETAIL NQ 1) �24' QC.B_W. (SEE JONT DETAIL NO, 2) TYPICAL REINFORCED CONCRETE ROADWAY NOT TO SOME CLAD LONGITUDINAL PAVING SECTION 140T M SCALE TNUCTION umr WTH )NE JOINT SEALANT JWNT DETAIL Na 21 '--•/3 BARS O —14 . Sr DSFORMEO 24' O,O,IAR. DNRS • Ia` D.C. LONGITUDINAL CONSTRUCTION JOINT NOT TO SCALE CCNSTRUCRON JOINT VAIN SILICONE JONT SEALANT (SEE JONT DETAIL NO. 2) LI3 BARS O L-17 x 30• DEFORMED 24" O.C.B.'It BARS E to O:G TRANSVERSE CONSTRUCTION JOINT HDT TO SCALE CONTRACTION JOKHT VATH 9000lE JONT SEALER (SEE JOINT DETAIL NO. 2) SEE rABE 2 PROPOSED 6-INCH FLEX (TkOOT TYPE A. MADE •x 24' SMOOTH pOVIEE, 0 O.C_ h FPO%TE1T NIM WDNO PA'NEMERT EXISTING CONCRETE PAWNENT MN, 'TED BACKRLL i • d VARY FOR EACH STREET.REST. SEE E PLAN 9iElET'S F011 dYEN90N5 CONCRETE CURB DUCE OF ASPHALT — - - EOCE OF GRAVEL CEHTEPLNE EMS NOTED AS _ SURVEI' RA E} PROPERTY LIFE — — — --- R.Qw, LINE —� ORAINAGE FLCAV AgiDM PAOPOSFU EONUIETE G CONCRETE TO BE REIMCIVEA AND R AND RWIJICEI EAOSTINC COtiCAEAE id FE AEAgTrED JOINT PRTAIL NO, 1), 1. FOR DEFORMED HAR SIACES. LAP BARS 40 DIAMETERS AND TE. 14' YH. PRcpOSEO FAVEYENT 2- AIL NANO PDURS F! THE STREET SHALL BE 6 SAtlC. EARAIY4E /3 d 2A` L7N, OL.B.W. TABLE 2 3, VnMNG CURB k GLITTER. IF ANY. MUST BE SAVED AS DNECTED BY THE ENONMt 4. ALL BLOCNOUTS SHALL NH: M' FROM MAC{ OF cW", ExIfS'T FOR FACETS, 5. F CURD SECTION IS PQIRED AFTER THE PAVING SLAB HAS BEEN CONSTRUCTER THE -N •• ....' SUPDDNPOSm CURBWAY BE USED AS AN ALTERNATE MEIHW PDT CONSTRUCTING A77Aa1Eo wla1. TO FIT REEVE OR CAN TO FTC WO DBMFT. AND _ BE sEGBREReo eAR srDP TRANSVERSE EXPANSION CONSTRUCTION JOINT USED ONLY AT END OF RADIUS, P.C. OR P-T. STATION& BEULiFEMEXIST. AND PROP• PAVEMENTI NOT TO SCALE SEE TABLE 2 #3 DABS a SAN33 TAIMUY 4CINT LRTH 24. OZU_w. 3 UCONE JOINT SEALANT (SEX JOINT DETAIL NO, 2) SEE TABLE 2 T 1 may.':. `g.,-i• ' (Ar ?. {:i.0 1. i•� 4' _ SAWED DUMMY .JOINT mar TD SCALE 0 OARS D SAWED DUMMY JOINT TA1H 24' D.C.B.W., y- SLLICOFL JOHT SEALANT (SEE .ABET DETAIL NO. 2) SEE TABLE 2 •ic%;'0S•�j;, EE TABLE 2 N(Irn•k(:.viN'J _ ^•L:fi?'ti 1 i .• L 00VEL SUPPORT 9VO x IW SMDOTH OR BASKET DDAEL BARS Q Tr O.C. CONTRACTION JOINT NOT TO SOALE IS x le DEFORMED BARS 'ELED AND EPIU)K— RT 1�JONT W3µH FJBSTFRC PAVEI&Ni OE`le•GO.G 4 E �.- (SEE jamr DETAL NQ 2) EPISTHNG CONCRETE PROPOSED f3 O 21 PAVEMENT _ PAVEMENT QGB.W_ SEC TABLE 2 11J , V •.'r. r.r. TRANSVERSE CONSTRUCTION JOINT ffiETIMEEN EXIST. AND PROP. PAVEMEW) ROT TO SCALE K 6 TRIf[SIARSE EXPANSION JOINT, FORMED R EARS Y DIDOVE ROUNDED [O 2• SILCONE JOINT SEN.ER�� �oR Ob tlP. 74' 0.C9.W. 2 JOINT FELER (SEE JOINT BETA& NQ 1) 5EE T. 2 / IY.` LPN. CLEARANCE PROPOSTYI FTflCAL ROlNWAV WAv Sf S[ n WA a 21, TH 9�2- QC. 15, Dom Dom SLEEVE OR CAP TO TITDONEE COATING k.•I DUVAL AM eE AM L/SUPPORT SECURED OR BASKET DAM STOP TRANSVERSE EXPANSION JOINT NOT TO SCALE SILICONE JCEHT 'SEAUHY'i?'-"�*- •w :4 :•: POLYEr.1F iIO Nfl'• •.i` :. +, ••REi7�('oco BREAKER VP :y:, •.' r •ij^,� r �y-{�,rE1PA*ISIOR �• ' h a Fr..f_. r°• IIENT TN[[KNE55 PT.s•.r Ff DONE% SUPFORT - . V.: v` �; , i •� BAStt£r ti•. r '1{ i SMOOTH JOINT DETAIL NO. 1 NOT TO SCALE B JOINT DETAIL NO.2 NOT TD SCALE N1 JOINT FACE TABLE T (SAST]1 WINH7 JWi: OFPB¢ PAVOIDNT JOINT YLI•TH RIIOKAETiO r rY Y TABLE 2 � YwDlr RDxEOelpxc sRxL 19.AfEliOlq r �AVDwrr DiL1TrES5) A" E.AA}«ICE E 1 FACE SF OAANOKEtEj 4' 2' Y 2W P 2w TABLE 3 (WA XIMUY TRANSVERSE CCNTAACDDV JOINT SPAOMO) PAVEYENr T D, XZ ]THEE: GAS5FILATIDGI IKBGHASIDN ROATWAY WUTN MAAMUM SPAONc 4• RE516D01AL sTIlE>:Ts tl 24' 3C L 2RF w L xr ao' c >6' LIAR 7. PE90ONVAL STREETS U_ 24• w L TA' JA L w S0• c 7C 3w RG 40` Jo RE9DEHAAL STA Ers LL zv, JO 4 21r w L 30' 36' C 36• w 1xa1sRIA. SIRgTs, 15a W 00' lR1LOR NEW ••••� N,yA'•�v p[Tt�ri iFANS14Ag COVTRACIIdi JI�iTS CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS INFRASTRUCTURE MANAGEMENT DIVISION REINFORCED CONCRETE PAVEMENT CONSTRUCTION DETAILS DESIGNED: SC.AIE: DATE: 5HEET DRAWN: N/A APRIL 2011 � OF 6PoVEWALY HF)TF!N_ L PROMDE X PREM=M EXPANSION JOINT k EHLKVNE ,ANT STMT 0 V IV CddiEcRNO To EJis11NG CONCRETE DRI yE OR SIDE WAUf (SIIBSOIARY TO MvCwA». DOlIIE1. INTO EXSTW0 CONCRETE DRIIEWAY WITH #4.2V BARS ale, DC. 2. DUMMY MNT N d452WAY RAMP 19 OPTOHAL IN 11-T DRIVWWAY ONLY. 3. S!"A K SLOPE SHALL RE Jr PER FOOT TO THE FACE OF pqi, OR AS DIRECTED BY Tw T]1v1Ept• i. SCEWALK SECTION THRU ORNVEWAY TO BE POUNE➢ SAME TNICIRF55 AS DRIVEWAY APPROACT, AN0 PAD FOR AS DRIVEWAY APPAOTW EWSM4 SIDE*ALt. IT ANY. SHAH. BE REMOVED AND REPLACED. PAR W WIDTH DN 'JI• NM 'B• 11'TO 14' 2' 10 A' 7 15 TO 10' 3' 10 7' 12' 20' TO 22 S TO 7 13' SEE TABLE HALF -WAY OETME N (F�- CONiRSVIERSE ACTIOK MNT /3 BARS S z4' mr-ax 11'-0- FOR SINGLE DWY. IB'-0' FOR DOLeLE DVV, STANDARD SEC NOTC 1 REINFORCE 4• WALK A {SEE TA9l.E) SDEWAI.K A Wi}I RAILS 1a• aaew. 1rf1NTO,6' T r-4'-o'�a DWUE W/ /3 1 i )� BARS O P.0 1B' i &M B � (su HALF L PAID TABLE) 3 ATTACHED CURB kS STD. GARB / �!! \ (CONK PA$WUf ONLY) h C1TT0T ` NOTE 2 i t CAP13E51D11 JOINT (EXCEPT SLIP-FONMEO) EXPANSPON JCNT A ta' OR MATCH (RIRCFPY SLIP-FORLIED) 'a' -a' MIN. SNGLE ow. BY ENGINEER 1Y-D' MN. DOUB E DwY. 20'-0' MR SNCtE OWY. 27'-0r MIN, DOME Mr. PLAN VIEW PAID PER LF. AS CURB }II�1RIVEOR CURB d CUTTER WAY PAY LRIIT y_1• 1L0'.4UEwA1x— PARKWAY W10TH TABLE}(SEE FABLE) 1'-J' 1B'LAYDOW1 STANDARD CuFa (SEE SRN3 2["RD DEYAN.) +3 1 2' SAND W NOTE 4 CUSHION CR APPROVED SUBCRADE 5FLIUCH A --A DRIVEWAY APPROACH NOT TO SCALE TRANSVERSE COAFRICRON JGNr� WUH SWOONE JOINT SEALANT rBACK OF CURB IE's * 187 SMOOTH DOWELS o 12' aC. LONGIR211NAL CCNSDKTCTOM JOwT WIN SUMO E JGNT W-4.LMT SEE TABU #3'U' BARS a 24' aG.- (THESE BARS MUST DE PLACED AY IM THE THE: PAVING %A8 IS P"zo) )ice Sk PAwHG SVID SEE 7ABL;;2 MONOLITHIC CURB NOT TO SCALE TOPSOIL f 2• '� y r COMPACTED 2• / SELr 7i'cT \ ! p BARS a J I BAC FLL 24 (MELW. PROPOSED SUSCRADE �4- PER TYPICAL ROADWAY SECIM SUPERIMPOSED CURB NOT TO SCALE 9UCCNE JOINT SEALANT (SEE DETAIL Na 2) 4' PNENOLDED "PANSIDN JDNY MATERIAL SEE TAURB OE VL� _Fpp� 2' SAW CUSHION EXPANSION JOINT BETWEEN CURB _&SIDEWALK Nor To SCALE r BLOCK -CIF mom FJIP.VH90EL JONHS CURB FOR ORNEWAY (SEE MUTE 4) END OF EAW BLOCK OUT JO4T� A I-BArK OF CURS�7SAWED OUNMY JCNTS _ tIIIIIIIIIIIIIIIIIIIIIrtIIIIIIIIIIIIIIIIII�iI� HE:711!!rlrlElilrr!lrUK's ■■rci:9i!!■rlrillr!lrrrrlr■(err!■■rrrlll!l lrlrrrrll)rrlw<rlr!'ar!■ DLCs ■!■C:7!!lirlirllrRrrlrrrlCislarlrrrlllElArr!!!!laJlEtr mom rrl!!';rlE;r ��� ■EE)Ci:�rrAlAlrMll!!lllrlrl: >•!!r!!lr11IngMENEMMEsi9liAAr RUM Awsr"�•71mr Arir11>•a"!��]\1rr'-�!r�r�wrr!eF�r,_ morn I•t•�AAwrCMIRAMON JOINT SAM ChV CURB FOR -CUR. TRANSVERSE mmucTm SkWED TRANSVERSE D"wT JOHT BACK Q EXPANSION JOINT ON-UNE IBM AND 24 ED)OP501511 N IT FROM BACK OF 9' BIOCK-OW FROM JOINT him ;BLOM-OUT SEALANT (SEE NOTE $1 (SEE NOTE 4) PLAN OF r •' JOINTS & BLOCKOUTS 1101 TO SCAM NOY TO SCALE CONCRETE CURB MCC OF ASPNALT - .— ---- EDGE OF GRAVEL CENTERLNC IIJKL.LW NORD Al SURVEY BASELINE) PROPERIV UAE •» ••• --- RO.w. LINE - - - - - - - - - EASEMENT UNE DRAINAGE FLOW ARROW ® HIIAC TRANMTON A PROPOSEM --ER —TING GONCRELE TO BE RE1No5m MO REPLACED E USTINC 0ONCRETE To BE REMOVETI CONSTRIJCTMNNOTES I. FOR OETIORYFG BAR SPLICES, LAP BARS 40 OIAWFERS AND TIE 2. ALL HAW FOURS IN THE STREET SIFT• BE G SAM. 3. EXISTING CURB & CUTTER. IF ANY. OUST BC SAYVED AS DRECI M BY THE FXHGHEER. 4. AL BLOCNOUIS SMALL DE r FROM BACK OF CURL, EMEPr FOR INLETS. S. F OURS SECTION IS POURED AFTER THE PAMNC SLAB HAS BEEN CONSIAUCTEO, TEE RB SUPERIMPOSED CUMAY BE Usm AS AN A1.11MNATE UETLIOD FOR CDNSTRIATNG THE ATTACHED CURB. TABLE L TAHLE 2 (9AAIII I)OWT JONI SEPTH) (PAYNtSHT RMWVK HG STEM. PLAMM7) PAVEmr (tiFMllifY E]idY TTOHNESS JGNT IITPTN LPMTMWT 71103 � M FACE or OYUE7Ej r IiM• r 21s- S r rr xEC JIM-AL p01:E15 TO i9 'LAC- AT T%L (ABLE 3 (NA)JMIH TWAf55pt5E cpNlilAcltuL JCIMT SPA07iC) PAMLuswr TNGNFSS STRFGf it./.L•]FICAi1u11 DE9BIATON ROADWAY MI1H YA)OMLIY �AOHG b REsoBITµ SIREC. LL 24 TG L � � L 7 IY JD' C 7Y JO' ]' . P SERIES SI#ES u to � L 2C M L XI' 30' C 76' 70' MC !O' ]C b- RE90EII1AL SFRE;TS LL =. adL 4B' •A' NC .G 30' �yT�r� ICU 5 I' JO' AN1�wus vwse s lo" m•I - sr�A ee Puffin N ALF-1MY BCTWIDi TRANSVFAST CbIiRACBa+.dN15 CITY OF FORT WORTH, TEXAS AND PUBLIC WORKS TRANSPORTATION INFRASTRUCTURE MANAGEMENT DIVISION REINFORCED CONCRETE PAVEMENT CONSTRUCTION DETAILS DESICNEO: SCAM& DATE: -MEET DRAW4: NSA FPR(L 2011 t� OF N_ N� CJ CV O LU w o LLI U ¢ I � d^ m m � N Ul F- 0 U � (� Z 2 CD Z_ Z O O 7 N w Mw 4 � 3w z V J d 1 Z m L Z O U lai Ld uj (0) U) w IU +++ \\ � pp// NIYV l OZ 7i�VhM13015 a I N 'XVIM l ZLLd °+++++++•, \ �{ LL + 4 + Ld � -co z mm LLI r a I Z I LLI �x Mr I mo o- a IL Eo Q��Q CL U V) IL4' �Dv Oa 0-, I NN �"L j f �[if —W o M iz - I --- to------o I) 0 z Y Q z XVW� � o � z Z cn a z.. Y w w m _O m 0 o -j w U Q Ply[-1o00 Project Street Limits and Maps THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2O20 Concrete Restoration Contract 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 102105 Revised July 1, 2011 2020 Concrete Restoration Contact 1 CD Street dame Street Urrdts Bkro[:k SY milp"Go 4 PARK VISTA BLVD CITY LIMIT - BASSWOOD BLVD 7000 - 7399 1,600 36Q 4 SANDSHELL DR N RIVERSIDE DR - N BEACH 3900 - 4499 3,110 49H 4 N RIVERSIDE DR SANDSHELL DR - WHISPER HOLLOW WAY 5400 - 6148 2,744 35C 7 MCFARRING DR FORNEY LN - THORP LN 9718 - 9899 340 22S 7 THORP LN SINCLAIR ST - MCFARRING DR 4300 - 4499 200 22S 9 SOIJTHCREST DR JAMES AVE - TOWNSEND DR 1700 - 1999 1,130 30Q Total 9,124