Loading...
HomeMy WebLinkAboutContract 53594FoRTWORT11 CONTRACT FOR THE CONSTRUCTIGN OF 2020 Paving and Sidewalk Improvements Unit Price Construction Contract City Project No. Various Betsy Price Mayor David Cooke City Manager William M. Johnson e,' Director, Transportation and Public Works Department FEB 2 ZOZ crr; oF0 Prepared for�- CUY86-pR7a pyry The City of Fort Worth Transportation and Public Works Department October 2019 Kimley-Horn and Associates, Inc. TPBE Firm Registration No. F-928 801 Cherry Street, Unit 11, Suite 1300 Fort Worth, Texas 76102 817-335-6511 Scott R. Amold, P.E. (#96782) �P'll a a o n a e o o e o0 o A o m ®o44o�e �, uaooaose000eo�aeoaoe 06782 �®® i 4 'E+ dti 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I of 8 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 00 11 13 Invitation to Bidders 0021 13 Instructions to Bidders 0031 15 Engineer Project Schedule 0032 15 Construction Project Schedule 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 0045 11 Bidders Prequalifications 0045 12 Prequalification Statement 0045 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 41 Minority Business Enterprise Goal Small Business Enterprise Goal 0045 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 007300 Supplementary Conditions Division 01 - General Requirements 01 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 013300 Submittals 0135 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 5713 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 01 7423 Cleaning 01 77 19 Closeout Requirements CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised February 2, 2016 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 8 01 7823 Operation and Maintenance Data 01 7839 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 Pmsion 3 CErete V7T'TJ 03 35 13 Integral Concrete Color 03v 00T ModificationstoExisting Concrete zarcazea Division 32 - Exterior Improvements 32 n sph It -Pa- ; g R-epai 32 32 Q 73 Asphalt D. ter;,,., Gf-a k Sealants 32 13 13 Concrete Paving 32 z13 20 cvi6r+„ Sidewalks, Dr- "cnayS-iiaBazici F iccRamps 321723 Pavement Markings CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised February 2, 2016 00 00 00 - 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 8 • Division 33 UAitiies 33 0i 30 Sewer and 33 0131 Gl d G GIIIJGQ-CTl 33 04 10 T ;nf Banding 331TT1TC-01Tfl7ion 33 nn 12 Magnesiuffl 33 04 30 Tefapofafy 33 04 nn Gleaning.,d 33 04 cn Gl.,.,,,;,,g 33 05 l n Utility T-Fe 33 05 12 Wa4ef T ; 330T5�T13rn1 Fame, GOPef Adjus4ing Manbele •f GCL]'�rG[ri GaTPQOZ An xxFaIeF A of Sewef b, e Low and Manholes, Testing rolo,.;�; ST3IOTi'`�i .,d Rreetrile Pl+4 GalthAffic,Pr-ateet;o Serviel pf 1,aain nt;e G-F aQe rC-C-TV) �i �P ,1 is Fat;,,. C]'LCLCCOI:Iv e Testing Embedment, Rings i f:,,., J AAI�]'�'G�Gi-9n cysto fWfAe A/T.,ins and Baekf:n GTLpVnfe 33 05 14 33 05 16 f+,,,,GFOW 33 05 17 c4zcr-ete 33 05 20 Auger- BeFi 33 05 2i Tutme! Liner 33 0522 Steel Gesing 0523 Hand Tupmelin 330524 r„et.,ll.,tief sxr.,ter Collar � Plate Pip33 ,.Fri,frier v ,ft s f Pipe ;n Cris 9 TunnelT ; r Nate 33 0530 T olea-:en 33 i i 05 Tz lt. Note 33 i 1 1 Fl puet;laIran T 33 11 11 1 �C77[7[T-sae vinyl 33 4 i P ' ,_4e .,FExisting and Pip 7«7,.,. Fitting Chloride U Gaskets (PVC=) Pipe, tilde Pfessufle Baf Wrapped, g of Pipe Steel G ide T.r Ct;le 33 11 44 Bti f ed Stool 33 1 2 1 o Water Servieles 33 1211 T . e I—nLei 33 i2 n Resilient 33 Q :2i n WW A 33 25 C',-.nr,eetior. 33 i2 30 t'+lemb:....,t:e., fessufe Pipe Aire+eve Seated A„l,b of to ExMiig A if and 7 eh G4 Se..ted iraWe 1 ;++;figs to 2 hndh Vye u„tFe,.FI,. xx r.,tef Main Assemblies N" '(7.,lye fF Potable Water Systems 33 1240 Fire u .d,-a 331250 Water- Sample 33 1260 Standafa 33 3i 1 7 Ger-ed i 2321 1 2 Fibefglass t� Stations Blow off n!"e Pipe D F Valve (GIPD) ryscl Pipe F.C«, f 5.,,tafy Sewe rzd f .ity CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised February 2, 2016 000000-4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 4 of 8 • • • • �, • • _ • Division 34 - Transportation 34-44 19 T-Fa ieSiga4s ^ 34 41 10.01 _- Attachment =—Cont olleF g bincc T 41 40.02 Atcicemeat B _re.,t«,,,xravller- SpeEif ea6Ew 34 41 03Attachment--- So caFe S ieeifieation 34 41 13 -r,,.,fx;,, Removing Sig 1s 7 Ree4a-ngulaf Rapid Flash* Beaeo 34 41 46 34-41 20.02 FfeepA,ay LED v way Luminaires 34 41 30 A iuminuffi Sig'as Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Suzzsaw site at: https:Lprq - jectpoint.buzzsaw.com/fortworthaov/ResourcesZ02%20- %20Construction%2ODocuments/Specifications?public Division 02 - Existing Conditions 0241 13 Selective Site Demolition 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFTCATION DOCT ]MENTS Various City Project Numbers Revised February 2, 2016 000000-5 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 5 of S Division 03 - Concrete 033000 Cast I., 121aee Genefete 0334 13 ControlIed Low Strength Material (CLSM) 0334 16 (''..,- erete Base Ma4eal f f Tr.,,,,ek Ae.,.a Division 31 - Earthwork 31 1000 Site Clearing 3123 16 UncIassified Excavation 31 23 23 Borrow 31 24 00 Embankments 31 25 00 Erosion and Sediment Control 313600 G 1.;ens 31 3700 Riprap Division 32 - Exterior Improvements 3201 17 Permanent Asphalt Paving Repair 3201 18 Temporary Asphalt Paving Repair 32 01 29 Concrete Paving Repair 32 11 23 32 1 1 29 Flexible Base Courses Lime T-Fe.,te d Base Courses Cement d Peufseo 32 1i 33 32 H 3 T- fe +e Base Liquid T«e.,ted Soil Stabilize AsphaIt Paving 32 12 16 32-i31:3 Cefler-ete Pay n Concrete Sidewalks, Driveways and Barrier Free Ramps Gone.ete Paving Joint Sealants 32 1320 32i3 73 32 14 16 B- kUnit 72.yift. Concrete Curb and Gutters and Valley Gutters Pavement ,n,ra, king 32 1613 32 i 7 23 32 i7z5 Ctffb Address l2aint;ng Chain Fences and Gates 3231 13 32 31 26 Wire Fences and Gates 32 31 29 Wood Fences and Gates 32 32 13 Cast -in -Place Concrete Retaining Walls 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro -Mulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 33 0 i 30 — Seweff and Manhole Testing "b11 CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 'Various City Project Numbers Revised February 2, 2016 000000-6 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 6 of 8 33z A 10 + a "err Bending a-Rd-lileetfiea4 1selatien 33 RA 1 Eerresion GeatfelTest Sta ien 3304 12 Magnesium Anode Gathedie Pfeteetion System 33 04-3 nTemporary Water Services, 33 04 40 Cleaning and A ..oept. nee Testing of'AxTatew Mains 33-0;-50 Egg of Sewer Mains 33 05 10 Utility Trench Excavation, Embedment, and Backfill 33 05 12 Water Line Lowering 33 05 i 3 Frame, Cover � and Grade Rings 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 17 Concrete Collars 3 3 3 33 0526 Utility Markers/Locators 33 0530 Location of Existing Utilities 33 ii 05 Belts NtAs and russets 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 44 3 + r V rr S �r 6i=rC�4c �-cssi�G'-�-F� ,e�--ss-�rc" `Lj3}"i ,� 33 1210 Water Services 1-inch to 2-inch 33 12 11 Large WatefMeters- 33 1220 Resilient Seated Gate Valve 33 1225 Connection to Existing Water Mains 33 1240 33 1250 Fire Hydrants Water Sample Stations 33-12 60 33 31 12 e+ffla-ds-4 Blow gV it A ,, bl. Cured in Place Pipe (CIPP) 33 31 20 Polyvinyl Chloride (PVC) Gravity Sanitary Sewer Pipe 33 31 22 Sanitary Sewer Slip Lining 33 31 23 Sanitary Sewer Pipe Enlargement 33 31 50 33 3 i 70 Sanitary Sewer Service Connections and Service Line Goinbina4ieT, Va4ve for Sanitafy Sewer- Foree Mains 33 39 10 ,ikif Cast -in -Place Concrete Manholes 33 3920 Precast Concrete Manholes 33 39 Fn_ 3341 10 Epoxy r ; o s for C'"nit -. SeWOF StM.,r., e Reinforced Concrete Storm Sewer Pipe/Culverts 3341 11 High Density Polyethylene (HDPE) Pipe for Storm Drain CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised February 2, 2016 00 00 00 - 7 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 7 of 8 33 41 1�2 Reii vree•7 e+1�SRPE Pipe 33 4600 Subdi:ainag 33 4601 Slotted Storm Dr-ftins 33-46 02 Tfeii^lcrrDrain s 3349 10 Cast-in-PIace Manholes and Junction Boxes 33 49 20 Curb and Drop Inlets 33 49 40 Storm Drainage Headwalls and Wingwalls Division 34 - Transportation 3441 10 Traffie c:go is 34 41 10.01 AttaehmeRt A EBfftr-ellerCabinet 34 41 10.02 Attachment B G fi-tf ll f c.,ee ffeatie , 34 A 1T1 10.03 A#aiehment C; Software Specnieation 34 41 11 TeFnpamfy Traffic Signals 34 44 15 TJ o..i-.,,.,gifl f Rapid x'l.,sl ing Beacon 74T1T6 --- -- - Signal 3-4120 Roadway illumination Assemblies A 4120.01 A fteFia l LED Roadway r T-rm 34-4'1'- .02 Fr-e ..fl. , FED Roadway ay T . 34 41 30 Aluminum Signs 3471 13 Traffic Control TxDOT Specifications Applicable specifications listed below can be found on TxDOT's website at the address below: h s://www.txdot. ovibusiness/resources/txdot-s ecifications.htmi Item 247 Flexible Base Item 310 Prime Coat Item 341 Dense -Graded Hot -Mix Asphalt Item 354 Planing and Texturing Pavement Item 360 Concrete Pavement Item 450 Railing Item 465 Junction Boxes, Manholes, and Inlets Item 466 Headwalls and Wingwalls Item 506 Temporary Erosion, Sedimentation, and Environmental Controls Item 512 Portable Traffic Barrier Item 528 Colored Textured Concrete and Landscape Pavers Item 529 Concrete Curb, Gutter, and Combined Curb and Gutter Item 530 Intersections, Driveways, and Turnouts Item 531 Sidewalks Item 536 Concrete Medians and Directional Islands Item 540 Metal Beam Guard Fence Item 542 Removing Metal Beam Guard Fence Item 544 Guardrail End Treatments Item 644 Small Roadside Sign Assemblies CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised February 2, 2010 000000-8 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 8 of 8 Appendix GG 4.Oi Availability of Lands GG 4 04 rrr to, ., .,r t ;t;+;oS GC— n 06 a z.,.., aus Eq+vif!onnental Condition 4 Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised February 2, 2016 City of Fort Worth, Texas Mayor and Council Communication DATE' Tuesday, January 28. 2029 REFERENCE NO.. "'M&C 20-0047 LOG NAME. 2020 PAVING IMPROVEMENTS UNIT PRICE CONSTRUCTION! CONTRACT UB JECT: Authorize Execution of a Unit Price Contract wllh The Fain Group. Ir�c., in an Amount Not to Exceed $5,000.000.00 for Task Order Constfuction Services for the Installatlon of projects Relating to Paving, Sidewalk and Railroad Safety Improvements (2018 Bond Program) (ALL COUNCIL Di TRc ) RE MMENDATION: It Is recommended that the City Council authorize the execration of a unit price contract with The Fein Group, Ines In an arnount not to exceed $6,000,000.00 for task order construction services for the installaflon of paving, sldewalk, intersection and railroad safety improvements on an as needed basis, with up to two renewals, 015g9asION. This contract will provide for constructlon services on an as -needed (ta,5k eater) basis for the construction of capital projncls relating to (raving, sidewalk, Intersection and roiiroad safety improvements_ The contract amount Is capped at $5.000,000.00. This Contract may be renewed up to two (2) additional terms at the earlier of the expiration of contract funds or contract time under the same terms, conditions, and unit prices. The project Was bid in a low hid format to determine unit prices to be paid when task orders are issued. Notice of bids was published In the Fort Worth Star -Telegram on Octobar 19, 2019 and October 17, 2019. Can November 7, 2019, two companibs submitted the following bids: CONTRACTOR BID The Fain Group, Inc. $15,915,06 .40 Fort Werth Civil Constructors , 1,988,4f) The unit prices were compared to other similar projects and were determined to be fair and -compotililve. Task orders wilI tie paid at the establishod unit prtces, Projects Identified initially Include; 2018 Bond Raiirotd BN F (City Protect No. 101864), Como Neighborhood Phase: 2 Sldewalks (CIty Pry)act No. 000259), Sidewalk - Heritage Trace Partway (City Project No, 100460), 2018 Sidewalk Year 1 (5 Locations) (City Project No. 101700), 2018 Bond Sidewalk Year 2 (6 locations) (City Project No. 102218) Southwest Blvd Bike Lane Phase 2 {City Project No. r?af yet assigned), and other projects as they are identified. portion of this contract may be paid wlth proceeds from the 2018 bond program. Available resources within the General Fund will be used to provide Interlm financing until debt Is Issued. Once debt assocleted wIth the project is sold, bond proceeds will reimburse the General Fund, In acr orrlance with the steterllent expressing official Intent to Reimburse that was adopted as part of the ordinance canvassfng the bond election (Ordinance No. 209-05-2018) and the subsequent actlorts taken by the Mayor and Council. FAIN GROUP, INC:.THE Is In compliance with thhe Olty's N1f BE 0idinance by committing to 10M I BE p0rticip21hon on this project. The City's MBE goal on this project is 10\%. EI CAIL INFORMATION f CERTI DTI - The Director of Finance cerliries that upon approval of [lie above recomnland€Wons, I`UrdS are available III the current caipltal budgets, as appropriated, In varlous Capital Funds. Prior to any expenditure being Incurred, the Transpartatlon & Public Works Department has the responsibility to valldate the availability of funds. E NQ IDENTIFIERS MOW: TO Fund Darpartmt ccourk Prarect PrograiBudget ReiferelO e Amount ID ID Year Chartfield FROM _ Fund Department court# I reject Pro ram�AotivltY Budget Reference # JAft ount ID ID Year Chartfleld CERTIFICATIO : S!jr ►lttedffor, City -Manager's Office by- Da Tia Burghdo#f (8018) Ogjnftjjflgpartment Head: William .1Ghnson (7801) dditionil Information Contal; Monte Hall' (808 ) ATTACHMENTS 1. 191209 MBE=.99r_rtRl t.a.-Memo - The FaIn G roup,,p2[ ( FW Intsrnall 2. Foam 1295 - Fairi,W (FW Intarnal) 3. The Fain Group 9AMs.pdf (CFwv Intemai) 0011 13 -1 INVITATION TO BIDDERS Page 1 of 2 I SECTION 00 1113 2 INVITATION TO BIDDERS 3 RECEIPT OF BIDS 4 Sealed bids for the construction of 2020 Paving and Sidewalk Improvements Unit Price 5 Construction Contract will be received by the City of Fort Worth Purchasing Office: 6 7 City of Fort Worth 8 Purchasing Division 9 200 Texas Street 10 Fort Worth, Texas 76102 1I until 1:30 P.M. CST, Thursday, November 7, 2019, and bids will be opened publicly and read 12 aloud at 2:00 PM CST in the Council Chambers. 13 14 GENERAL DESCRIPTION OF WORK 15 This contract is a unit price construction contract where the City will issue work orders for 16 specific projects. The major work will consist of the following: minor intersection roadway 17 improvements, curb and gutter, medians, pavement marking and signing, railroad safety 18 improvements, concrete sidewalk, and curb ramps. The purpose of this invitation to bidders is to 19 set unit prices and the City's contract budget may be less than the bid amounts, therefore, the City 20 is not obligated to award a contract for the full bid amount. 21 22 PREQUALIFICATION 23 The improvements included in this project must be performed by a contractor who is pre- 24 qualified by the City at the time of bid opening. The procedures for qualification and pre- 25 qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. 26 27 DOCUMENT EXAMINATION AND PROCUREMENTS 28 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 29 of Fort Worth's Purchasing Division website at hU://www.fortworthtexas.goy/purchasing and 30 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 31 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 32 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 33 Parties Form 1295 and the form must be submitted to the Project Manager before the 34 contract will be presented to the City Council. The form can be obtained at 35 htt s://www.ethics.state.tx.us//filiII info/1295/. 36 37 Copies of the Bidding and Contract Documents will not be made available for purchase. 38 39 PREBID CONFERENCE 40 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 41 BIDDERS at the following location, date, and time: 42 DATE: October 22, 2019 43 TIME: 9:00 A.M. CST 44 PLACE: City Hall 45 200 Texas Street 46 Fort Worth, Texas 76102 47 Transportation and Public Works, 2nd Floor 48 Room 270 49 LOCATION: 2" d Floor of City Hall, Room 270 50 CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 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 001113-2 INVITATION TO BIDDERS Page 2 of 2 AWARD OF CONTRACTS AND CITY'S RIGHT TO ACCEPT OR REJECT BIDS City may award contracts to more than one bidder, lowest to highest, but is not required to award to all, or any bidders. City reserves the right to waive irregularities and to accept or reject bids. RENEWALS This Contract may be renewed up to two (2) additional terms at the earlier of the expiration of contract funds or contract time under the same terms, conditions, and unit prices. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Chad Allen, P.E., City of Fort Worth Email: chad.allen@fortworthtexas.gov Phone: 817-392-8021 AND/OR Attn: Scott R. Arnold, P.E., Kimley-Horn and Associates, Inc. Email: scott.amold@—kimla-hom.com Phone: 817-335-6511 ADVERTISEMENT DATES October 10, 2019 October 17, 2019 END OF SECTION CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS various City Project Numbers Revised December 22, 2016 0021 13 - 1 INSTRUCTIONS TO BIDDERS Page 1 of 10 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 18 principal place of business is not in the State of Texas. 19 20 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 21 (on the basis of City's evaluation as hereinafter provided) makes an award. 22 23 2. Copies of Bidding Documents 24 25 2.1.Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 26 resulting from the Bidders use of incomplete sets of Bidding Documents. 27 28 2.2. City and Engineer in making copies of Bidding Documents available do so only for the 29 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 30 for any other use. 31 32 3. Prequalifcation of Bidders (Prime Contractors and Subcontractors) 33 34 3,1. All Bidders and their subcontractors are required to be prequalified for the work types 35 requiring prequalification at the time of bidding. Bids received from contractors who are 36 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 37 requirement work types and documentation are as follows: 38 39 3.1.1. Paving — Requirements document located at; 40 hftps_//proiegVoint.buzzsaw.com/fortworthgov/Resources/02%20- 41 %20Construction%2ODocuments/Contractor%2OPre ualification/TPW%2OPavin 42 %20Contractor%2OPre ualification%2OPro am/PRE UALIFICATION%20RE 43 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF?public 44 45 3.1.2. Roadvr=ay and PedestFian-L-ighti ig RegU;,-emet s .aeeiiffle t loeated at5& 46 ° 47 0 0 0 0 48 ° ° ° 49 14WXAMENTS90 ° o CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 21, 2015 0021 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 10 2 3.1.3. Water and Sanitary Sewer — Requirements document located at; 3 hops://projectpoint.buzzsaw.com/fortworthgov/Resources/02%20- 4%20Construction%2ODocutnents/Contractor%2OPre ualification/Watcr%2Oand%2 5 OSanitM%2OSewer%20Contractor%2OPrequalification%2OProgx-am/WSS%20pre 6 qual%20requirements.doc?public 7 9 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 10 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 11 45 11, BIDDERS PREQUALIFICATIONS. 12 13 3.2.1. Submission of and/or questions related to prequalification should be addressed to 14 the City contact as provided in Paragraph 6.1. 15 16 17 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low 18 bidder(s) for a project to submit such additional information as the City, in its sole 19 discretion may require, including but not limited to manpower and equipment records, 20 information about key personnel to be assigned to the project, and construction schedule, 21 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 22 deliver a quality product and successfully complete projects for the amount bid within 23 the stipulated time frame. Based upon the City's assessment of the submitted 24 information, a recommendation regarding the award of a contract will be made to the 25 City Council. failure to submit the additional information, if requested, may be grounds 26 for rejecting the apparent low bidder as non -responsive. Affected contractors will be 27 notified in writing of a recommendation to the City Council. 28 29 3.4. In addition to prequalification, additional requirements for qualification may be required 30 within various sections of the Contract Documents. 31 32 3.5. Special qualifications required for this project include the following: None 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 41 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 48 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 49 progress, performance or furnishing of the Work. 50 CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 21, 2015 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 10 1 4.1.4. Be advised, City, in accordance with Title VI of the Civil Rights Act of 1964, 78 2 Stat. 252,42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, 3 Department of Transportation, Subtitle A, Office of the Secretary, Part 21, 4 Nondiscrimination in Federally -assisted programs of the Department of 5 Transportation issued pursuant to such Act, hereby notifies all bidders that it will 6 affirmatively insure that in any contract entered into pursuant to this advertisement, 7 minority business enterprises will be afforded full opportunity to submit bids in 8 response to this invitation and will not be discriminated against on the grounds of 9 race, color, or national origin in consideration of award. 10 11 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or 12 contiguous to the Site and all drawings of physical conditions relating to existing 13 surface or subsurface structures at the Site (except Underground Facilities) that 14 have been identified in the Contract Documents as containing reliable "technical 15 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 16 at the Site that have been identified in the Contract Documents as containing 17 reliable "technical data." 18 19 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 20 the information which the City will furnish. All additional information and data 21 which the City will supply after promulgation of the formal Contract Documents 22 shall be issued in the form of written addenda and shall become part of the Contract 23 Documents just as though such addenda were actually written into the original 24 Contract Documents. No information given by the City other than that contained in 25 the Contract Documents and officially promulgated addenda thereto, shall be 26 binding upon the City. 27 28 4.1.7. Perform independent research, investigations, tests, borings, and such other means 29 as may be necessary to gain a complete knowledge of the conditions which will be 30 encountered during the construction of the project. On request, City may provide 31 each Bidder access to the site to conduct such examinations, investigations, 32 explorations, tests and studies as each Bidder deems necessary for submission of a 33 Bid. Bidder must fill all holes and clean up and restore the site to its former 34 conditions upon completion of such explorations, investigations, tests and studies. 35 36 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 37 cost of doing the Work, time required for its completion, and obtain all information 38 required to make a proposal. Bidders shall rely exclusively and solely upon their 39 own estimates, investigation, research, tests, explorations, and other data which are 40 necessary for full and complete information upon which the proposal is to be based. 41 It is understood that the submission of a proposal is prima -facie evidence that the 42 Bidder has made the investigation, examinations and tests herein required. Claims 43 for additional compensation due to variations between conditions actually 44 encountered in construction and as indicated in the Contract Documents will not be 45 allowed. 46 CITY OF PORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 21, 2015 0021 I3 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 10 1 4.19. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 2 between the Contract Documents and such other related documents. The Contractor 3 shall not take advantage of any gross error or omission in the Contract Documents, 4 and the City shall be permitted to make such corrections or interpretations as may 5 be deemed necessary for fulfillment of the intent of the Contract Documents. 6 7 4.2. Reference is made to Section 00 73 00 Supplementary Conditions for identification of: 8 9 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 10 the site which have been utilized by City in preparation of the Contract Documents. 11 The logs of Soil Borings, if any, on the plans are for general information only. 12 Neither the City nor the Engineer guarantee that the data shown is representative of 13 conditions which actually exist. 14 15 4.2.2. those drawings of physical conditions in or relating to existing surface and 16 subsurface structures (except Underground Facilities) which are at or contiguous to 17 the site that have been utilized by City in preparation of the Contract Documents. 18 19 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 20 on request. Those reports and drawings may not be part of the Contract 21 Documents, but the "technical data" contained therein upon which Bidder is entitled 22 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 23 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 24 responsible for any interpretation or conclusion drawn from any "technical data" or 25 any other data, interpretations, opinions or information. 26 27 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 28 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 29 exception the Bid is premised upon performing and furnishing the Work required by the 30 Contract Documents and applying the specific means, methods, techniques, sequences or 31 procedures of construction (if any) that may be shown or indicated or expressly required 32 by the Contract Documents, (iii) that Bidder has given City written notice of all 33 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 34 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 35 etc., have not been resolved through the interpretations by City as described in 36 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 37 and convey understanding of all terms and conditions for performing and furnishing the 38 Work. 39 40 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 41 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 42 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 43 Documents. 44 CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 21, 2015 0021 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 10 1 5. Availability of Lands for Work, Etc. 2 3 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 4 access thereto and other Iands designated for use by Contractor in performing the Work 5 are identified in the Contract Documents. All additional lands and access thereto 6 required for temporary construction facilities, construction equipment or storage of 7 materials and equipment to be incorporated in the Work are to be obtained and paid for 8 by Contractor. Easements for permanent structures or permanent changes in existing 9 facilities are to be obtained and paid for by City unless otherwise provided in the 10 Contract Documents. 11 12 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 13 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 14 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 15 the award of contract at any time before the Bidder begins any construction work on the 16 project. 17 18 5.3. The Bidder shall be prepared to commence construction without all executed right -of I9 way, easements, and/or permits, and shall submit a schedule to the City of how 20 construction will proceed in the other areas of the project that do not require permits 21 and/or casements. 22 23 6. )Interpretations and Addenda 24 25 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to 26 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 27 received after this day may not be responded to. Interpretations or clarifications 28 considered necessary by City in response to such questions will be issued by Addenda 29 delivered to all parties recorded by City as having received the Bidding Documents. 30 Only questions answered by formal written Addenda will be binding. Oral and other 31 interpretations or clarifications will be without legal effect. Addenda will only be issued 32 to plan holders as identified on the Plan Holder List. 33 34 Address questions to: 35 36 City of Fort Worth 37 200 Texas Street 38 Fort Worth, TX 76102 39 Attn: Chad Allen, P.E., Transportation and Public Works 40 Email: chad.allen@fortworthtexas.gov 41 Phone: 817-392-8021 42 43 44 6.2.Addenda may also be issued to modify the Bidding Documents as deemed advisable by 45 City. 46 47 6.3. Addenda or clarifications may be posted via Buzzsaw at: 48 hops://projectpoint.buzzsaw.com/fortworthov/Advertised/2020%20Paving%20and%20Sidewalk 49%20Imnrovements%20Unit%2OPrice%20Construction%20Contract?t)ublic 50 CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 21, 2015 0021 13 - 6 INSTRUCTIONS TO BIDDERS Page 6of10 1 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 2 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 3 Project. Bidders are encouraged to attend and participate in the conference. City will 4 transmit to all prospective Bidders of record such Addenda as City considers necessary 5 in response to questions arising at the conference. Oral statements may not be relied 6 upon and will not be binding or legally effective. 7 8 7. Bid Security 9 10 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 11 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 12 the requirements of Paragraphs 5.01 of the General Conditions. 13 14 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 15 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 16 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 17 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 18 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 19 other Bidders whom City believes to have a reasonable chance of receiving the award 20 will be retained by City until final contract execution. 21 22 8. Contract Times 23 The number of days within which, or the dates by which, Milestones are to be achieved in 24 accordance with the General Requirements and the Work is to be completed and ready for 25 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 26 attached Bid Form. 27 28 9. Liquidated Damages 29 Provisions for liquidated damages are set forth in the Agreement. 30 31 10. Substitute and "Or -Equal" Items 32 The Contract, if awarded, will be on the basis of materials and equipment described in the 33 Bidding Documents without consideration of possible substitute or "or -equal" items. 34 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 35 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 36 City, application for such acceptance will not be considered by City until after the Effective 37 Date of the Agreement. The procedure for submission of any such application by Contractor 38 and consideration by City is set forth in Paragraphs 6.05A., 6,05B. and 6.05C. of the General 39 Conditions and is supplemented in Section 0125 00 of the General Requirements. 40 CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 21, 2015 0021 13 - 7 INSTRUCTIONS TO BIDDERS Page 7 of 10 1 11. Subcontractors, Suppliers and Others 2 3 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 4 12-2011 (as amended), the City has goals for the participation of minority business 5 and/or small business enterprises in City contracts. A copy of the Ordinance can be 6 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 7 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 8 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 9 Venture Form as appropriate. The Forms including documentation must be received 10 by the City no later than 2:00 P.M. CST, on the second business days after the bid 1 I opening date. The Bidder shall obtain a receipt from the City as evidence the 12 documentation was received. Failure to comply shall render the bid as non- 13 responsive. 14 15 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 16 or organization against whom Contractor has reasonable objection. 17 18 12. Bid Form 19 20 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 21 obtained from the City. 22 23 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form 24 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 25 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 26 price item Iisted therein. In the case of optional alternatives, the words "No Bid," 27 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 28 written in ink in both words and numerals, for which the Bidder proposes to do the 29 work contemplated or furnish materials required. All prices shall be written legibly. 30 In case of discrepancy between price in written words and the price in written 31 numerals, the price in written words shall govern. 32 33 12.3. Bids by corporations shall be executed in the corporate name by the president or a 34 vice-president or other corporate officer accompanied by evidence of authority to 35 sign. The corporate seal shall be affixed. The corporate address and state of 36 incorporation shall be shown below the signature. 37 38 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 39 partner, whose title must appear under the signature accompanied by evidence of 40 authority to sign. The official address of the partnership shall be shown below the 41 signature. 42 43 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 44 member and accompanied by evidence of authority to sign. The state of formation of 45 the firm and the official address of the firm shall be shown. 46 47 12.6. Bids by individuals shall show the Bidder's name and official address. 48 49 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 50 indicated on the Bid Form. The official address of the joint venture shall be shown. 51 CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 21, 2015 0021 13-8 INSTRUCTIONS TO BIDDERS Page 8 of 10 1 12.8. All names shall be typed or printed in ink below the signature. 2 3 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 4 which shall be filled in on the Bid Form, 6 12.10. Postal and e-mail addresses and telephone number for communications regarding the 7 Bid shall be shown. 9 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 10 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance 1 I to State Law Non Resident Bidder. 12 13 13. Submission of Beds 14 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 15 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 16 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 17 envelope, marked with the City Project Number, Project title, the name and address of 18 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 19 through the mail or other delivery system, the sealed envelope shall be enclosed in a separate 20 envelope with the notation "BID ENCLOSED" on the face of it. 21 22 14. Modification and Withdrawal of Bids 23 24 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 25 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 26 must be made in writing by an appropriate document duly executed in the manner 27 that a Bid must be executed and delivered to the place where Bids are to be submitted 28 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 29 are opened and publicly read aloud, the Bids for which a withdrawal request has been 30 properly filed may, at the option of the City, be returned unopened. 31 32 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 33 time set for the closing of Bid receipt. 34 35 15. Opening of Bids 36 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 37 abstract of the amounts of the base Bids and major alternates (if any) will be made available 38 to Bidders after the opening of Bids. 39 40 16. Bids to Remain Subject to Acceptance 41 All Bids will remain subject to acceptance for the time period specified for Notice of Award 42 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 43 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 44 CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 21, 2015 0021 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 10 1 17. Evaluation of Bids and Award of Contract 2 3 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 4 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 5 and to reject the Bid of any Bidder if City believes that it would not be in the best 6 interest of the Project to make an award to that Bidder, whether because the Bid is 7 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 8 meet any other pertinent standard or criteria established by City. City also reserves 9 the right to waive informalities not involving price, contract time or changes in the 10 Work with the Successful Bidder. Discrepancies between the multiplication of units 11 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 12 between the indicated sum of any column of figures and the correct sum thereof will 13 be resolved in favor of the correct sum. Discrepancies between words and figures 14 will be resolved in favor of the words. 15 16 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 17 among the Bidders, Bidder is an interested party to any litigation against City, 18 City or Bidder may have a claim against the other or be engaged in litigation, 19 Bidder is in arrears on any existing contract or has defaulted on a previous 20 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 21 Bidder has uncompleted work which in the judgment of the City will prevent or 22 hinder the prompt completion of additional work if awarded. 23 24 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 25 other persons and organizations proposed for those portions of the Work as to which 26 the identity of Subcontractors, Suppliers, and other persons and organizations must 27 be submitted as provided in the Contract Documents or upon the request of the City. 28 City also may consider the operating costs, maintenance requirements, performance 29 data and guarantees of major items of materials and equipment proposed for 30 incorporation in the Work when such data is required to be submitted prior to the 31 Notice of Award. 32 33 17.3. City may conduct such investigations as City deems necessary to assist in the 34 evaluation of any Bid and to establish the responsibility, qualifications, and financial 35 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 36 organizations to perform and furnish the Work in accordance with the Contract 37 Documents to City's satisfaction within the prescribed time. 38 39 17.4. Contractor shall perform with his own organization, work of a value not less than 40 3 5 % of the value embraced on the Contract, unless otherwise approved by the City. 41 42 17.5. If the Contract is to be awarded, it will be awarded to the lowest responsible and 43 responsive Bidder whose evaluation by City indicates that the award will be in the 44 best interests of the City. City may award contracts to more than one bidder, lowest 45 to highest, but is not required to award to all bidders. 46 CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 21, 2015 0021 13 - 10 INSTRUCTIONS TO BIDDERS Page 10 of I0 1 17.6. Pursuant to Texas Govermnent Code Chapter 2252.001, the City will not award 2 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 3 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 4 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 5 comparable contract in the state in which the nonresident's principal place of 6 business is located. 8 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 9 to be awarded, City will award the Contract within 90 days after the day of the Bid 10 opening unless extended in writing. No other act of City or others will constitute 11 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 12 the City. 13 14 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 15 16 18. Signing of Agreement 17 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 18 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 19 Contractor shall sign and deliver the required number of counterparts of the Agreement to 20 City with the required Bonds, Certificates of Insurance, and all other required documentation. 21 City shall thereafter deliver one fully signed counterpart to Contractor. 22 23 24 25 END OF SECTION CITY OF FORT WORTH 2O20 Paving and Sidewalk Iruprovementa Unit Price COILA MCtion Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 21, 2015 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page I of 10 1 t 2 3 PART1- GENERAL �IPFM300 MAMMA SECTION 00 32 15 CONSTRUCTION PROJECT SCHEDULE 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 I — 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD SPECIFICATION Various City Project Numbers Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 1 will develop and maintain a schedule for their scope of work in alignment with the 2 City's standard schedule requirements as defined herein. The data and information of 3 each such schedule will be leveraged and become integral in the master project 4 schedule as deemed appropriate by the City's Project Control Specialist and approved 5 by the City's Project Manager. 6 7 1. Master Project Schedule 8 The master project schedule is a holistic representation of the scheduled activities 9 and milestones for the total project and be Critical Path Method (CPM) based. The 10 City's Project Manager is accountable for oversight of the development and 11 maintaining a master project schedule for each project. When the City contracts for 12 the design and/or construction of the project, the master project schedule will 13 incorporate elements of the Design and Construction schedules as deemed 14 appropriate by the City's Project Control Specialist. The assigned City Project 15 Control Specialist creates and maintains the master project schedule in P6 (City's 16 scheduling software). 17 18 2. Construction Schedule 19 The Contractor is responsible for developing and maintaining a schedule for the 20 scope of the Contractor's contractual requirements. The Contractor will issue an 21 initial schedule for review and acceptance by the City's Project Control Specialist 22 and the City's Project Manager as a baseline schedule for Contractor's scope of 23 work. Contractor will issue current, accurate updates of their schedule (Progress 24 Schedule) to the City at the end of each month throughout the life of their work. 25 26 B. Schedule Tiers 27 The City has a portfolio of projects that vary widely in size, complexity and content 28 requiring different scheduling to effectively deliver each project. The City uses a 29 "tiered" approach to align the proper schedule with the criteria for each project. The 30 City's Project Manager determines the appropriate schedule tier for each project, and 31 includes that designation and the associated requirements in the Contractor's scope of 32 work. The following is a summary of the "tiers". 33 34 1. Tier 1: Small Size and Short Duration Project (design not required) 35 The City develops and maintains a Master Project Schedule for the project. No 36 schedule submittal is required from Contractor. City's Project Control Specialist 37 acquires any necessary schedule status data or information through discussions with 38 the respective party on an as -needed basis. 39 40 2. Tier 2: Small Size and Short to Medium Duration Project 41 The City develops and maintains a Master Project Schedule for the project. The 42 Contractor identifies "start" and "finish" milestone dates on key elements of their 43 work as agreed with the City's Project Manager at the kickoff of their work effort. 44 The Contractor issues to the City, updates to the "start" and "finish" dates for such 45 milestones at the end of each month throughout the life of their work on the project. 46 47 3. Tier 3: Medium and Large Size and/or Complex Projects Regardless of Duration 48 The City develops and maintains a Master Project Schedule for the project. The 49 Contractor develops a Baseline Schedule and maintains the schedule of their 50 respective scope of work on the project at a level of detail (generally Level 3) and in CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD SPECIFICATION Various City Project Numbers Revised JULY 20, 2018 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 1 alignment with the VMS structure in Section 1.4.H as agreed by the Project Manager. 2 The Contractor issues to the City, updates of their respective schedule (Progress 3 Schedule) at the end of each month throughout the life of their work on the project. 4 C. Schedule Types 5 Project delivery for the City utilizes two types of schedules as noted below. The City 6 develops and maintains a Master Project Schedule as a "baseline" schedule and issue 7 monthly updates to the City Project Manager (end of each month) as a "progress" 8 schedule. The Contractor prepares and submits each schedule type to fulfill their 9 contractual requirements. 10 11 1. Baseline Schedule 12 The Contractor develops and submits to the City, an initial schedule for their scope 13 of work in alignment with this specification. Once reviewed and accepted by the 14 City, it becomes the `Baseline" schedule and is the basis against which all progress 15 is measured. The baseline schedule will be updated when there is a change or 16 addition to the scope of work impacting the duration of the work, and only after 17 receipt of a duly authorized change order issued by the City. In the event progress is 18 significantly behind schedule, the City's Project Manager may authorize an update 19 to the baseline schedule to facilitate a more practical evaluation of progress. An 20 example of a Baseline Schedule is provided in Specification 00 32 15.1 21 Construction Project Schedule Baseline Example. 22 23 2, Progress Schedule 24 The Contractor updates their schedule at the end of each month to represent the 25 progress achieved in the work which includes any impact from authorized changes 26 in the work. The updated schedule must accurately reflect the current status of the 27 work at that point in time and is referred to as the "Progress Schedule". The City's 28 Project Manager and Project Control Specialist reviews and accepts each progress 29 schedule. In the event a progress schedule is deemed not acceptable, the 30 unacceptable issues are identified by the City within 5 working days and the 31 Contractor must provide an acceptable progress schedule within 5 working days 32 after receipt of non -acceptance notification. An example of a Progress Schedule is 33 provided in Specification 00 32 15.2 Construction Project Schedule Progress 34 Example. 35 36 1.4 CITY STANDARD SCHEDULE REQUIREMENTS 37 The following is an overview of the methodology for developing and maintaining a 38 schedule for delivery of a project. 39 40 A. Schedule Framework 41 The schedule will be based on the defined scope of work and follow the (Critical Path 42 Methodology) CPM method. The Contractor's schedule will align with the requirements 43 of this specification and will be cost loaded to reflect their plan for execution. Overall 44 schedule duration will align with the contractual requirements for the respective scope of 45 work and be reflected in City's Master Project Schedule. The Project Number and Name 46 of the Project is required on each schedule and must match the City's project data. 47 48 B. Schedule File Name CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD SPECIFICATION Various City Project Numbers Revised JULY 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 10 All schedules submitted to the City for a project will have a file name that begins with the City's project number followed by the name of the project followed by baseline (if a baseline schedule) or the year and month (if a progress schedule), as shown below. • Baseline Schedule File Name Format: City Project Number _Project Name_Baseline Example: 101376 North Montgomery Street HMAC Baseline Progress Schedule File Name Format: City Project Number_ Project Name YYYY-MM Example: 101376 North Montgomery Street HMAC 2018_01 • Project Schedule Progress Narrative File Name Format: City Project Number_Project Name_PN_YYYY-MM Example: 101376 North Montgomery Street HMAC PN 2018 01 C. Schedule Templates The Contractor will utilize the relevant sections from the City's templates provided in the City's document management system as the basis for creating their respective project schedule. Specifically, the Contractor's schedule will align with the layout of the Construction section. The templates are identified by type of project as noted below. i Arterials A Aviation • Neighborhood Streets • Sidewalks (later) * Quiet Zones (later) 4 Street Lights (later) • Intersection Improvements (later) 6 Parks is Storm water Street Maintenance Traffic Water D. Schedule Calendar The City's standard calendar for schedule development purposes is based on a 5-day workweek and accounts for the City's eight standard holidays (New Years, Martin Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptance of their Baseline project schedule. E. WBS & Milestone Standards for Schedule Development The scope of work to be accomplished by the Contractor is represented in the schedule in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the development of the schedule activities and shall be imbedded and depicted in the schedule. CITY OF FORT WORTH STANDARD SPECIFICATION Revised JULY 20, 2018 2020 Paving and Sidewalk Improvements Unit Price Construction Contract Various City Project Numbers 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 1.4.14 below. Additional activities 6 may be added to Levels I - 4 to accommodate the needs of the organization executing 7 the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 8 "Construction Execution" that delineates the activities associated with the various 9 components of the work. 10 11 2. Contractor is required to adhere to the City's Standard Milestones as shown in 12 Section 1.4.1 below. Contractor will include additional milestones representing 13 intermediate deliverables as required to accurately reflect their scope of work. 14 15 F. Schedule Activities 16 Activities are the discrete elements of work that make up the schedule. They will be 17 organized under the umbrella of the WBS. Activity descriptions should adequately 18 describe the activity, and in some cases the extent of the activity. All activities are 19 logicalIy 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 Iogic or durations approved by the City are used to analyze the impact 43 of the change and is included in the Change Order. The coding for a new activity(s) 44 added to the schedule for the Change Order includes the Change Order number in the 45 Activity ID. Use as many activities as needed to accurately show the work of the 46 Change Order. Revisions to the baseline schedule are not effective until accepted by 47 the City. 48 49 50 H. City's Work Breakdown Structure CITY OF FORT WORTH. 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD SPECIFICATION Various City Project Numbers Revised JULY 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 003215 -0 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 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.3 0.40 Final Design XXXXXX.30.50 Environmental XXXXXX.3 0.60 Permits XXXXXX30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XX XXX.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 1. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. Activity ID Activity Name Design 3 020 Award Design Agreement 3040 Issue Notice To Proceed - Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual Plans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Conduct Design Public Meeting # 1 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting 42 (required) 3260 Preliminary Design Complete CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD SPECIFICATION Various City Project Numbers Revised JULY 20, 20I8 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 1 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, 2 Water & Sewer 3 3330 Conduct Design Public Meeting #3 (if required) 4 3360 Final Design Complete 5 ROW & Easements 6 4000 Right of Way Start 7 4230 Right of Way Complete 8 Utility Relocation 9 7000 Utilities Start 10 7120 Utilities Cleared/Complete 11 Construction 12 Bid and Award 13 8110 Start Advertisement 14 8150 Conduct Bid Opening 15 8240 Award Construction Contract 16 Construction Execution 17 8330 Conduct Construction Public Meeting 44 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. 1. 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.xis or .xlsx format in compliance with the sample layout (See Specification 00 32 115.1 Construction Project Schedule Baseline Example), including activity predecessors, successors and total float. 2. Initial & Baseline Schedule The Contractor will develop their schedule for their scope of work and submit their initial schedule in electronic form (in the file formats noted above), in the City's document management system in the location dedicated for this purpose within ten workdays of the Notice of Award. CITY OF FORT WORTH 2O20 Paving and Sidewalk Jmprovements Unit Price Construction Contract STANDARD SPECIFICATION Various City Project Numbers Revised JULY 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 003215 -0 CONSTRUCTION PROGRESS SCHEDULE Page 8 of 10 The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing (within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by the last day of each month throughout the Iife of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and infonnation that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re -submits the corrected Progress Schedule within 5 workdays, following the submittal process noted above. The City's Project Manager and Project Control Specialist review the Contractor's progress schedule for acceptance and to monitor performance and progress. The following list of items are required to ensure proper status information is contained in the Progress Schedule. • Baseline Start date • Baseline finish Date • % Complete • Float • Activity Logic (dependencies.) • Critical Path • Activities added or deleted • Expected Baseline Finish date • Variance to the Baseline Finish Date B. Monthly Construction Status Report The Contractor submits a written status report (referred to as a progress narrative) at the end of each month to accompany the Progress Schedule submittal, using the standard format provided in Specification 00 32 15.3 Construction Project Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative should be concise and complete to: • Reflect the current status of the work for the reporting period (including actual activities started and/or completed during the reporting period) • Explain variances from the baseline on critical path activities • Explain any potential schedule conflicts or delays • Describe recovery plans where appropriate • Provide a summary forecast of the work to be achieved in the next reporting period. C. Submittal Process CITY OF FORT'WORT14 STANDARD SPECIFICATION Revised JULY 20, 2018 2020 Paving and Sidewalk Improvements Unit Price COnstruction Contract Various City Projeut Numbers 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 9 of 10 1 0 Schedules and Monthly Construction Status Reports are submitted in Buzzsaw 2 following the steps outlined in Specification 00 32 15.4 Construction Project 3 Schedule Submittal Process. 4 ! Once the project has been completed and Final Acceptance has been issued by the 5 City, no further progress schedules or construction status reports are required from 6 the Contractor. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [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 31 32 33 34 END OF SECTION CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD SPECIFICATION Various City Project Numbers Revised JULY 20, 2018 003215 - 0 CK+1]i,65111s�11�YYI�Ll9;��If13Y►Y4'■I11t11i110 Revision Log DATE NAME ,SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH STANDARD SPECIFICATION Revised JULY 20, 2018 Page 10 of 10 2020 Paving and Sidewalk Improvements Unit Price Construction Contract Various City Project Numbers 00 32 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE —BASELINE EXAMPLE Page I of 5 r 1 SECTION 00 32 15.1 2 CONSTRUCTION PROJECT SCHEDULE — BASELINE EXAMPLE 3 PART1- GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the baseline for the project. This version of the 6 schedule is referred to as a "baseline" schedule. This example is intended to provide 7 guidance for the Contractor when developing and submitting a baseline schedule. See Cl" W 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised JULY 20, 2018 00 32 I5.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 2 of 5 ............ }-....-.....}-.___.-.-a ------ '...... F---------- }---------- i---------- i ---------- }---------- -!----------}---------- ¢--------- {---------- }--- I ,•��•� � rl I 1 , 7 - ------- r i i ---------------- i - - ------ -------- --- - - - - - ---------;---------------- ••-•-•-- - .. -; - r r -------- ` ----- ' ----- ' -- • I I I I , r 1 r - 1 _ Rd 1'�' i#,� h ii #i Y1 r+ n IY a F Y�. a s a to a h F.'F R 1�•.i+ C rt'n'il it Yr y X M 1O I i ,,r r ID:.l.� 'i; ; ai Ir. r_• _ d {ri lam• i .Yl u lY.' oY�r1+� r`.�S:6CR" �..'�nn.rn�p r,+w++;� r ta! r/. u A G� rl O it '+ {'I F} O 9 Ci 4l rl ['Y p 4r fi - � M1i ii f] L6 "Uyr 0q R O i] R' rq ' i ; t+�� Si.� .8 r rl ' ., .• �Y`Il� ly, �..Y ,. N W 11 un V+ir M ' .Jrj`' Y Lk w !r rY YI 11n o Yr r u� a] aJ ru} ig"' u 'b 1p1 YI LI 7! YI {us r� i� Y{ 1{ {} I.Y 1" a ra ^� v aY ■r rr Apo M 1/ wpY ipF. 9. -_R CF i1 h1 s� # f• rl• 'Fi�ril r• ✓• r i+l 9!1 `d t i '+ k• f:'S 11Y � SY - 11 .. +4 h y fi - i# +'# '•` Spi rY Yp9 � 0 a � � - }� I¢ I'F kfi V � � � O 1V�: ,1 •I III A � y_ CI � � „a. ItY 'll i0 sl r�`f YY IlY �I ry � G y cz }}� m p w { Al 7 9 4 _ 1.� 4 R FL F 6 I y on } il� I Lp r y it p �I ~ L r• Q r J.; LkO'LL 0 _ FT7 c y I- L a.� '_ fi T- P' 6� { L u '�" YYtl¢gg iG'ai ��11d �L o n .� iti Y ¢ t, lu o o r. 3 ,5 �. - M11 FF � i J!, !� E{ �6 r8a r� O J. � a t• ril +l 1i, IR h �• M5 �,F � . A �Y � +rl it '+'I' �F 16 � d 9i a M5 A � MI F +4 �W93[i � N n � � � r CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised ]ULY 20, 2018 00 32 15.I - 0 CONSTRUCTION PROGRESS SCHEDULE -- BASELINE EXAMPLE Page 3 of 5 1 2 m V if yyyyyyeee� IFF .,I k.s iF ■�li 1! 1P IO+b f1 ii ,] rI I� II � 11 Fi �. +1 .} £, l �i a .-T •° ]��' � II ■I {, +! 4- l S , 4-1 •i yp�.9rj 4.1 4 'i�' W : �} Y t J ��1 _ r�' YJ _ r Iry I1x 4 sad r_Tyj` F+1 A [dri w p r}9�I y 'u u ly e r r: ��. w w u Imo• fah 01vbpP G&q p ��� O it kN'Cl ii YIT CF IJ :i £` Sa it 1 iY i � • aOY, n iy q IirY 13 I'I FN 6 UI Ss �X IiI �_i {'1 i ill ' 'Y I � L I� [�1 � I ' N, � � LI r•��5y+1 �I `i 17 i � � � i/ � Y4F � � ; + q 3 ,� m J . „ ', ', '.. � Y yl+ w w � .� -� �i . w +'4 �n M � `.n, :+ _ _ � .4, q1 a� � :`• r `. nn1� �. r. �n ■A . rr c• a , a r y l}Ir' I� F F} C i y I4 . i�l f* I 1',1 I p C 1 5@ p 111pppIIl V � 1 1 1 N {J . }7 { i {p� { I i{ aaa �i µF YiIT rl' �} ry •I !+ Ii��V �i [r rk 11 iY t�l� �I 4 Y as •!• lµ Fi ='' a A A. '� f% �J '1 r MF' � S7: F1 rr •l � �• V>I � /9 � .W, N, W. -� � � i ,4 ' • � � � C1 I as Y In i � I_Jjj A �i W�Jes',` egg S Tj —k e— if i J w'I - L • { .. �u� _ Will Ia 1 CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised JULY 20, 20I8 0032 15.1 -0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 4 of 5 CITY OF FORT WORTH 2020 Paying and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised JULY 20,2018 00 32 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 5 of 5 4 1 2 3 4 G� END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised JULY 20, 2018 00 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE -- PROGRESS EXAMPLE Page 1 of 4 1 SECTION 00 32 15.2 2 CONSTRUCTION PROJECT SCHEDULE — PROGRESS EXAMPLE i 3 PART1- GENERAL 4 The following is an example of a Contractor's project schedule that illustrates the data and 5 expectation for schedule content depicting the progress for the project. This version of the i 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 i 11 12 13 f 14 15 16 17 I 18 i 19 20 21 22 23 24 25 26 27 CITY OF PORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised JULY 20, 2018 I a� R IL p9 V y a] 0032 15.2 - 0 CONSTRUCTION PROGRESS SC171EDULE — PROGRESS EXAMPLE Page 2 of 4 i� it d o s 0:0 9 a a o. i $ i' o c1 o � a 6.k fi t- r- I; k- I- G3 ia:o 0 +� •- J� R rF 'In i W � �� + Ili �. yV b M�f` w xF WI'I�h +I �t IL1 c � IV ! M� .t ILs iF � rt1 9h1 c a C K { n ., w n: ■. .. w us ay, xL .. c i Sri .c I' ]. yo la mr�� [�, u. Iw y., i-I f �1 ii ry �i I g �'{ f4 aJl � r1 '. �I#7J#3r ill;`1 T:ICt.7`I t ., {7{,, .� a L.. Y'''_u .. le �� w Y'R! g 42 V •+ m T r a, r .' 4 ui R- t�I, w tt ri w m i o!B a w `y y+. e, s n rim"! - ,L`} n ., m w R :-k r. /t s2 ¢ � �- — 1r s F+ m � 4 � :: vl � il. •1 � i i �� i1' ' � - �L MI xL i!I IXF .A I a !:Q�I I I I m fJ M Si A:$ m W W I U I k 1 T 51ti L o CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised JULY 20, 2018 I 00 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE -- PROGRESS EXAMPLE Page 3 of 4 1 G I l I 1 2 co Q KL 4) 1�9 Iry.W"IN N N N 14 N SPIN N SY NI: 11 R-N N N I:i T3 A w ffi wl wl �li ra dI .ti u 11u •'} I '�}-y+'I j.yLNy� .�jy NLy� i t g N {*i� �✓�i n L4' ca r' 1 I I � ;•' �` , :'- is . � ai �J �' �w r �1 C ' 8 C L Si'F IN N "#6 lt�N Pd 111 Tlit N 11`11t-H PA :: a 17 r'Y 17 0 0 II� ila O CF 4 C5 C i Q qq �: ggqR51II pl Ell i Ell F' S 4 ri '. a5 i'ie•if I S2 JI if L. .h m' :ffi1 I� y fI A. � iv .1AL qY 1T •li Y5 Ih "III .II YII it ti � irr i..j i � . }�J � ''� ~\7; '+•�flYj��•'!I 1Y � 4`�' :r' .� a� � � I t��•I �`1 11I , I• m n -+' aF y dl " cil i V 3 L6 :a..li t-1 I 1 , u 7 lsit 'r 5 i All 9 fir, � �i_a•� ffjj � L i � CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised JULY 20, 2018 00 32 15.2 - 0 CONSTRUCTION PROGRESS SCHEDULE —PROGRESS EXAMPLE Page 4 of 4 1 END OF SECTION 2 4 6 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised JULY 20, 2019 00 3215.3 - 0 — PROGRESS NARRATIVE Page 1 of 1 SECTION 00 32 15.3 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 perioa. 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) S. (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) I.J. List any actual aeiays ana provide recovery actions 1. (insert text here) 2. (insert text here) 3. (insert text here) City of Fort Worth, Texas Construction Project Schedule Narrative Report for CFW Projects TPW Official Release Date: 7.20.2018 Page 1 of 1 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 1 of 7 1 SECTION 00 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 00701-Flaxseed Drainage Improvements project is used for illustration. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised JULY 20, 2018 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE - SUBMITTAL PROCESS Page 2 of 7 *JJe Yat �he'I. > eLdv 1 1±- I'.' I a tf 1 -0 km �J .I L-4 I;'1 1 W i.s' -= I M - I S'Ih(C7 tanmGrtl+Wa . I I — — :- 1l uOui-rla eenpralnage1,,vi_ +k FIMgI IAufw 1 >irrIIF" f JBfd Farms �15drec les rndex.xk £red GnJfin I6,389 MiansofiExcel Nl... .k. C_I f dResponses 4 Lens4'urann } F� Consoitants %nnbaBn, �,j C'rrt�ra*le� Gbrh lC Canh P9F 15!Ck avrJe dnff k i � n�rre rti.'r� '+ Cj Re4/trgwLr ! +uses y 1. W705-Urban Wages Central CWater! } 00705- Urban 'Binges Central CWater' ft CONS -I=6anVdingesSEChMrEl y 3 WM-L4rar LLW7-35f Cim�er'e.. Wei* -44rn nary Sewer RebabContras_ µ 00755- Mmprite Rd M04CJP Year 14 [£ M768-INks Road- Bryant Irvin is Gri ilk 007784ed5 Channel A 00786-Sranns C eek 6 SY..enor SCI i H7Ya-Or AL r7 flnad-161—br sa to L _ 7 j 1 oy+y -omw(w wykm1141 ;sere I d Krandel dei4-] sec lGarnitleGed: wo 'Ard 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: 007 01-FlaxseedDrainagelm provements-Baseline Schedule submittal updates will be labeled with Schedule Submittal Date `YYYY MM' for example: 00701-FlaxsecdDrainagelmprovements-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 Document CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised JULY 20, 2018 0032 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 3 of 7 1 2 3 4 5 6 7 8 9 10 M Evil Yr hods Heup i_ .. 'u' Am* 11 I' •C'I I 1.{ I I*, rtt I t'11Inal Fe —I_ I n Noter:�fld t �} Link _ Flaxseed Dr�age Imfuoverru Folder Forms Responses '�- Construction Consultants Contractor .J correspoodence • ; General Contract Documents and Spec Project Drawings re � Pubk Meetings ® __4 Real Property 0-GaI -- schedulesrndex.xls I--� Udities 00705 -Urban V"ages Central duster Six F 00705-ikban W-ages Central Cluster!%.ui +j D0706 -Urban Vii lages SE duster [ferry-R.. o0706 -Urban milages SE Duster Near Ea: 0073D-Sasatary Server Rehab Contractlr +- 0 00755 - Mesrpdte Rd 2004 CIP year 1(Des a I?j 00768-Dirks Road - BryantD-MIDGraNx + 00778 -Lebow channel • 17�1 007M-5imrner Crrek :SY®more Sct x• .- rt 1 C roldryt� �} I Mai I __ Sae { Type Index.xk Fred Gtna 16,384 N'aosoft' Select Browse and go to the location of the files on your desktop. Select Open _ —, `#I ] sklei 0ximntrito modd larie'IrateciKebsle.1bIre,d.,n.ddbihDbweenlRegelteWMNY4. 4k+xkct r 1Y'�++�• r I .. pocumenL, _ Atta,hcr wt saw"a1 IHtlAer�tlpv i — G Look Yt �[� p =1 d. ri-n My Documents ry° ftc1jet KirxWanager Pro 7 . t my Congwter [SMusim"Player N f F5eceN €W�i�'ta My Network Places &Adobe Acrobats Professional Active Projects 1)Doaf'1gPass.pdf Surn CDs &DVDs I ClearType Ttming ILG umaw 2008 PCoo1ReLwdFchtPm Fw:r!Gp CH2MtULLVPN §)Cr=midP;4PFamSrn7.1 !gF1e2dla clent Crystal Reports 2003 coo* Earth MDdl QuddcReference Gukle.pdf kV Dxamwq3 HPPhotosmartExpress *MskDefragmerrlff ;HP PhotosmartPremier. Free Sound Recorder JIHP Solution Carter o' VreeSoundRecurder.exe wiPassconnect &L-ptopSecurity lt1 COrrC4tq A lTunes E lW1logh.]PG KQosoft Maio Version 2002 tns�de Out e800k 6-a'1. NetMeetkg +i'rdgy73ie f#e arre �i FI Drum Fi¢r cftmp I u Rflr The file will appear in the Buzzsaw Add to Project — Select Documents window Select Next. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised JULY 20, 2018 1 Do not select Finish at this time. 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 lrelast Ooaonents A[Fadl Cwnmwd Senj FMA rQhIRMHM 00 32 I5.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 4 of 7 �� ['� seleerdna.aenawodd+o�ne�a#mb�.rwcanakandd4�omannenklXs�'rlv[ca;r+�.11� r _YIMp+++.u�FlF�nra� Y`::if:NiihFEYYHItY51F*;a�'�t1�HYllwrll�,.,ail 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 Naive into the Comment window along with Contact Name and Contact Phone Number. Select ,text, eel M 0—te a cmrmvQA H, c becatnes A-e •evjh deltlV&M mid &0 dmo. Ui Item hr Rkn bmR midst Tlas step a rpborul :L 6a].IC,e�IiS F �Waam.Kvrtlunewduam�a3 ^CORUDIU* J :I_J_r1-IIJGfI.:1LLJ _.J Fi�sOFieilan — — Kfmr �4 S:.':,nattM fcom'company Name" d,r =..e Submittal from'CompanyName for veorkperfbrmed up to 3anuary 31, 2009 !� I CITY OF FORT WORTH 2O20 Paving and Sidewalk improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised DULY 20, 2018 003215.4-0 CONSTRUCTION PROGRESS SCHEDULE -- SUBMITTAL PROCESS Page 5 of 7 2 You will be placed into the Send Email Notification window. 3 4 Select To and the Select Recipients window will appear with a list of Project Contacts. 5 G 6 Select the Project Manager as the To Recipient and the Project Controls Group as the Copy i 7 Recipient. L 8 ti ....,.xil, �i�i xi.,x ii Il,si .., .od�IN f1.�irw�.Id Yaa.4�� l v�tnenmenEn tl.-.hti.r+re�nt —ICY„I y�_I RI rl� � etc �Irgr� . I—i1:—T F--'I i.,. f cF.; T.. 5... [F... n/x... .%r o... Trey Sl... T.. 5... C.... Ne... Pra... Tray W... T... w... Trd-... 12J.., W.— ..H.- V.., H.,. B &,., "". Mo... Vanda]... V... T... CF... 2(2... 9 10 11 12 13 14 15 x � W Sncd VICTM... VW T... \Ncrxly... W. C... Cf°... 4(2... �... VYi6©s... WdlPra- uV,i',ma ... W. G... Am... Ne... T r... Yv ate... Y... F... PM EV... Zddl F... Z.-. F.-- rva... Ne... Chi... H�oI... f , N... CH._ yB... /* Fedd G, F F... G... [F... 1dY6 PM ... Select the Paste Comment button to copy the Comment into the body of the email Select Finish. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised DULY 20, 2018 1 2 3 4 5 6 7 8 4 10 11 12 13 14 003215.4-0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 6 of 7 «� �:�"d+ml��aTherRo}��ere�w�i�4Te�adilxrerurrupde7eJr�t,Tlti.�sULwsLllnai esle m[re> t AIL.dr C'prrrrmrt „ I '1 J -_ 1 0-01 t .- '4andInwO r9., Ij;j0*iFSn Nburkmadik PrQW-1Co*ohTea, �4• SL�irL7= OA741-M�txRs�an�9�'.+�unlm�na�agMSe ObtftlYie Schedule Submittal k='CompdrryName' m:act hr Contact Phone Ot' LWate WwHilk 54M.4[al fray^ Gnnpany fame for work performed up to January 31, 2009 Conu�acrJtlr m t&dPhorne 9e& I Fvrs C."I I bk , The schedule file is uploaded to the directory. An email is sent to the City's Project Manager and Project Control Specialist. 1�b 69V- DddLWo r ia ku . ) -9 al X *rl X:� Vr 1, i LOW „q v i IF 1µ P • I - � W ui-Raxseed P[ana9�rmprovemr mil,. _} ,Mra•�anses • J ; onskur6m ,J 'xsa ar_ - �• :�=�e7�cna,mTFanR_1f5W.e _-.-- r � Pra�oz�rrr{n r :� FlnY+LreXp QO fi [ aA•+++tld rugYi�'r avey „� ,- Sd�L4YhCsa� [j ue.r. F '{�,r7p1d€-ub,Vr�w{a,bJ�l,�ihi 4 {g Q}Sa}-[,r1l. w/r4ei+nhw fair S�J F � 9d]Oi -4P�+ r'�gn5}. fJule SerY 4+ . f � {4A6-LW>w 4Rega!CSia�riee FxF � G97�-Se�4rr Sdi�Rehab CanhxtL,4 r *DM -Pk?W* V d 2XH CE3 Yarr It Upload the PDF file using the same guideline. Pn A& F." rRA i6,389 fi5uoeo1 MFE r4r .. 74,259 XER 111E END OF SECTION 11pblA 98 91 11d17A99 4;N! rM CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Knit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised JULY 20, 2018 00 32 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 7 of 7 1 2 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. JarreIl Initial Issue CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised JULY 20, 2018 2 _11 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 33 36 37 38 39 40 41 42 43 003513-I CONFLICT OF INTEREST AFFIDAVIT Page I of I SECTION 00 35 I3 CONFLICT OF INTEREST AFFIDAVIT 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. http://www.ethics.state.tx.us/forms/CIO.Vdf http://www.ethics.state.tx.us/forms/CIS.pdf CIQ Form does not apply [� CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary 0 CIQ Form does not apply CIS Form is on File with City Secretary 0 CIS Form is being provided to the City Secretary BIDDER: The Fain Group, Inc. Company 2500 Great Southwest Pkwy Address Fort Worth/ Tx/ 76106 City/State/lip By: Larry Frazier (Please Print) Signature: Title: resi ent (Please Print) END OF SECTION CrrY OF FORT wORTI I ?020 Paving and Sidemilk Impumements Unit Price Ccrostjuction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMI-NT5 Various Cit%F Project Numbers, Revised August it - 2018 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: 2020 Paving and Sidewalk Improvements Unit Price Construction Contract City Project No.: Various City Project Numbers Units/Sections: Unit 1 - General Requirements Unit 2 - Existing Conditions Unit 3 - Earthwork Unit 4 - Exterior Improvements Unit 5 - Utilities Unit 6 - Transportation Unit 7 - Non -Standard Items Unit 8 - TxDOT Items 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2020 Paving and Sidewalk Improvements Unit Price Construction Contract Form Revised 20150821 Various City Project Numbers 00 41 00 BID FORM Page 2 of 3 c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Water Distribution, Urban and Renewal, 12 inch diameter or smaller b. CCTV, 12-inches and smaller c. Sewer Cleaning, 12 inches and smaller d. Asphalt Paving Construction/Reconstruction LESS THAN (15,000 square yards) e. Concrete Paving Construction/Reconstruction LESS THAN (15,000 square yards) 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within the days specified in each task order. 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. ►. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2020 Paving and Sidewalk Improvements Unit Price Construction Contract Form Revised 20150821 Various City Project Numbers 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts_ 6.3. Total Bid 7. Bid Submittal This Bid is submitted on November 7, 2019 Respectf lyTtted, By: t (Signature) J Larry Frazier (Printed Name) Title: President Company: The Fain Group, Inc. Address: 2500 Great Southwest Pkwy Fort Worth Texas, 76106 State of incorporation: Texas Email: Ifrazier fain r .com Phone: 817-927-4388 END OF SECTION $15,915,062.40 by the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2020 Paving and Sidewalk Improvements Unit Price Construction Contract Farm Revised 20150821 Various City Project Numbers 004243 810 PROPOSAL Page i of 13 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID BIDDER'S APPLICATION PROJECT ITEM INFORMATION BIDDER'S PROPOSAL BID ITEM NO Description Specification Section No. Unit Of Measure Quantity Range Quantity Melt per Rari e� unit Price Bid Value 1 0135.0101 Railroad Coordination LINifi 9 • Ganalal Nolk 1`11.111HIMIL 013513 1 1 •$ _ LS 12,930,75 $ 12,930.75 2 OJ35.OJ02 Railroad Flagmen 013513 WD 15 15 $ 1,923.55 $ 28,853.25 3 0171.0101 Construction Slaking 01 71 23 LS 1 1 $ 111,000.00 $ 111,ODD.00 4 0171.0102 As -Built Survey 01 71 23 LS 1 1 1 40,000.00 $ 40,000.00 BASE BID - UNIT 1- General Requirements $ 192,194.00 UNIT #- ExlwmgrarldUirnc 1-100 100 5 0241.0100 Remove Sidewalk 024113 IF lul-500 500 501+ 501 $ 4.70 $ 470.00 $ 3.25 $ 1,625.00 $ 2.73 $ 1,367.73 6 0241.0200 Remove Step 024113 SF 1-100 100 $ 10.67 $ 1,067.00 101-200 200 $ 6.83 $ 1,366.00 201+ 201 $ 5.55 $ 1,115.55 7 0241.0300 Remove ADA Ramp 024113 EA 25 25 $ 627.30 $ 15,682.50 8 0241.0401 Remove Concrete Drive 024113 SF 1-100 1001 5.05 $ 505.00 101-500 500 $ 3.51 $ 1,755.00 501+ 501 $ 3.31 $ 1,658.31 9 0241.0402 Remove Asphalt Drive 024113 SF 1-100 100 $ 4.59 $ 458.00 lDl-500 500 $ 4A9 $ 2,24S.00 501+ 501 $ 4.21 $ 2,109,21 10 0241.0403 Remove Brick Drive 024113 SF 1-100 100 $ 5.45 $ 545.00 101400 400 $ 4.31 $ 1,724.00 401+ 401 $ 3.63 $ 1,455.63 11 0241.0500 Remove Fence 024113 LF 1-50 50 $ 7.91 $ 395.50 51-100 100 $ 6.16 $ 616.00 101+ 101 $ 5.21 $ 526.21 12 0241.0550 Remove Guardrail 024113 LF 1-51) 50 $ 21.35 $ 1,067.50 51-150 150 $ 16.65 $ 2,497.50 151+ 151 $ 15.09 $ 2,278.59 13 0241.0600 Remove Wall<4' 024113 LF 1-10 10 $ 73.22 $ 732.20 11-30 301 53A4 $ 1,603.20 31+ 31 $ 42.92 $ 1,330,52 14 0241.0700 Remove Mailbox 024113 EA 10 10 $ 79.77 $ 797.70 15 0241.0701 Remove Multiple User Mailbox 024113 EA 10 10 $ 125.28 $ 1,252.80 16 0241+0800 Remove Rip Rap 024113 SF 1-50 50 $ 15.97 $ 798.50 51-150 15D $ 15.20 $ 2,280.00 151+ 151 $ 14.09 $ 2,127.59 17 0241.0900 Remove Mlsc Conc Structure 024113 IS 10 10 $ 2,310.72 $ 23,707.20 18 0241.1000 Remove Conc Pvmt 024115 SY 1-100 100 $ 41.35 $ 4,135.00 101-500 500 $ 39.51 $ 19,7SS.00 501 1000 1000 $ 30.33 $ 30,330.00 toot+ tool $ 26.89 $ 26,916.89 19 0241.1001 Water Line Grouting 024114 CY 100 10D $ 329.06 $ 32,906.00 20 0241.1011 Remove 4"Water Line 024114 LF 1-50 50 $ 28.35 $ 1,417.50 51-150 1501 28.35 $ 4,252.50 151+ 151 $ 25.30 $ 3,820.30 21 02413012 Remove 6"Water Line 024114 LF 1-50 50 $ 29.35 $ 1,417.50 51-150 150 $ 25.29 $ 3,793.50 151+ 151 $ 25.30 $ 3,820.30 22 0241.1013 Remove 8"Water Line 024114 LF 1-50 50 $ 28.35 $ 1,417.50 51-150 150 $ 28.35 $ 4,252.50 151+ 151 $ 25.29 $ 3,818.79 23 0241.1014 Remove 10" Water Line 024114 LF 1-50 50 $ 37.53 $ 1,876.50 51-150 150 $ 32.28 $ 4,842.00 151+ 151 $ 30.19 $ 4,558.69 24 0241.1015 Remove 12" Water Line 024114 LF 1-50 50 $ 44.85 $ 2,242.50 51-150 150 $ 37.51 $ 5,626.50 151+ 151 $ 3OA6 $ 4,599A6 25 0241.1100 Remove Asphalt Pvmt 024115 SY 1-100 lual 26.90 $ 2,690.00 101-500 500 $ 22.62 $ 11,310.00 501-1000 1000 $ 19.76 $ 19,760.00 1001+ 1001 $ 17.72 $ 17,737.72 26 0241.1118 4"-12" Pressure Plug 024114 EA 5 5 $ 1,786.61 1$ 8,933.05 2020 Paving and Sidewalk Improvements Unit Price construction Contract l of 13 Various City Protect Numbers 004243 610 PRoPoSAL Page 2 of 13 BID ITEM NO. Description Specification Section Na. unit of Measure quantity Range Quantity (Max per Range) Unit Price Bid Value 27 0241.1200 Remove Brick Pvmt 024115 SY 1-109 100 $ 36.22 $ 3,622.00 101-500 500 $ 31.41 $ 15,705.00 501+ 501 $ 27.81 $ 13,932.81 26 0241.1218 4"-12" Water Abandonment Plug 024114 EA 1-3 3 $ 2,662.83 $ 7,808.49 4-6 6 $ 2,561.86 $ 15,371.16 7+ 7 $ 2,493.25 $ 17,452,75 29 0241.1300 Remove Conc Curb&Gutter 024115 LF 1-100 100 $ 12.37 $ 1,237.00 101-500 Soo $ 10.14 $ 5,070.00 501+ 501 $ 9.39 $ 4,704.39 30 0241.1301 Remove 4" Water Valve 024114 EA 10 15 $ 1,732.76 $ 25,991.40 31 0241.1302 Remove 6" Water Valve 024114 EA 10 10 $ 1,732.76 $ 17,327.60 32 0241.1303 Remove 8" Water Valve 024114 EA 10 10 $ 2,007.69 $ 20,076.90 33 0241.13114 Remove 10" Water Valve 024114 EA 10 10 $ 2,226.26 $ 22,262.60 34 0241.1305 Remove 12" Water Valve 024114 EA 10 1n $ 2,776.12 $ 27,761.20 35 0241.1400 Remove Conc Valley Gutter 024115 SY 1-50 50 $ 40.82 $ 2,U41.00 51-100 100 $ 37.08 $ 3,708.00 101+ 101 $ 32.61 $ 3,293.61 36 0241.1401 Abandon 4" Water Valve 024114 EA 10 10 $ 1,182.39 $ 11,923.90 37 0241.1402 Abandon 6" Water Valve 024114 EA 10 10 $ 1,182.39 $ 11,823.90 38 0241.1403 Abandon 8" Water Valve 024114 EA 10 10 $ 1,206A3 $ 12,064.30 39 0241.1404 Abandon 10" Water Valve 024114 EA 10 10 $ 1,256.39 $ 12,563.90 40 0241.1405 Abandon 12"Water Valve 024114 EA 10 10 $ 1,806.25 $ 18,062.50 41 0241.1501 1" Wedge Milling 024115 SY 1-Soo 500 $ 23.00 $ 11,500.00 501-1000 1000 $ 20.00 $ 20,000.00 1001+ 10011 12.00 $ 12,012.00 42 0241.1502 2" Wedge Milling 024115 SY 1-500 500 $ 23.00 $ 11,500.00 501-1000 1000 $ 20.00 $ 20,000.00 1001+ 1001 $ 12.00 $ 12,012.00 43 0241.1503 3" Wedge Milling 024115 SY 1-S00 Soo $ 22.00 $ 11,000.00 501-1W0 low $ 21.00 $ 21,000.00 1001+ 1001 $ 12.00 $ 12,012.00 44 0241.1504 4" Wedge Milling 024115 SY 1-5001 500 $ 24.00 $ 12,000.00 501-1000 1000 $ 21.00 $ 21,000.00 1001+ 1001 $ 12.09 $ 12,012.90 45 0241.1505 1" Surface Milling 024115 SY 1-500 Soo $ 23.00 $ 11,509.00 501-1000 1000 $ 20.0D $ 20,00100 1001+ 1001 $ 12.00 $ 12,012.0D 46 0241.1506 2" Surface Milling 024115 SY 1-500 5001 23.00 $ 11,500.00 501-1000 1000 $ 19.00 $ 19,000.on 1001+ 1001 $ 11.00 $ 11,011.00 47 0241.1507 3" Surface Milling 024115 SY 1-50C 500 $ 21.0o $ 10,500.00 501-1000 1000 $ 19.00 $ 19,000.0o 1001+ 1001 $ 11.00 $ 11,011.00 48 0241.1508 4" Surface Milling 024115 SY 1-500 500 $ 22.09 $ 11,000.00 501 -1000 10001 20.00 $ 20,000.00 1001+ 1001 $ 11.0D $ 11,011.00 49 0241.1510 Salvage Fire Hydrant 024114 FA 5 5 $ 1,133.97 $ 5,669.85 50 0241.1511 Salvage 3/4" Water Meter 024114 EA 5 5 $ 584.12 $ 2,920.60 51 0241.1512 Salvage 1" Water Meter 024114 EA 5 5 $ 584.12 $ 2,920.60 52 0241.1523 Salvage 1112"Water Meter 024114 EA 5 5 $ 584.12 $ 2,920.60 53 0241.1514 Salvage 2" Water Meter 024114 EA 5 5 $ 584.12 $ 2,920.60 54 0241.1515 Salvage 3"Water Meter 024114 EA 5 51 1,133.97 $ 5,669.85 55 0241.1516 Salvage 4"Water Meter 024114 EA 5 51 1,133.97 $ 5,669.65 56 0241.1517 Salvage 6" Water Meter 024114 EA 5 5 $ 2,233.69 $ 11,16BA5 57 0241.1518 Salvage 8" Water Meter 024114 EA 5 5 $ 2,233.69 $ 11,168.45 58 0241.1519 Salvage 10" Water Meter 024114 EA 5 5 $ 2,233.69 $ 11,16BA5 59 0241.1600 Butt Milling 024115 LF 1-50 50 $ 21.00 $ 1,050.00 51-100 100 $ 20.00 2,000.01) $ 101-200 200 $ 10.0o $ 2,000.00 201+ 2011 10.00 $ 2,010.00 60 0241.1601 Salvage Water Sampling Station 024114 EA 5 5 $ 733.02 $ 3,665.10 61 0241.2001 Sanitary Line Grouting 024114 CY 150 150 $ 285.20 $ 42,780.00 62 0241,2011 Remove 4"Sewer Line 024114 LF 300 300 $ 25.83 $ 7,749.00 63 0241,2012 Remove 6"Sewer Une 024114 Lr 300 300 $ 23.25 $ 6,975.00 64 0241.2013 Remove 8" Sewer Une 024114 LF 300 300 $ 23.25 $ 6,975.D0 65 0241.2014 Remove 10" Sewer Line 024114 LF 300 300 $ 27.32 $ 8,196.00 66 0241,2015 Remove 12"Sewer Une 024114 LF 300 3001 27.32 5 8,196.00 67 0241.2103 4" Sewer Abandonment Plug 024114 EA 10 10 $ 1,059.75 $ 10,597.51) 0241.2102 6" Sewer Abandonment Plug 024114 EA 10 10 $ 1,153.55 $ 11,535.50 L024168 69 .2103 8" Sewer Abandonment Plug 024114 EA 10 10 $ 1,173.29 $ 11,732.90 70 0241,110410" Sewer Abandonment Plug 024114 1 EA 10 101 $ 1,205.17 $ 12,061.70 2020 Paving and Sidewalk lmpwvements Unit Price Construction Contract 2 of 13 Various City Project Numbers 004243 BID PROPOSAL Page 3 of 13 BID ITEM NO Description Specification Section No. Unit of Measure Quantity Range Quantity (Max per Ran e Unit Price Bid Value 71 0241.2105 12" Sewer Abandonment Plug 024114 FA 10 10 $ 1,217.07 $ 12,170.70 72 0241.2201 Remove 4'Sewer Manhole 024114 EA 10 10 $ 2,250.82 $ 22,508.20 73 0241,2202 Remove 5'Sewer Manhole 024114 EA 10 10 $ 2,542.88 $ 25,428.80 74 0241.2203 Remove 6'Sewer Manhole 024114 EA 10 10 $ 2,834.94 $ 28,349A0 75 0241.2301 Remove Sewer Junction Structure 024114 IS 5 5 $ 3,917.52 $ 19,597,60 76 0241.3001 Storm Line Grouting 024114 CY ISO 150 $ 285.20 $ 42,780.00 77 0241.3011 Remove 15" Storm Line 024114 LF 300 300 $ 33.14 $ 9,942.00 78 0241.3012 Remove 16"Storm Line 024114 LF 300 300 $ 36.56 $ 10,963.00 79 0241.3013 Remove l8"Storm Line 024114 LF 300 -300 $ 38.28 $ 11,494.00 80 0241.3014 Remove 21" Storm Line 024114 LF 300 300 $ 38.28 $ 11,494.00 81 0241,3015 Remove 24" Storm Line 024114 LF 300 300 $ 40.69 $ 12,207.00 82 0241.3016 Remove 27" Storm Line 024114 LF 300 300 $ 40.69 $ 12,207.00 83 0241.3017 Remove 30" Storm Une 02 41 14 LF 300 300 $ 44,11 $ 13,233A0 84 0241.3018 Remove 33" Storm Line 02 41 14 LF 300 300 $ 4693 $ 14,079.00 85 0241.3019 Remove 36" Storm Line 02 41 14 Lr 300 300 $ 50.27 $ 15,081.00 86 0241.3020 Remove 39" Storm Line 024114 LF 300 300 $ 53.70 $ 16,110.00 87 0241.3021 Remove42"Storm Line 024114 1F 3001 300 $ 57.69 $ 17,307.00 88 0241.3022 Remove 45"Storm Line 024114 LF 300 300 $ 76.54 $ 22,962.00 89 0241.3023 Remove 48"Sturm Line 024114 LF 300 300 $ 87.02 $ 26,106.00 90 0241.3101 IS" Storm Abandonment Plug 024114 EA 10 10 $ 1,300.94 $ 13,009.40 91 0241.3102 18" Storm Abandonment Plug 024114 EA 10 10 $ 1,305A6 $ 13,050.60 92 0241.3103 21" Storm Abandonment Plug 024114 EA 10 10 $ 1,328.35 $ 13,283.50 93 0241.3104 24" Storm Abandonment Plug 024114 FA 10 10 $ 1,347.54 $ 23,475A0 94 0241.3105 27" Storm Abandonment Plug 024114 EA 10 10 $ 1,377.68 $ 13,776.80 95 0241,3106 W'Storm Abandonment Plug 024114 EA 10 10 $ 1,391.39 $ 13,913.90 96 0241.3113733" Storm Abandonment Plug 024114 EA 10 10 $ 1,414A2 $ 14,144.20 97 0241.3108 36" Storm Abandonment Plug 024114 EA 10 10 $ 1,437.98 $ 14,379.80 98 0241.3109 39" Storm Abandonment Plug 024114 EA 10 10 $ 1,464.02 $ 14,640.20 99 0241.3110 42" Storm Abandonment Plug 024114 FA 10 10 $ 1,488.68 $ 14,886.80 100 0241.3111 45" Storm Abandonment Plug 024114 EA 10 10 $ 1,535.27 $ 15,352.70 101 0241,311248" Storm Abandonment Plug 024114 EA 10 101 1,544.87 $ i5,448.70 102 0241.3201 Remove Storm Sewer Box 024114 OF 50 50 $ 105m $ 5,255,50 103 0241.3301 Remove 3' Round Manhole Riser 024114 EA 10 10 $ 105,41 $ I,051.10 104 0241.3302 Remove 4' Manhole Riser 024114 EA 10 10 $ 105.11 $ 1,051.10 105 0241.3303 Remove 5' Manhole Riser 024114 EA 10 10 $ 105.11 $ 1,051.10 106 0241.3401 Remove 4'Storm Junction Box 024114 EA 10 10 $ 1,124.21 $ 11,242.10 107 0241.3402 Remove S'Storm Juntion Box 024114 EA 10 10 $ 1,130.38 $ 11,31)3.80 108 0241.3403 Remove V Storm Junction Box 024114 EA 10 101 1,197.52 $ 11,975.20 109 0241.3404 Remove 7' Storm Junction Box 024114 EA 10 10 $ 1,197.52 $ 11,975.20 11D 0241.3405 Remove 8' Storm Junction Box 02 41 14 EA 10 10 $ 1,197.52 $ 11,975.20 111 0241.3501 Remove Storm Junction Structure 024114 LS 10 10 $ 1,197.52 $ 11,975.20 112 0241.4001 Remove 10' Curb Inlet 024114 EA 10 10 $ 1,110.30 $ 11,103.00 113 02414002 Remove 15' Curb Inlet 024114 EA 10 10 $ 1,272.00 $ 12,720.00 114 0241.4003 Remove 20'Curb Inlet 024114 EA 10 101 1,529.75 $ 15,297,50 115 0241AO04 Remove 30' Curb Inlet 024114 EA 10 10 $ 1,991.33 $ 19,313.30 116 0241A101 Remove 10' Recessed Inlet 024114 EA 10 10 $ 1,110.30 $ 11,103.00 117 0241AI02 Remove 15' Recessed Inlet 024114 FA 10 10 $ 1,272.00 $ 12,720.00 118 0241AI03 Remove 20' Recessed Inlet 024114 EA 10 10 $ 1,529.75 $ 15,297.50 119 0241.4104 Remove 30'Rece5sed Inlet 024114 EA 10 10 $ 1,981.33 $ 19,813.30 120 0241.4201 Remove 4' Drop Inlet 024114 EA 10 10 $ 886.09 $ 8,860.90 121 0241A202 Remove 5'Drop Inlet 024114 EA 101 10 $ 975.74 $ 9,757.40 222 024iA203 Remove 6' Drop Inlet 02 41 14 EA 10 10 $ 1,110.30 $ 11,103.00 123 0241A301 Remove 2' Grate Inlet 024114 EA 10 10 $ 851.61 $ 8,516.10 124 024IA302 Remove 3' Grate Inlet 024114 EA 10 10 $ 851.61 $ 9,516.10 125 0241.4303 Remove 4'Grate Inlet 024114 EA 10 10 $ 851.61 $ 8,516.10 126 0241A401 Remove Headwall/SET 024114 EA 10 10 $ 919.31 $ 9,193.10 127 0241A501 Remove 6"Trench Drain 024114 LF 10 101 35.81 $ 358.10 128 0241AS02 Remove 8"Trench Drain 024114 LF 50 50 $ 27.92 $ 1,396,00 129 0241.4503 Remove 12"Trench Drain 024114 LF 50 5o $ 33.52 $ 1,676.00 130 0241.4504 Remove 18"Trench Drain 024114 LF 50 50 $ 33.52 $ 1,676.00 131 10241.4505 Remove 24"Trench Drain 024124 LF 5o 50 $ 42.86 $ 2,143.00 132 0241.5001 Abandon Manhole 024114 EA 10 10 $ 818.3B $ 8,183.80 BASE BID - UNIT 2- Existing Conditions $ 1,910,383As LlA1F i-fililyrlofk - _ 133 3110.0102 6"-12"Tree Removal 311000 EA 101 10 S 411.10 5 4,111.00 134 3110.0103 12"-18" Tree Removal 31 10 00 EA 10 10 $ 479.62 $ 4,796.20 135 3110.OID4 18"-24" Tree Removal 311000 EA 10 10 $ 548.14 $ SA81.40 136 3110.0105 24" and Larger Tree Removal 311000 EA 10 10 $ 685.17 $ 6,851.70 137 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 150 150 $ 32.49 $ 4,873.50 138 3123.0103 Borrow by Plan 31 23 23 CY 150 150 S 45.71 $ 6,865.50 2020 Paving and Sidewalk Improvements Unit Price Construction Contract 3 of 13 Various City Project Numbers (IQ 42 43 BID PROPOSAL Page 4 of 13 BID ITEM NO. Description Specification Section No. Unit of Measure Quantity Range Quantity { an per Range) Unit Price Bid Value 139 3124.0101 Embankment by Plan 31 24 00 CY 150 150 $ 45.77 $ 6,865.50 140 3125.0101 SWEEP 21 acre 312500 LS 5 5 $ 2,922.91 $ 14,114.55 141 3137.0101 Concrete Riprap 313700 SY 250 250 $ 111.22 $ 27,805.00 142 3137.0102 Large Stone Riprap, dry 313700 SY 250 250 $ 137.21 $ 34,302.50 143 3137.0104 Medium Stone Riprap, dry 313700 SY 250 250 $ 130A2 $ 32,6p5,00 144 3337-0107 Black Riprap, dry 313700 SY 250 250 $ 739.99 $ 184,997.50 8.45E BID - UNIT 3-Earthwork $ 333,669.35 UNITA- ErllorkwIrnprowmeva 145 3201.01-114' Wide Asphalt Pvmt Repair, Residential $20117 LF 150 150 $ 49.37 $ 7,405.50 146 3201.0112 5'Wide Asphalt Pvmt Repair, Residential 320117 LF 150 150 $ 60.75 $ 9,112.50 147 3201.0113 6' Wide Asphalt Pvmt Repair, Residential 320117 LF 150 150 $ 73AO $ 11,010.00 148 3201.0114 7' Wide Asphalt Pvmt Repair, Residential 320117 LF 150 ISO $ 94.78 $ 12,717.00 149 32C1.0115 8'Wlde Asphalt Pvmt Repair, Residential 320117 LF 150 150 $ 96.16 $ 14,424.00 150 3201.01169'Wide Asphalt Pvmt Repair,Residential 320117 LF 150 150 $ 108.81 $ 16,321.50 151 3201.0117 lo'Wide Asphalt Pvmt Repair, Residential 320117 LF 150 150 $ 121A7 $ 18,220.50 152 13201.Gl2l4'Wide Asphalt Pvmt Repair, Arterial 320117 LF 150 150 $ 63.95 $ 9,592.50 153 3201.01225'Wide Asphalt Pvmt Repair, Arterial 320117 LF 150 150 $ 79A3 $ 11,989.50 154 3201.0123 6'Wide Asphalt Pvmt Repair, Arterial 320117 LF 150 150 $ 95.91 $ 14,386.50 155 32111.01247'Wlde Asphalt Pvmt Repair, Arterial 320117 LF 150 150 $ 113.89 $ 16,783.50 156 3201.01258'Wide Asphalt Pvmt Repair, Arterial 320111 LF 150 150 $ 127.88 $ 19,182.00 157 3201.01269'Wide Asphalt Pvmt Repair, Arterial 320117 Lr 150 1501 143.86 $ 21,579.00 159 3201.0127 10'Wide Asphalt Pvmt Repair, Arterial 320117 LF 150 150 $ 159.84 $ 23,976.00 159 3201.01314' Wide Asphalt Pvmt Repair, Industrial 320117 LF 150 150 $ 63-95 $ 9,592.50 160 3201.01325'Wide Asphalt Pvmt Repair, Industrial 320117 LF 150 150 $ 79.93 $ 11,989.50 161 3201.01339 Wide Asphalt Pvmt Repair, Industrial 320117 LF 150 150 $ 95.91 $ 14,386.50 162 3201.01347'Wfde Asphalt Pvmt Repair, Industrial 320117 LF 150 150 $ 111.89 $ 16,783.50 153 3201.0135 8' Wide Aspha Et Pvmt Repair, Industrial 320117 Lf 150 150 $ 127.88 $ 19,182.00 164 3201.0136 9' Wide Aspha[t Pvmt Repair, Industrial 320117 LF 150 150 $ 143.86 $ 21,579,00 165 3291,0137 10' Wide Asphalt Pvmt Repair, Industrial 320117 LF 150 150 $ 159.94 $ 23,976.00 166 3201.0150 Asphalt Pvmt Repair, Sewer Service 320117 LF 150 150 $ 111.89 $ 16,783.50 167 3201.0151 Asphalt Pvmt Repair, Water Service 320117 LF 150 150 $ 111.89 $ 16,783.50 168 3201.0201 Asphalt Pvmt Repair Beyond Defined Width, Residential 320117 SY 150 15O $ 143.87 $ 21,580.50 169 3201.0202 Asphalt Pvmt Repair Beyond Defined Width, Arterial 330117 SY 309 300 $ 143,87 $ 43,161.00 170 3201.0203 Asphalt Pvmt Repair Beyond Defined Width, Industrial 340117 SY 303 300 $ 143.97 $ 43,161.00 171 3201.0301 2" Extra Width Asphalt Payment Repair 320117 SY 150 1501 27.43 $ 4,114.50 172 3201.0302 3" Extra Width Asphalt Pavment Repair 32 0117 SY 150 150 $ 41.16 $ 6,174.00 173 3201.0303 4" Extra Width Asphalt Pavment Repair 320117 SY 150 15O $ 54.97 $ 8,230.50 174 3201.0400 Temporary Asphalt Paving Repair 320119 LF 150 150 $ 14.08 $ 2,112.00 175 3201.0614 Cone Pvmt Repair, Residential 32 01 29 SY 150 15O $ 129.30 $ 19,395.00 176 3201.0616 Conc Pvmt Repair, Arterial/Industrial 32 Ol 29 SY 150 150 $ 217.50 $ 32,625.00 177 3201.0654 Conc Pvmt Repair, HES, Residential 32 01 29 SY 150 150 $ 169.68 $ 25,452.00 178 13201.0656 Conc Pvmt Repair, HES, Arterial/Industrial 320129 SY 150 1501 199AU $ 29,910A0 179 3211.0112 6" Flexihle Base, Type A, GR-1 32 11 23 SY 1-109 100 $ 22,54 $ 2,254.00 101-loco loco $ 19.09 $ 19,090.00 lODl+ 1001 $ 17.31 $ 17,327.31 180 3211.0113 8" Flexihle Base, Type A, GR-1 32 11 23 SY 1-100 100 $ 23.30 $ 2,330.00 101-1000 loc0 $ 21.08 $ 21,080.00 1001+ 1001 $ 20.05 $ 20,070.05 281 3211.0114 10" Flexihle Base, Type A, GR-1 32 11 23 SY 1-109 Too $ 26-68 $ 2,668,00 lot -loco 1cc0 $ 23,72 $ 23,720.00 1001+ 1001 $ 23.28 $ 23,303.28 182 3211.0115 12" Flexible Base, Type A, GR-1 32 11 23 SY 1-100 100 $ 30.69 $ 3,069.00 101-IODD loco $ 27,71 $ 27,710.00 1001+ 1001 $ 27,28 $ 27,307.29 193 13212.0302 2" Asphalt Pvmt Type D 321216 SY 2000 2000 $ 20.86 $ 41,720.00 184 3212.0303 3" Asphalt Pvmt Type D 321216 SY 2000 2000 $ 32.56 $ 65,120.00 195 3212.0304 4" Asphalt Pvmt Type D 32 12 16 SY 20Do 2CO01 43.76 $ 87,520.00 186 3212.0401 HMAC Transition 321216 TN 60 60 $ 337.32 $ 20,239.20 187 3212.0501 4" Asphalt Base Type B 32 12 16 SY 2000 2000 $ 42,35 $ 94,700.00 188 3212.0502 5" Asphalt Sase Type B 32 12 16 SY 2000 2000 $ 50.03 $ 100,060.00 189 3212.0503 6" Asphalt Base Type B 32 12 16 SY 2090 2c00 $ 56-73 $ 113,460,00 190 3212,0504 7" Asphalt Base Type B 321216 SY 2000 2000 $ 63 A2 $ 126,840.00 191 3212.0505 8" Asphalt Base Type B 32 12 16 SY 2000 2000 $ 71.16 $ 142,320.00 192 3213.0101 6" Conc Pvmt 32 13 13 SY 1-IOD 100 $ 69.20 $ 6,820.00 101-1000 1000 $ 61.98 $ 61,98Q.00 1001+ Tool $ 61.73 $ 61,791.73 193 3213.0102 7" Conc Pvmt 32 13 13 SY 1-100 100 $ 75,46 $ 7,546.00 101-1000 loco $ 68.22 $ 68,220.00 lool+ 1001 $ 67.80 $ 67,867.80 1-100 100 $ 80.78 $ 8,078.00 2020 Paving and Sidewalk Improvements Unit Price Construction Contract 4 of 13 Various City Project Numbers OD 42 43 BIB PROPOSAL Page 5 of 13 BID ITEM NO. Description Specification Section No. unit of Measure Quantity Range Quantity (Max per flange) Unit Price Bid Value 194 3213.0103 8" Conc Pvmt 321313 SY 101-1000 100D $ 74.56 $ 74,560.00 1001+ 1001 5 74.13 $ 74,204.13 195 32130104 9" Conc Pvmt 32 13 13 SY 1-100 100 $ 86.22 $ 8,622.00 101-1000 loon $ 80.01 $ 80,010.00 IDOL+ 1001 $ 79.59 $ 79,669.59 196 3213.O1OS 10" Conc Pvmt 32 13 13 SY 1-100 100 $ 94.20 $ 9,420.00 101-1000 1000 $ 87.16 $ 97,160.00 1001+ loot $ 86.68 $ 86,766.68 197 3213.0201 6" Conc Pvmt HES 321313 SY 1-100 100 S 85.15 $ 8,515.00 101-1000 1000 $ 82.50 $ 82,500.00 1001+1 10011 $ 81.87 $ 81,951.87 198 3213.0202 7" Conc Pvmt HES 32 13 13 SY 1-100 100 $ 95.22 $ 9,522.00 301-loco loco $ 92.51 $ 92,570.00 1001+ 1001 $ 91.94 $ 92,031.94 199 3213.0203 8" Conc Pvmt HES 32 13 13 SY 1-100 100 $ 103,27 $ 10,327.00 101-1000 1000 $ 103.37 $ 103,370.00 1001+ 1001 $ 102.73 $ 102,832.73 200 3213.0204 9" Conc Pvmt HES 321313 SY 1-100 100 $ 114.28 $ 11,428.00 101-1000 1000 S 111.64 $ 111,640.00 1001+ 1001 $ 110.90 $ 111,010+90 201 3213.0205 10" Conc Pvmt HES 32 13 13 SY 1-100 1001 $ 125.07 $ 12,507.00 101-1000 1000 $ 1221f6 $ 122,060.00 1001+ loot $ 121.34 $ 121,461.34 202 3213.0301 4" Conc Sidewalk 32 13 20 SF 1-2500 2500 $ 6.43 $ 16,015.00 2501-5000 5000 $ 6.21 S 31,050.00 5001+ 5001 $ 6.03 $ 30,156.03 203 3213.0311 4" Conc Sidewalk, Adjacent to Curb 321320 SF 1-2500 2500 $ 9.01 $ 22,525.00 2501-5000 So0o $ 8.80 S 44,000.00 5001+ 5001 $ 8.62 $ 43,108.62 204 3213+0321 Conc Sidewalk, Adjacent to Ret Wall 3213 20 SF 1000 1000 $ 47.38 $ 47,380.00 205 3213.0322 Conc Curb at Back of Sidewalk 321320 LF 200 200 $ 14.74 $ 2,948.00 206 3213.0401 6" Concrete Driveway 32 13 20 SF 500 5DO $ 8.13 $ 4,065.00 207 3213.0402 7" Concrete Driveway 32 13 20 5F 500 Soo $ 8.31 $ 4,155.00 208 3213.0403 8" Concrete Driveway 321320 SF 500 5001 9.97 $ 4,435.00 209 3213.0501 Barrier Free Ramp, Type R-1 32 13 20 EA 20 20 $ 2,588.27 $ 51,765.40 210 3213.0502 Barrier Free Ramp, Type U-1 321320 FA 20 20 $ 3,273A2 $ 65,468.40 211 3213.0503 Harrier Free Ramp, Type M-1 321320 EA 20 20 $ 2,200.19 $ 44,003.80 212 3213.0504 Barrier Free Ramp, Type M-2 321320 EA 20 20 $ 2,421.72 $ 48,434.40 213 3213.0505 Barrier Free Ramp, Type M-3 321320 EA 20 20 $ 2,356.08 $ 47,121.60 214 3213.0506 Barrier Free Ramp, Type P-1 321320 EA 20 20 $ 2,253.71 $ 45,074.20 215 3213.0507 Barrier free Ramp, Type P-2 321320 FA 20 20 $ 2,253.71 $ 45,074.20 216 3213.0508 Barrier Free Ramp, Type C-1 321320 EA 20 20 $ 2,940.16 $ 56,803.20 217 3213.0509 Barrier Free Ramp, Type C-2 32 13 20 EA 20 20 $ 2,016.78 $ 40,335.60 218 3213.0510 Barrier Free Ramp, Type C-3 32 13 20 EA 20 20 $ 2,034.59 $ 40,691.80 219 3216.0101 6" Conc Curb and Gutter 32 16 13 LF 1-250 250 $ 32.54 $ 8,135.00 251-500 500 $ 3254 $ 16,270.00 501+ Sol $ 31.36 $ 15,711.36 220 3216.0102 7" Conc Curb and Gutter 321613 IT 1-250 2501 33.20 $ 8,300.00 251-500 500 $ 33.21 $ 16,605A0 Solt Sol $ 31.83 $ 15,946.83 221 3216.03019"Conc Valley Gutter, Residential 321613 SY 1-20 20 $ 207.26 $ 4,145.20 2140 40 $ 169,00 $ 6,760.00 41+ 41 $ I19.80 $ 4,911.80 222 3216.0302 11" Conc Valley Gutter, ArterlalAndustrial 321613 SY 1-20 20 $ 161.72 $ 3,234A0 21-40 40 $ 146.83 $ 5,873.20 41+ 41 $ 131.30 $ 5,383.30 223 3217.0001 4" SLD Pvmt Marking HAS (W) 32 17 23 LF 1500 1500 $ 1.64 $ 2,460.00 224 3217.0002 4" SLD Pvmt Marking HAS 4Y) 32 17 23 LF 1000 1000 $ 1.64 $ 1,640.00 225 3217.0003 4" BRK Pvmt Marking HAS (W) 32 17 23 LF Soo Soo $ 1.85 $ 925.00 226 3217.0004 4" BRK Pvmt Marking HAS (Y) 321723 LF Soo Soo $ 1.82 $ 910.00 227 3217.0005 4" DOT Pvmt Marking HAS 4W) 321723 LF 250 2S01 4.11 $ 1,027.50 228 3217,0006 4" DOT Pvmt Marking HAS QY) 321723 LF 250 250 $ 4.11 $ 1,027.50 229 3217.0007 4" SLD Pvmt Marking Tape (W) 321723 LF 1000 100D $ 3.43 $ 3,430.00 230 3217.0003 4" SLD Pvmt Marking Tape (Y) 321723 LF 1000 1ODD $ 3A3 $ 3,430.00 231 3217.0201 8" SLD Pvmt Marking HAS (W) 321723 LF 1000 1000 $ 3.29 $ 3,290.00 232 3217.0202 8" SLD Pvmt Marking HAS (Y) 321723 LF low 1000 $ 3.29 $ 3,290+00 233 3217.0203 8" SLD Pvmt Marking Tape (W) 321723 LF 1000 1000 $ 6.85 $ 6,RSMOD 234 3217.0204 8" SLD Pvmt Marking Tape (Y) 32 17 23 LF 1000 10001 6.85 $ 6,850.00 235 3217.0301 12" SLD Pvmt Marking HAE (W) 32 17 23 IF 1000 1000 $ 4.59 $ 4,590.00 236 3217.0302 12" SLD Pvmt Marking HAE (Y) 32 17 23 IF 1000 10DO $ 4.59 $ 4,590.00 237 3217M303 12" SLD Pwmt Marking Tape (W) 32 17 23 LF 1000 loW I $ 7.13 $ 7,130.00 2020 Paving and Sidewalk Improvements Unit Price Construction Contract 5 of 13 Various City Project Numbers 004243 BID PROPOSAL Page 6 of 13 BID ITEM NO. Description Specification Section No. Unit of MeaSUre quantity Range Quantity (Max per Range) Unit Price Bid Value 238 3217.0304 12" SLD Pvmt Marking T. pe 32 1723 LF 1000 1000 $ 7.13 $ 7,130.00 239 3217.0501 24" SLD Pvmt Marking HAE (W) 321723 LF 1500 1500 $ 13.70 $ 20,550A0 240 3217.1O01 Lane Legend RR 321723 FA 10 10 $ 582,40 $ 5,824.00 241 3217.1002 Lane tegend Arrow 321723 EA 20 20 $ 157.59 $ 3,151.80 242 3217.1003 La ne Legend DBL Arrow 323723 EA 10 10 $ 191.85 $ 1,91&50 243 3217,1004 La ne Legend Only 322723 EA 20 20 $ 265.55 $ 4,111.00 244 3217.1005 Lane Legend Bus Lane 321723 EA 20 20 $ 239.81 $ 4,796.20 245 3217.1005 Lane Legend Bike 321723 EA 50 50 $ 287.77 $ 14,388.50 246 3217.1007 Lane Legend Sharrow 321723 EA 100 100 $ 357.40 $ 39,740.00 247 3217,1008 Parking Lot Legend HC 321723 EA 25 25 $ 267,22 $ 6,680.50 248 13217.2001 Raised Marker TY W 321723 EA 1099 10001 8.22 $ 8,220.00 249 3217.2002 Raised Marker TY Y 321723 EA 1000 1000 $ 8.22 $ 8,220.00 250 3217,2101 REFL Raised Marker TY I -A 321723 FA 250 250 $ 8.22 $ 2,055.00 251 3217,2102 REFL Raised Marker TY l-C 321723 EA 250 250 $ 8.22 $ 2,655.00 252 3217-2103 REFL Raised Marker TY II -A -A 321723 EA 250 250 $ 8.22 $ 2,055.00 253 321T2104 REFL Raised Marker TY II-C-R 321723 EA 250 250 $ 8,22 $ 2,055.00 254 3217.3001 Raised Marker, Work Zone 371723 EA 250 250 $ 3.43 $ 857.50 255 3217.3101 Tab Marker TY W 321723 EA 1 500 500 6.58 3,290.00 256 3217,3102 Tab Marker TYY 321723 EA 500 500 $ 6.85 $ 3,425.00 257 3217.4201 Fire Lane Marking 321723 LF Soo 500 $ 0.69 $ 345.00 258 3217.4302 Remove 4"pvmt Marking 321723 LF 2000 2000 $ 1.37 $ 2,740.00 259 3217.4303 Remove 8"Pwnt Marking 321723 LF 2000 2000 $ 1,71 $ 3,420.00 260 3217.4304 Remove 12" Pvmt Marking 321723 LF 2000 2000 $ 3.01 $ 6,020.00 261 3217.4306 Remove 24" Pvmt Marking 321723 LF 2003 2000 $ 4.25 $ 8,500.00 262 32174307 Remove Raised Marker 321723 EA 20DD 2000 $ 1.37 $ 2,740.00 263 3217.4401 Remove Lane Legend RR 321723 LA 20 20 $ 102.78 $ 2,655.60 264 3217.4402 Remove Lane Legend Arrow 321723 EA 25 25 $ 61.67 $ 1,541.75 265 3217.4403 Remove Lane Legend DBL Arrow 321723 EA 20 20 $ 68,52 $ 1,370,40 266 3217.4404 Remove Lane Legend Only 32 1723 EA 25 25 $ 68.52 $ 1,713.00 267 3217,4405 Remove Lane Legend Bus Lane 321723 EA 25 25 $ 165.78 $ 2,644.50 25B 3217.4406 Remove Lane Legend Bike 321723 EA So 50 $ 75.37 $ 3,768.50 269 3217A407 Remove Lane Legend Sharrow 321723 EA 50 50 $ 75.37 $ 3,768.50 270 32174408 Remove Lane Legend HC 321723 EA 25 25 $ 75,37 $ 1,884,25 271 3231.01114'Chain Link, Steel 323113 LF 200 200 $ 21.93 $ 4,33&00 272 3231.0112 5' Chain Link, Steel 323113 LF 200 200 $ 24.67 $ 4,934.00 273 3231.0113 fi' Chain Link, Steel 323113 LF 200 200 $ 27.41 $ 5,482.00 274 3231.0114 B' Chain Link, Steel 323113 LF 200 200 $ 35.63 $ 7,126.00 275 3231.0115 10' Chain Link, Steel 323113 LF 200 200 $ 43,85 $ 8,770.00 276 3231.0121 4'Chain Link, Aluminum 323113 LF 200 200 $ 41.11 $ 8,222.00 277 3231.0122 5'Chain Link, Aluminum 323113 LF 200 200 $ 46.59 $ 9,31&00 278 3231.0123 6'Chain Link, Aluminum 323113 LF 200 200 $ 52.07 $ 10,414.00 279 3231.0124 8` Chain Link, Aluminum 323113 LF 200 200 $ 61.67 $ 12,334.00 290 3231.0125 10'Chain Link, Aluminum 323113 LF 203 200 $ 82,22 $ 16,444.00 281 3231.0211 Barbed Wire Fence, Metal Posts 32 31 26 LF 209 200 $ 20.56 $ 4,112.00 282 3231.0221 Barbed Wire Fence, Wood Posts 32 31 26 LF 200 200 $ 54.81 $ 10,962.00 283 3231.0411 4' Fences, Wood 32 31 29 LF 200 200 $ 58.92 $ 11,784.00 284 3231.0412 6' Fepcea, Wood 32 31 29 LF 20D 200 $ 65.78 $ 13,256.00 285 3231.0413 8' Fences, Wood 32 31 29 LF 200 200 $ 75.37 $ 15,074.00 296 3232.0100 Conc Ret Wall Adjacent to Sidewalk 323213 SF 200 no $ 61.62 $ 12,324,00 287 3291.0100 Topsail 329119 CY 1-100 100 $ 57.55 $ 5,755.00 lCl-200 200 $ 54.13 $ 10,826.00 201+ 201 $ 54.13 $ 10,880.13 288 3292.0100 Block Sod Placement 329213 SY 1-1000 1000 $ 6.51 $ 6,510.00 1001-2000 2000 $ 6.17 $ 12,340.00 2001+ 2001 $ 5AS $ 10,965.48 289 3292.041)0 Seeding, Hydromulch 329213 SY 1000 1000 $ 1.01 1,010.00 29U 3292.01500 Seeding, Soll Retention Blanket 32 92 13 SY 1000 1000 $ 6.35 $ 6,350.00 291 3293.0102 Plant 2"Tree 329343 EA 10 10 $ 678.32 $ 6,783.20 292 3293.003 Plant 3"Tree 329343 EA 10 10 $ 922.21 $ 8,222.10 293 3293.0104 Plant 4" Tree 329343 EA 10 10 $ 1,261.57 $ 12,675.70 294 3293.0105 Plant S"Tree 329343 EA 1n 10 $ 1,884,23 $ 18,842.30 295 13293.0106 Plant 6" free 32 93 43 FA 10 10 2,603.66 S 26,036.60 BASE BID - UNIT 4 - Exterior Improvements $ 4,794,482.6E 296 3305.0001 4" Waterline Lowti tng 330512 FA 5 5 $ 9,338.98 $ 46,694.90 297 3305.0002 V' Waterline Lowering 330512 EA 5 5 $ 12,223.59 $ 61,117.95 298 3305.0003 8" Waterline Lowering 33 05 12 EA 5 5 $ 12,556.19 $ 62,830.90 299 3305.0004 10" Waterline Lowering 330512 EA 5 5 $ 15,382.26 $ 76,911.30 300 3305.O905 12" Waterline Lowering 330512 EA 5 5 $ 15,793.37 $ 78,966.85 301 3305.0101 Fire Hydrant Stem Extension 330514 LA 5 5 $ 1,627.30 $ 8,136.50 2020 Paving and Sidemik Improvements Unit Price Construction Contract 6 of 13 various City Project Numbers 0114243 BID PROPOSAL Page 7 of 13 BID ITEM NO Description Specification Section No. Unit of Measure Quantity Range Quantity fmaxper Ran e Unit Price Bid Value 302 3305.0103 Exploratory Excavation of Existing Utilities 330530 EA 1-50 SO $ 68532 $ 34,296.0051+ 51 $ 617,24 $ 31,479.24 303 3305.0105 Inlet Adjustment 330514 EA 10 10 $ 4,114.86 $ 41,143.60 304 3305.0106 Manhole Adjustment, Major 33 05 14 EA 10 10 $ 2,466.65 $ 24,666.50 305 3305.0107 Manhole Adjustment, Miner 330514 EA 10 10 $ 1,684.20 $ 16,842.00 306 3305.0108 Miscellaneous Structure Adjustment 330514 EA 10 10 $ 2,199.43 $ 21,994.30 307 3305.0109 Trench Safety 330510 LF 10D 100 $ 6.85 $ 685.00 FIGS 3305.0110 Utility Markers 330526 LS 1 1 $ 856.46 $ 856.46 309 3305.0111 Valve Box Adjustment 330514 EA 10 f0 $ 865-28 $ 8,652,80 310 3305.0112 Concrete Collar 330517 EA 101 10 $ 1,359,73 $ 13,59730 311 3305.0114 Manhole Adjustment, Major w/ Cover 33 05 14 EA 101 10 $ 2,100.71 $ 21,007.10 312 3305.0115 Vacuum Excavation 330530 EA 1-50 50 $ 685.92 $ 34,296.00 51+ 51 $ 617.24 $ 31,479.24 313 3305.0203 Imported Embedment/Back011, CLSM 33 05 10 CY 20 20 $ 158.09 $ 3,161.80 314 3311.0001 Ductile Iron Water Fittings w/ Restraint 33 11 11 TON 1 1 $ 9,496.52 $ 9,496.52 315 3311.0041 4" Water Pipe 33 1110, 331112 LF 100 100 $ 55.00 $ 5500,00 316 3311.0141 6" Water Pipe 33 1110, 331112 LF 100 100 $ 62.89 $ 6,289A0 317 3311,0241 8" Water Pipe 331110, 331112 LF 100 100 $ 69.18 $ 6,918.00 318 3311.03411E"Wafer Pipe 33 It 10,33 1112 LF 100 too $ 79.51 $ 7,951.00 319 3311.0441 12" Water Pipe 33 1110, 33 1112 LF 100 100 $ 101.60 $ 10,160.DD 320 3312.0001 Fire Hydrant 331240 EA 10 10 $ 4,067.64 $ 40,676A0 321 3312.0117 Connection to Existing 4"-12" Water Main 33 12 25 EA 10 10 $ 4,439.36 $ 44,303.60 322 3312.20011" Water Service, Meter Reconnection 331210 EA 10 1n $ 1,338.33 $ 13,383.31) 323 331220031"Water Service 331210 EA 10 10 $ 1,638.9f1 $ 16,389.00 324 3312,2203 2" Water Service 331210 FA 10 10 $ 2,846.15 $ 28,461.S0 325 3312.3001 4" Gate Valve 331220 EA 5 5 $ 1,966.35 $ 9,831.75 326 3312.3002 6" Gate Valve 331220 EA 5 5 $ 2,139.81 $ 10,699.05 327 3312.3003 8" Gate Valve 331220 EA 5 5 $ 2,962.67 $ 14,313.35 328 13312.3004 10" Gate Valve 331220 EA 51 51 $ 3,63912 $ 18,198,60 329 3312.300S 12" Gate Valve 33 12 20 FA 5 5 $ 4,092.73 $ 20,463.65 330 3312,3101 4" Cut -in Gate Valve 33 12 20 EA 5 5 $ 1,570.16 $ 7,950.80 331 3312.3102 6"Cut-in Gate Valve 331220 EA 5 5 $ 1,979A8 $ 9,897.40 332 3312.3103 Su Cut -in Gate Valve 331220 EA 5 5 $ 2,514.71 $ 12,573.55 333 3312.31D4 10" Out in Gate Valve 331220 FA 5 5 $ 3,8W.88 $ 19,049.40 334 3312.3105 12" Cut -in Gate Valve 331220 LA 5 5 $ 3,679.93 $ 18,399,65 335 3331.0101 4" Sewer Pipe, Point Repair 33 3122, 33 3123 LE 501 50 $ 68.04 $ 3,402.00 336 3331.0102 6" Sewer Pipe, Point Repair 33 3122, 33 3123 LF 50 50 $ 70.69 $ 3,534.50 337 3331.0103 8" Sewer Pipe, Paint Repair 33 3122,33 3123 LF 50 50 $ 74.66 $ 3,733.OD 338 3331.0104 10" Sewer Pipe, Point Repair 33 3122, 33 3123 LF 50 50 $ 82.46 $ 4,123.00 339 3331.0105 12" Sewer Pipe, Point Repair 33 3122, 33 3123 IF 50 50 $ 87A4 $ 4,372.00 340 3331.3101 4" Sewer Service 333150 EA 5 5 $ 1,806.39 $ 9,031.95 341 33313201 6" Sewer Service 333150 EA 5 51 2,096.34 $ 10,481.70 342 3331,33114" Sewer Service, Reconnection 333150 EA 5 5 $ 1,395.48 $ 6,982.40 343 3331.3312 6" Sewer Service, Reconnection 333150 EA S 5 $ 1,692.29 $ 8,461A5 344 3331.3313 8" Sewer Service, Reconnection 333150 EA 5 5 $ 1,719.72 $ 8,598.60 345 3331A101 4" Sewer Pipe 33 1110,333120 LF 100 10D $ 67.79 $ 6,779.00 346 3331A108 6" Sewer Pipe 331110, 33 3112,33 312D LF 100 100 $ 7016 $ 7,016.00 347 13331.4115 8" Sewer Pipe 331110,333112,333120 LP 100 100 $ 73,85 $ 7,3R5.00 348 3331.4201 10" Sewer Pipe 331110, 333122, 33 3120 LF 100 1001 81.24 $ 8,124.00 349 3331.4209 12" Sewer Pipe 33 1110.33 3112, M M 20 LF 100 100 $ 86.01 $ 8,601.00 350 3339.1001 4' Manhole 33 3910, 3339 20 EA 5 5 $ 6,648.30 $ 33,241.50 352 3339.1002 4' Drop Manhole 33 39 10,33 39 20 EA 5 5 $ 6,834.94 $ 34,174.70 352 3339.1003 4' Extra Depth Manhole 33 39 10, 33 39 20 VF 15 15 $ 1,255.59 $ 18,833.85 353 3339.1004 4' Shallow Manhole 33 39 10,33 39 20 EA 5 S $ 5,027.76 $ 25,138.80 354 3339.1101 5' Manhole 33 39 10,33 39 20 EA 5 5 S 7,325.32 $ 36,626.60 355 3339,1102 S' Drop Manhole 33 39 10,33 39 20 FA 5 5 $ 9,569.81 $ 42,949.05 356 3339.1103 5' Extra Depth Manhole 33 39 10,3339 20 VF 15 15 $ 1,344.67 $ 20,170.05 357 3339.1104 S'Shallow Manhole 33 39 10,33 39 20 €A 5 5 $ 5,93D.64 $ 29,653.20 358 3339.1202 6' Manhole 33 39 10,33 39 20 EA 5 5 $ 10,728.58 $ 53,642.90 359 3339.1202 6' Drop Manhole 33 39 10,33 39 20 EA 5 5 $ 12,971.80 $ 64,859.00 360 3339.1203 6' Extra Depth Manhole 33 3910, 33 39 20 VF 15 15 $ 1,456,01 $ 21,840.15 361 33391204 6'Shallow Manhole 33 39 10, 333920 EA 5 5 $ 8,256.80 $ 41,284.00 362 3341,0101 15" HDPE Pipe 33 41 11 LF 100 10D $ 63.79 $ 6,379.00 363 3341.0102 18" HDPE Pipe 33 41 11 LF 100 100 $ 68.17 $ 6,817.00 364 3341.0103 19" RCP, Class 18 33 41 10 LF 100 100 $ 76.05 $ 7,605.00 365 3341.0201 21" RCP, Class IN 334110 tF 100 100 $ 96.64 $ 9,664.00 366 3341.0204 24" HDPE Pipe 334111 LF 100 too $ 83.10 $ 8,310.00 367 3341.0205 24" RCP, Class III 334110 LF 100 100 $ 112,71 $ 11,271.00 368 3341.0208 27" RCP, Class III 334110 LF 10D 100 $ 129,81 $ 12,981,00 369 3341.0301 30" HDPE Pipe 334111 LF 100 100 $ 100.38 $ 10,038.00 370 3341.0302 30" RCP, Class III 334110 LF 1001 100 $ 151.39 $ 15,139.00 7070 Paving and Sidewalk Improvements Unit Price Construction Ceotract 7 of 13 Vadaus City Project Numbers 00 42 43 BID PROPOSAL Page 8 of 13 BID ITEM NO. Description Specification Section N0. Unit of Measure Quantity Range Quantity (Max per Ran e Unit Price Bid Value 371 3341.0305 33" RCP, Class III 334110 LF 100 100 $ 174.03 $ 17,403.00 372 3341mus 36' HDPE Pipe 334111 LF 100 100 $ 112,56 $ 11,256.00 373 3341.030936"RCP, Class 111 334110 LF 100 too $ 181.17 5 18,117.00 374 3341.0312 39" RCP, Class 111 334110 LF 100 100 $ 273.35 $ 27,336.00 375 3341.0402 42" RCP, CI.- III 334110 LF 100 100 $ 227.90 $ 22,790.00 376 3341.0405 45" RCP, Class 111 334110 LF 100 100 $ 321.01 $ 32,101.00 377 3341.0409 48" RCP, Class III 33 41 10 LF 100 100 $ 273.78 $ 27,378.00 378 3341.0901 15" HDPE Lateral Line 334111 LF 100 100 $ 58.56 $ 5,856.00 379 3341.0902 18" HOPE Lateral Line 334111 LF 100 1Q0 $ 5847 $ 5,847.00 380 3341.0903 21" HOPE Lateral Line 334111 LF 100 too $ 77.06 $ 7,706.00 381 3341.0904 24" HOPE Lateral Line 334111 LF 100 1001 $ 80.33 $ 8,033.00 382 13341.0905 27" HDPE Lateral lane 334111 LF 100 100 $ 101.50 $ 10,150.00 383 3341.0906 30" HOPE Lateral Line 334111 LF 100 100 $ 99.29 $ 9,929.00 384 3341.0907 36" HOPE Lateral Line 334111 LF 100 100 $ 112.08 $ 11,208.00 385 3341.10013x2 Box Culvert 334110 EF 100 100 $ 204.29 $ 20,429.00 386 3341.1002 3x3 Box Culvert 334110 LF 100 too $ 243.99 $ 24,399.00 397 3341,1101 4x2 Box Culvert 334110 LF 100 too $ 315.70 $ 31,570.00 388 3341.1102 4x3 Box Culvert 334110 LF 100 100 $ 34S.26 $ 34,526.00 389 334: 1103 4x4 Box Culvert 334110 LF 100 100 $ 374.19 $ 37,419.00 390 3342.1201 5x3 Box Culvert 334110 LF 100 100 $ 402.51 $ 40,251.00 391 3341,12025x4 Box Culvert 334110 LF 100 100 $ 437A6 $ 43,746.00 392 3341.1203 5x53ox Culvert 334110 LF 100 too $ 463.36 $ 46,336.00 393 3341,1301 6x2Box Culvert 334110 LF 100 too $ 447.09 $ 44,709.00 394 3341.1302 6x33ox Culvert 334110 LF 100 100 $ 494.10 $ 49,410.00 395 3341.1303 6x4 Box Culvert 334110 LF 100 100 $ 555.64 $ 55,564.00 396 3341.1304 6x5 Box Culvert 334110 LF 100 100 $ 606.99 $ 60,699.00 397 3341.1305 6x6 Box Culvert 334110 LF 100 100 $ 687.48 $ 68,748.00 398 3349.00014' Storm Junction Box 334910 EA 5 5 $ 5,852.05 $ 29,260.25 399 3349.0002 S' Storm Junction Box 334910 EA 5 5 $ 8,688.68 $ 43,443.40 400 3349.0003 6'Starm Junction Box 334910 EA 5 5 $ 10,250.25 $ 51,251.25 401 3349.0104 4' Stacked Manhole 344910 EA 5 5 $ 8,907.01 $ 44,535.05 402 3349.1000 Headwall, Box Culvert 334940 CY 51 5 $ 2,385.01 $ 11,925.05 403 3349.10ol 18" Flared Headwall, i pipe 334940 EA 5 5 $ 2,242.08 $ 11,219A0 404 3349.1002 21" Flared Headwall, I pipe 334940 EA 5 5 $ 2,749.10 $ 13,745.50 405 3349.1003 24" Flared Headwall, I pipe 334940 EA 5 5 $ 2,790.21 $ 13,951.05 40S 3349.1004 27" Flared Headwall, I pipe 334940 EA 5 5 $ 3,516.50 $ 17,582.50 407 3349.1005 30" Flared Headwall,? pipe 334940 EA 5 5 $ 3,763.16 $ 18,815.80 408 3349.1006 33" Flared Headwall, i pipe 334940 EA 5 5 $ 4,962.21 $ 24,811.05 409 3349.1007 36" Flared Headwall, I pipe 334940 EA 5 5 $ 5,099.25 $ 25,496.25 410 3349.1008 39" Fiared Headwa11,1 pipe 334940 EA 5 5 $ 6,503.85 $ 32,519.25 411 3349.1009 42" Flared Headwall, I pipe 334940 EA 5 5 $ 7,740.60 $ 38,703.00 412 3349.1010 45" Flared Headwall,1 pipe 334940 EA 5 5 $ 5,856.38 $ 29,281.90 413 3349.1011 48" Flared Headwall,1 pipe 334940 EA 5 5 $ 5,856.38 $ 29,281.90 414 3349.1101 18" Flared Headwall, 2 pipes 334940 EA 5 5 $ 4,047.52 $ 20,237.60 415 3349.1102 21" Flared Headwall, 2 pipes 334940 EA 5 5 $ 5,061.57 $ 25,307.85 416 3349.1103 24" Flared Headwall, 2 pipes 33 49 40 EA 5 5 $ 5,876.82 $ 29,394.10 417 3349.1104 27" Flared Headwall, 2 pipes 33 49 40 EA 5 5 $ 7,240.57 $ 36,202.85 418 3349.110530" Flared Headwall, 2 pipes 334940 EA 5 5 $ 9,289.12 $ 46,445.60 419 3349.2001 18" Parallel Headwail, 1 pipe 334940 EA 5 5 $ 2,242.08 $ 11,210.40 420 3349.2002 21" Parallel Headwa% 1 pipe 334940 EA 5 5 $ 2,749.10 $ 13,745.50 421 3349.2003 24" Parallel Headwafl, 1 pipe 334940 EA 5 5 $ 2,790.21 $ 13,951.0 422 3349.20114 27" Parallel Headwall, 1 pipe S34940 EA 5 5 $ 3,516.50 $ 17,582.50 423 3349.2005 30" Parallel Headwall, 1 pipe 334940 EA 5 5 $ 3,763.16 $ 18,815.80 424 3349.20016 33" Parallel Headwall, 1 pipe 334940 EA 5 5 $ 4,962.21 $ 24,811.05 425 3349.2007 36' Parallel Headwall, 1 pipe 334940 EA 5 5 $ 51099.25 $ 25,496.25 426 3349.2008 39" Parallel Headwall, 1 pipe 334940 EA 5 5 $ 7,603.57 $ 38,017.85 427 3349.2309 42" Parallel Headwall, 1 pipe 334940 EA 5 5 $ 7,740.60 $ 38,703.00 428 3349.2010 45" Parallel Headwall, 1 pipe 334940 EA 5 5 $ 5,856.38 $ 29,281.90 429 3349.2011 48" Parallel Headwall, 1 pipe 334940 CA 5 5 $ 5,856.38 $ 29,281.90 430 3349.2101 19" Parallel Headwall, 2 pipes 334940 EA 5 5 $ 4,047.52 $ 20,237.60 431 3349.2102 21" Parallel Headwall, 2 pipes 334940 EA 5 S $ 5,061.57 $ 2S,307.85 431 3349.2103 24" Parallel Headwall, 2 pipes 334940 EA 5 5 $ 5,143.80 $ 25,719.00 433 3349.2104 27" Parallel Headwall, 2 pipes 334940 EA 5 5 $ 7,329.39 $ 36,646.95 434 3349.2105 30" Parallel Headwall, 2 pipes 334940 CA 5 5 $ 9,289.12 $ 46,445.60 435 3349.300118" Strafght Headwall, l pipe 334940 EA 5 5 $ 2,242.08 $ 11,210.40 436 3349.300221" Strafght Headwall, l pipe 334940 EA 5 S $ 2,749.10 $ 13,745,50 437 3349.300324" Strafght Headwall, l pipe 334940 EA 5 5 $ 2,790.21 $ 13,951.05 438 3349.300427" Stra fight Headwall, l pipe 334940 EA 5 5 $ 3,516.50 $ 17,582.50 439 3349.300530" Stra fight Headwall, l pipe 334940 EA 5 5 $ 3,763.16 $ 18,815.80 440 13349.300633" Straight Headwall, l pipe 334940 EA 5 5 $ 4,962.21 $ 24,811.05 441 13349.3OD736" Strafght Headwall, l pipe 334940 EA 51 5 $ 5,099.25 $ 25,496.26 2020 Paving and Sidewalk Improvements Unit Price Construction Contract B of 13 Various City Project Numhem 004243 BID PROPOSAL Page 9 of 12 BIDITEM NO. Description Specification Section No. Unit of Measure quantity Range Quantity (Max per Range) Unit Price Bid Value 442 3349.30D839" Straight Headwall, l pipe 334940 EA 5 5 $ 6,503.85 $ 32,519.25 443 3349.3009 42" Straight Headwall, 1 pipe 334940 EA 5 5 $ 7,740.60 $ 38,703.00 444 3349.3010 45" Straight Headwall, I pipe 334940 EA 5 5 $ 5,859.38 $ 29,296.90 445 3349.301148" Straight Headwall, l pipe 334940 EA 5 5 $ 5,856.38 $ 29,281.90 446 3349,3101 18" Straight Headwall, 2 pipes 33 49 40 EA 5 5 $ 3,314.50 $ 16,572.50 447 3349.310221" Straight Headwall, 2 pipes 334940 EA 5 5 $ 4,328.56 $ 21,642.80 448 3349.3103 24" Straight Headwall, 2 pipes 334940 EA 5 5 $ 5,143.80 $ 25,719.00 449 3349.310427" Straight Headwall, 2 pipes 334940 EA 5 5 $ 7,822.71 $ 39,113.55 450 3349.3105 30" Straight Headwall, 2 pipes 33494D EA 5 5 $ 9,289.12 $ 46,445.60 451 3349.4103 18" SET, 1 pipe 334940 EA 5 5 $ 1,438.75 $ 71,193.75 452 3349.4104 21" SET, 1 pipe 33 49 40 EA 5 5 $ 1,945.78 $ 9,728.90 453 3349.4105 24" SET, 1 pipe 33 49 40 EA 5 5 $ 2,353.58 $ 11,767.90 454 3349A106 27" SET, 1 pipe 334940 EA 5 5 $ 3,079.87 $ 15,399.35 455 3349A107 30" SET,1 pipe 33 49 40 EA 5 5 $ 4,426.24 $ 22,131.20 456 3349A108 33" SFT,1 pipe 33 49 40 EA 5 5 $ 5,625.30 $ 28,126.50 457 3349A10936"SET, l pipe 334940 EA 5 5 $ 5,762.33 $ 28,811.65 458 3349A110 39" SET,1 pipe 334940 EA 51 5 $ 5,517.37 $ 27,586.85 4S9 3349A111 42" SET, 1plpe 334940 EA 5 5 $ 5,654.41 $ 28,272.05 460 3349.411245"SET, l pipe 334940 EA 5 5 $ 7,702.91 $ 38,514.55 461 3349.4113 48" SET, 1pipe 334940 EA 5 5 $ 8,114.01 $ 40,570.05 462 3349.4203 18" SET, 2 pipes 33 49 40 EA 5 5 $ 4,047.52 $ 20,237.60 463 3349A204 21" SET, 2 pipes 33 49 40 EA 5 5 $ 5,061.57 $ 25,307.85 464 13349.4205 24" SET, 2 pipes 33 49 40 EA 5 5 $ 5,876.82 $ 29,384.10 465 3349.4206 27"SET, 2 pipes 334940 EA 5 5 $ 9,062.78 $ 40,313.90 466 3349A207 30" SET, 2 pipes 334940 EA 5 5 $ 9,289A2 $ 46,445,60 467 3349.5001 10'Curb Inlet 334920 EA 5 5 $ 6,104.93 $ 30,524.65 468 3349.5002 15' Curh Inlet 3349 20 EA 5 5 $ 8,035A1 $ 40,177.05 469 3349.5003 20' Curb Inlet 334920 EA 5 5 $ 10,010.43 $ 50,052.15 470 3349.6001 10' Recessed Inlet 33 49 20 EA 5 5 $ 7,204.65 $ 36,023.25 471 3349.6002 15' Recessed Inlet 334920 EA 5 5 $ 9,135.12 $ 45,675.60 472 3349.600320'Recessed Inlet 334920 ILA 5 S $ 12,209.86 $ 61,04930 473 3349.70014'Dropinlet 334920 EA 5 5 $ 4,575,09 $ 22,875A5 474 3349.7002 VDrop Inlet 334920 EA 5 5 $ 7,135.86 $ 35,679.30 475 3349.7003 6'Drop Inlet 334920 EA 5 5 $ 9,417.46 $ 47,087.30 476 3349.800110'Type 2 Inlet 334920 EA 5 5 $ 6,929.72 $ 34,648.60 477 3349.8002 15'Type 2Inlet 334920 EA 5 5 $ 8,035A1 $ 40,177.05 478 3349.800320'Type 2 Inlet 334920 EA 51 51 9,563.00 $ 47,815.00 479 3349,9001 2' Grate Inlet 33 49 20 EA 5 5 $ 5,351.23 $ 26,756.15 489 3349.9002 3' Grate Inlet 33 49 20 EA 5 5 $ 6,516.02 $ 32,580.10 481 3349.90034'Grate Inlet 334920 EA 5 5 $ 8,229.62 $ 40,648.10 i BASE BID - UNITS - Utilities $ 4,758,799.36 UNIT F - Trans orl0reiri - . 492 3441.4001 Furnish/Install Alum Sign Mast Arm Mount 344130 EA 25 2$ $ 616.66 $ 15,416.50 483 3441.4002 Furnish/Install Alum Sign Ground Mount TxDOT Std, 344130 EA 25 25 $ 1,027.76 $ 25,694.00 494 3441.4003 Furnish/Install Alum Sign Ground Mount City Std. 344130 FA 25 25 $ 548.14 $ 13,703.50 495 3441A004 Furnish/install Alum Sign Ex. Pole Mount 344230 EA 25 25 $ 342.59 $ 8,564.75 486 3441A108 Remove Sign Panel and Past 344130 EA 25 25 $ 68.52 $ 1,713.00 487 3441A109 Remove Sign Panel 344130 EA 25 25 $ 34.26 $ 856.50 488 3441.4110 Remove and Reinstall Sign Panel and Post 344130 EA 25 25 $ 239.81 $ 5,995.25 499 3471.0001 Traffic Control 347113 MO 10110 $ 4,385.11 $ 43,851.10 490 3471.0002 Portable Message Sign 347113 1 WK I 50 50 $ 695.17 $ 34,258.50 BASE DID -UNIT6-Transportation $ 150,053.10 ��--_- UNIT 7-MU691aw1BWkrfis 491 9999.0001 Work Order Mobilization ($0-$100,OOD) U1700U EA 1 1 $ 5,000.00 $ 5,000.00 492 9999,0002 Work Order Mobilization($100,001-$300,000) 017000 EA 1 1 $ 10,O0B4O0 $ 10,000.00 493 9999.0003 Work Order Mobilization ($300,001- $600,000) 017000 EA 1 1 $ 20,000.00 $ 20,000.00 494 9999.0004 Work Order Mobilization($600,001+) 017000 FA 1 1 $ 30,000.00 $ 30,000.00 499 9999.0005 Remove Gravel Drive 024113 SF 1-50 50 $ 11.95 $ 597.50 51-20D 200 $ 8.82 $ 1,764.00 201+ 201 $ 5.59 $ 1,123.59 500 9999.0006 Remove Ballard EA 5 5 $ 102.75 $ 513.75 9999.00Ox Remove Conc Curb 024113 LF 100 100 $ 11,59 $ 1,159,00 501 9999.0007 Remove 5x2 Storm Line 024114 LF 100 100 $ 73.32 $ 7,33100 502 9999.0008 Storm Sewer Box Abandonment Ping 024114 EA 5 5 $ 986.49 $ 4,932AS 503 9999.0009 6" Integral Colored Concrete 03 35 13 SY 300 300 $ 111.52 $ 33,456.00 5114 9999.00107" Integral Colored Concrete 033513 SY 300 300 $ 120A,3 $ 36,129.00 505 9999.00118" Integral Colored Concrete 033513 SY 3001300 $ 129.27 $ 38,781.00 506 9999.0012 9" Integral Colored Concrete 03 35 13 SY 300 300 $ 138.56 $ 41,568.00 507 9999.001310" Integral Colored Concrete 033513 SY 300 300 $ 155.35 $ 46,605.00 2020 Paving and Sidewalk Improvements Unit Price Construction Contract 9.112 various City Project Numbers 00 42 43 BID PROFOSAL Page 10 of 12 BID ITEM NO. Description Specification Section No. Unit of Measure quantity Range Quantity (Max per Range Unit Price Bid Value 508 9999,0014 11" Integral Colored Concrete 033513 SY 300 300 $ 169.10 $ 50,730.00 509 9999.0015 12" Integral Colored Concrete 033513 SY 300 300 $ 174.37 $ 52,311.00 510 9999.0009 6" Stamped Integral Colored Concrete 033513 SY 300 300 $ 125.70 $ 37,710.00 511 9999DO107" Stamped Integral Colored Concrete 033513 SY 300 300 $ 135.75 $ 4D,725.00 512 9999.0011 a" Sta mped Integral Colored Concrete 033513 SY 300 300 $ 145.60 $ 43,680.00 513 9999.0012 9" Stamped Integral Colored Concrete 033513 SY 300 300 -$ 159.50 $ 47,850.00 514 9999-001310" Stamped Integral Colored Concrete 033513 SY 300 300 $ 169.81 $ 50,943.00 515 9999,001411" Stamped Integral Colored Concrete 033513 SY 300 300 $ 178.56 $ 53,568.00 516 9999A01512" Stamped Integral Colored Concrete 03 35 13 SY 300 300 $ 179.56 $ 53,868.00 517 5999.0016 Site Clearing 311000 SY Soo 500 $ 15.26 $ 7,630.00 516 19999,0017 2" Asphalt Base Type B 32 12 16 SY 2000 2000 $ 29.00 $ 56,000.00 519 9999.0029 3" Mountable Curb 321613 LF 150 150 $ 34.40 $ 5,160.c0 520 9999.0029 6" Mountable Curb 321613 LF 150 150 $ 40.47 $ 6,070.50 521 9999,0030 V' Conc Curb 321613 LF 100 100 $ 26.02 $ 2,602.00 522 9999.00318" C.". Curb 321613 LF 100 100 $ 27.65 $ 2,765.00 523 9999.003212"Concrete Retaining Wall (Truck Apron) 000000 LF 100 100 $ 40.89 $ 4,089.00 524 9999.003313" Concrete Rate fining Wall (Truck Apron) 000000 LF 100 100 $ 44.81 $ 4,481.00 525 9999.0034 14" Concrete Reta fining Wall (Truck Apron) c0 co Go LF 100 100 $ 49.97 $ 4,997.c0 526 9999.003515" Concrete Retafning Wall (Truck Apron) 0000 CD LF 100 100 $ 54.50 $ 5,450.00 527 9999.003616'Concrete Reta fining Wall (Truck Apron) 000000 LF 100 100 $ 59.13 $ 5,913.00 528 9999.003717" Concrete Retaining Wall (Truck Apron) 000000 LF 100 100 $ 64.36 $ 6,436.00 529 9999.c03818" Concrete Rota lning Wall (Truck Apron) 000000 LF 100 100 $ 69.30 $ 6,930.00 530 9999,003912" Conc Valley Gutter 321613 SY 100 100 $ 113.00 $ 11,300.00 531 9999.004018" Conc Valley Gutter 321613 SY 100 100 $ 140.00 $ 14,000.00 532 9999.0041 Lane Legend Yield 321723 EA 20 20 $ 205.55 $ 4,111.00 533 9999.0042 B" DOT Contrast Pvmt Marking {W} 32 17 23 LF Soo 500 $ 15.07 $ 7,535.00 534 9999.0043 19" DDT Contrast Pvmt Marking {W) 32 17 23 LF Soo 500 $ 20.56 $ 10,280.00 535 9999.0044 24" SLID Contrast Pvmt Marking (W) 32 17 23 LF 500 500 $ 28,78 $ 14,3%00 536 9999.0045 2' Diameter (W) Contrast Circle 32 17 23 EA 25 25 $ 10.28 $ 257.00 537 9999.0046 Lane Legend (W) Contrast Arrow 321723 FA 50 50 $ 445.36 $ 22,263.00 538 9999.0047 Lane Legend (W) Contrast Double Arrow 321723 EA 50 50 $ 561.84 $ 28,092.00 539 9999.0048 Lane Legend (W) Contrast Triple Arrow 321723 CA 50 50 $ 753.69 $ 37,684.50 540 9999.0049 Lane Legend (W) Contrast Word 321723 EA 50 50 $ 415.36 $ 22,268,00 541 9999.0050 18" Yield Triangles 321723 EA 50 50 $ 54.81 $ 2,740.50 542 9999.0051 Lane Legend (W) Ward 321723 EA 20 20 $ 342.59 $ 6,851.80 543 9999.00528" Raised Pavement Marker (Round) 321723 EA 20 20 $ 274.07 $ 5,481.40 544 9999.005318" DOT Pvmt Marking HAE (W) 321723 CA 200 200 $ 5.62 $ 1,124.00 545 9999.0054 Imported Embedment/Backfill, HES CLSM 33 05 10 CY 20 20 $ 280,60 $ 5,612,00 546 9999.0055 1"-2" Water Meter Box Replacement (Conc) 33 12 10 EA 5 5 $ 960.96 $ 4,80CSO 547 9999.0056 1"-2" Water Meter Box Replacement (Plastic) 33 12 10 EA 51 5 $ 892.45 $ 4,462-25 548 9999.0057 5x2 Box Culvert 33 41 10 LF 100 100 $ 370.50 $ 37,050.00 549 9999.0058 Furnish/Install Sign Panel 34 41 30 SF 100 100 $ 42.29 $ 4,229.00 550 9999.0059 TCP Detour Route 347113 EA 5 5 $ 4,229,33 $ 21,146.65 551 9999.0060 Concrete Street Header 000000 LF 300 ROG $ 22.80 $ 6,940.00 552 9999.0061 Temporary Lighting Tower 000000 MO 6 6 $ 274-07 $ 1,644A2 553 9999.0062 Irrigation Repair Allowance 1 000000 LS 1 1 $ 2,SCO.00 $ 2,500.00 554 9999.0063 Irrigation Repair Allowance 2 000000 LS 1 1 $ 5,00.00 $ 5,000.00 555 9999.0064 Landscaping Repair Allowance 1 000O00 LS 1 1 $ 2,500-00 $ 2,500.00 556 9999.0065 Landscaping Repair Allowance 2 000000 LS 1 1 $ 5,000.00 $ 5,000.00 557 9999.0066 FTW Wire Weir Inlet Protection {Install) c0 c0 c0 EA 5 5 $ 310.15 $ 1,550.75 558 9999.0067 FTW Wire Weir Inlet Protection (Remove) 00000o EA 5 5 $ 140.98 $ 704.90 559 9999.0068 Nail Down Curb, Plastic (W) 000000 LF 200 2C0 $ 139.00 $ 27,800.00 560 9999.0069 Nail Down Curb, Plastic (Y) 000000 LF 200 200 $ 139.00 $ 27,900.00 561 9999.0070 LED Raised Pvmt Mrkrs OOOOOD EA 20 20 $ 133.93 $ 2,678.60 562 9999.0071 Detectable Warning Surface 000000 SF 100 1001 87,05 $ 8,705.00 563 9999.0072Channelization Curbwith Plastic Dellneators 000000 LF 1DD 100 $ 78.95 $ 7,895.00 564 9999.0073 Plastic Delineators O00300 EA 50 50 $ 98.68 $ 4,934.00 565 9999.0074 Relocate Guy Wire 000000 EA 10 10 $ 422.93 $ 4,229.30 566 9999.0075 Temporary Construction Fence 000000 LF 200 200 $ 8A6 $ 11692.00 567 9999.0076 Pav Mrkg Thermo (Green) 000000 SF 200 200 $ 21.15 $ 4,230.00 568 19999.0077 Re -Grade Gravel Driveway 000000 SY 200 200 $ 15.11 $ 3,022.00 569 19999.0078 6" Gravel Transition 000900 SF 2001 200 $ 2.00 $ 400.00 BASE BID- UNIT 7- Non -Standard Items $ 1,213,683.66 UN(P •T4CQTElam% 570 0247 6053 FL RS (CMP IN PLC){TYD 43R1-2)(FNAL POS) Tx DOT Spec 247 CY 200 200 $ 90.61 $ 18,122.00 571 0310 6009 PRIME COAT (MC-30) Tx DOT Spec 310 GAL 50 50 $ 40.00 $ 2,000.00 572 0341 6008 D-GR HMA TY-B PG64-22 Tx DOT Spec 341 TON 250 250 $ 230.O9 $ 57,500.00 573 0341 6040 D-GR HMA TY-D PG64-22 Tx DOT Spec 341 TON 250 250 $ 240.00 $ 60,000.00 574 0354 6001 PLAN & TLBT ASPH CONC PAV(O" TO 1") Tx DOT Spec 354 SY 5000 5000 $ 3.00 $ 15,ODD.00 575 0354 6002 PLAN & TEXT ASPH CONC PAV(0" TO 2") Tx DOT Spec 354 SY 5000 5000 $ 4.O0 $ 20,000.00 576 0354 6003 PLAN & TEXT ASPH CONC PAV(0" TO 3"1 TxDOT Spec 354 5Y 5000 5000 $ 5.00 $ 25,000.00 2020 Paving and Sidewalk Improvements Unit Price Construction Contract lO o{ 12 Various City Project Numbers 00 42 43 BID PROPOSAL Page 11 of 12 BID ITEM NO. Description Specification Section Na. Unit Of Measure quantity Quantity (Max per flange Range) Unit Price Bid Value 577 0354 6004 PLAN & TEXT ASPH CONC PAV(0" TO 4") TKDOT Spec 354 SY Soon 5000 $ 5.00 $ 25,000.00 578 0354 6005 PLAN & TEXT ASPH CONC PAV(2" TO4") TxDOT Spec 354 SY 5000 5000 $ 6.00 $ 30,000.00 579 0354 6006 PLAN & TEXT ASPH CONC PAV(4" TO 6") TxDOT Spec 354 SY 5000 Soon $ 7.00 $ 35,000.00 580 0354 6007 PLAN & TEXT ASPH CONC PAV(6" TO 8") TxDOT Spec 354 SY 5000 5000 $ 10.00 $ 50,000.00 581 0360 W02 CONC PVMT (CONT R€INF - CRCP) (8") T%DDT Spec 36D SY lDDD 1000 $ 76.42 $ 76,420.00 582 03606003 CONC PVMT(CONT REINF- CRCP) (9") TxDOT Spec 360 SY logo 1000 $ 81.11 $ 81,11om 583 03606004 CONC PVMT(CONT REINF-CRCPJ(10") TxDOTSpec369 SY 1000 1000 $ 84.98 $ 84,980.00 594 03606005 CONC PVMT (CONT REINF-CRCP) (11") TxDOT Spec 360 SY 1000 1000 $ 94,38 $ 94,380100 585 03606D06 CONC PVMT (CONT REINF - CRCP) 112") TxDOT Spec 360 SY 1000 100D $ 99A4 $ 99,840.Oo 586 0360 W07 CONC PVMT (CONT REINF - CRCP) (13") TXDOT Spec 360 SY 1000 1000 $ 104.69 $ 104,690.00 587 0360 6019 CONC PVMT (JOINTED - CPCD) (8"1 TxDOT Spec 360 SY 11000 1000 $ 83.60 $ 83,600.00 588 0360 6019 CONC PVMT (JOINTED - CPCD) (9") TxDOT Spec 36D SY 1000 1000 $ 89.08 $ 89,080.00 589 03606020 CONC PVMT (JOINTED - CPCD) (10") TxDOTSpec 360 SY 1000 1000 $ 95.48 $ 95,480.00 590 04506048 SAIL(HANDRAIL)(TY B) TxDOTSpec450 LF 100 100 $ 116.48 $ 11,645.00 591 04506052 RAIL(HANDRAIL)(TY F) TxDOT Spec 450 LF 100 100 $ 14803 $ 14,803,00 592 04656152 INLET(COMPL)(PAZD)(RC)(3FTX3FT) TxDOT Spec 465 EA 5 5 $ 5,800.00 $ 29,000.00 593 0506 6002 ROCK FILTER DAMS (INSTALL) (TY 2) TxDOT Spec 506 LF 50 5o $ 20.56 $ 1,028.00 594 0506 6011 ROCK FILTER DAMS (REMOVE) TxDOT Spec 506 LF ISO 50 $ 10.96 $ 548.00 595 05066020 CONSTRUCTION EXITS (INSTALL)(TY 1) TxDOT Spec 506 SY 100 100 $ 41.56 $ 4,156.00 596 05066024 CONSTRUCTION EXITS (REMOVE) TxDOT Spec 506 SY 100 10o $ 14.08 $ 1,408.00 597 05066038 TEMP SEDMT CONT FENCE(INSTALL] TxDOTSpec 506 LF 200 200 $ 2.06 $ 412.00 598 05066039 TEMP SEDMT CONTFENCE(REMOVE) TxDOTSpec506 LF 200 200 $ 0.69 $ 138,00 599 0506 6041 BJODEG EROSN CONT LOGS (INSTL) (12") TxDOT Spec 506 LF 50 50 $ 7.54 $ 377.00 600 0506 6043 BIODEG EROSN CONT LOGS{REMOVE) TxDOT Spec 506 LF 50 SO $ 2.74 $ 137.00 601 0512 6009 PORT CYB (FUR & INST)(LOW PKOF)(TY 11 TxDOT Spec 512 LF Soo 500 $ 109.00 $ 54,500.00 602 05126010 PORT CTO{FUR& INST)(LOW PROF)(TY 2) TxDOT Spec 512 LF Soo 500 $ 109.00 $ 54,500.00 603 05126057 PORT CUR(REMOVE)(LOW PROF)(TY 1) TxDOT Spec 512 LF 500 Soo $ 19.32 $ 9,660.00 604 0512 6059 PORT CTB (RFMOVEJ(LOW PROF)(TY 2) TxDOT Spec 512 LF 500 500 $ 19.32 $ 9,560.00 605 05286001 COLORED TEXTURED CONC(4") TxDOTSpec528 SY 200 200 $ 195.00 $ 39,000.00 606 0528 6002 COLORED TEXTURED CONC (6"1 TxDOTSpec 528 SY 200 200 $ 135.00 $ 27,000.00 607 05286003 COLORED TEXTURED CONC(8") TxDOTSpec528 SY 200 200 $ 141.00 $ 28,200.00 608 0528 6009 COLORED TEXTURED CONC (10") TxDOT Spec 528 I SY 200 2001 S 169.00 $ 33,900.00 609 0529 6002 CONC CURB (TV I I) TxDOT Spec 529 LF 100 100 $ 28.00 $ 2,800.00 610 0529 6007 CONC CURB & GUTTER (TY I) TxDOT Spec 529 LF 100 100 $ 45,01 $ 4,501.00 fill 0529 6008 CONIC CURB & GUTTER (TY IF) TxDOT Spec 529 LF 100 100 $ 52.00 $ 5,200.00 612 105296011 CONC CURB {DOWEL) TxDOT Spec 529 LF 100 100 $ 27.00 $ 2,700.00 613 05296024 CONC CURB (MOUNTABLE) TxDOT Spec 529 LF 100 100 $ 45.00 $ 4,500.00 614 05306004 DRIVEWAYS (CONC) TxDOTSpec 530 SY 500 500 $ 75.00 $ 37,500.00 615 05306005 DRIVEWAYS(ACP) TxDOTSpec530 SY Soo Soo $ 55.00 $ 21,500.00 616 05316001 CONC SIDEWALKS 44") TxDOT Spec 531 SY 300 300 $ 56.00 $ 16,800.00 617 05316DD3 CONC SIDEWALKS (6") TxDOT Spec 531 SY 3f10 300 $ 66.00 $ 19'Romo0 618 06316004 CURB RAMPS (TY 1) TxDOT Spec 531 EA 10 10 $ 2,200.19 $ 22,001.90 619 105316005 CURB RAMPS (TY 2) TxDOT Spec 531 EA 10 10 $ 2,356.08 $ 23,560.80 620 05316006 CURB RAMPS (TY 3) TxDOT Spec 531 EA 10 10 $ 2,421.72 $ 24,217.20 621 0531 007 CURB RAMPS (TY 4) TxDOT Spec 531 EA 10 10 $ 2,200.00 $ 22,00D.00 622 05316008 CURB RAMPS (TY 5) TxDOT Spec 531 EA 10 10 $ 2,620.33 $ 26,203.30 623 05316009 CURB RAMPS (TY 6) TxDOTSpec 531 FA 10 10 $ 2,217.10 $ 22,171.00 624 05316010 CURB RAMPS (TY 7) TxDOTSpec 531 EA 10 10 $ 2,253.71 $ 22,537.10 625 05316011 CURB RAMPS(TY 81 TxDOT5pec531 EA 10 10 $ 2,171.63 $ 21,716.30 626 05316012 CURB RAMPS(TY9) TxDOT Spec 531 EA 10 ID $ 1,700.00 $ 17,000.00 627 05316013 CURB RAMPS (TY 10) TxDOT Spec 531 LA 10 10 $ 2,171.63 $ 21,716.30 628 6531 6014 CURB RAMPS (TY 11) TxOOT Spec 531 EA 10 10 $ 2,214.SS $ 22,148.50 629 0531 6015 CURB RAMPS (TY 20) TxDOT Spec 531 EA 10 10 $ 2,840,16 $ 28,401.60 630 05316016 CURB RAMPS (TY 21) TxDOT Spec 531 EA 10 101 $ 2,034.59 $ 20,345.90 631 05316017 CURB RAMPS (TY 22) TxDOT Spec 531 EA 10 30 $ 3,593.29 S 35,932.90 632 05316018 CURB RAMPS (TV 1) TxDOT Spec 532 SY 100 100 $ 215.00 $ 21,500.00 633 05316019 CURB RAMPS (TY 2) T%DDTSpec 531 SY 100 l00 $ 155.00 $ 15,500.00 634 05316020 CURB RAMPS (TY 3) TxDOTSpec 531 SY 100 100 $ 156.O0 $ 15,600.00 635 05316021 CURB RAMPS(TY4) TxDOTSpec531 SY 100 100 $ 178.00 $ 17,800.00 636 0531 SD22 CURB RAMPS JTY5) TKOOT Spec 531 SY 100 100 $ 251.00 $ 25,100.00 637 05316023 CURB RAMPS (TY 6) TxDOT Spec 531 SY 1001100 $ 216.00 $ 21,600,00 6 g531 61124 CURB RAMPS (TY 7) TXDOT Spec S31 I SY 1 100 100 $ 220.00 $ 22,000.00 M639 0531 6025 CURB RAMPS (TY 8) TxDOT Spec S31 I SY 100 ]00 $ 176-00 $ 17,600.00 202D Paving and Sidewalk Improvements Unit Price Construction Contract 11 of 12 Various City Project Numbers DO 42 43 BID PROPOSAL Page W of 12 BID ITEM NO. Description Specification Section Na. Unit of MeaSUre Quantity Range Quantity {Max per Range) Unit Price Bid Value 640 0531 6026 CURB RAMPS (TY 9) TxDOT Spec 531 SY 100 100 $ 142.00 $ 14,200.00 641 0531 6027 CURB RAMPS (TY 10) TxDOT Spec 531 SY 100 100 $ 212,00 $ 21,200.00 642 0531 6028 CURB RAMPS (TY 11) TxDOT Spec 531 SY 100 Leo $ 216.00 $ 21,600.00 643 0531 6029 CURB RAMPS (TY 20) TxDOT Spec 531 SY 100 100 $ 162.00 $ 16,200.00 644 0531 6030 CURB RAMPS (TY 21) TxDOT Spec 531 SY 100 100 $ 400.00 $ 40,000.00 645 9531 6031 CURB RAMPS (TY 22) TxDOT Spec 531 SY 100 100 $ 139.00 $ 13,900.00 646 0531 6032 CONC SIDEWALKS (SPECIAL) (TYPE A) TxOOT Spec 531 SY 200 2e0 $ 225.00 $ 45,000.00 647 5316033 CONC SIDEWALKS (SPECIAL) (TYPE B) TxUOT Spec 531 Sy 200 200 $ 240.00 $ 48,000.00 648 5316057 CONC SIDEWALK(SPECIAL)(RETAINING WALL TxOOT Spec 531 SF 200 )00 $ 121.00 $ 24,200.00 649 0536 6002 CONC MEDIAN TxDOT Spec 536 SY 400 400 $ 84.00 $ 33,600.00 650 10536 6005 CONCRETE MEDIAN (NOSE) TxDOT Spec 535 SY 100 100 $ 144.00 $ 14,400.00 651 05366006 CONC MED[AN(MONO NOSE) TxDOT Spec 536 SY 100 100 $ 154.00 $ 35,400.00 652 0540 6001 MTL W-BEAM GD FEN (TIM POST( TxDOT Item 540 LF 200 200 $ 30.00 $ 6,000.00 653 0540 5002 MTL W-BEAM GD FEN (STEEL POST( Tx DOT Item 540 LF 200 200 $ 38.06 $ 7,612.00 654 05406005 TERMINAL ANCHOR SECTION TxDOT Item 540 EA 20 20 $ 1,000.00 $ 20,000.00 655 0542 6001 REMOVE METAL BEAM GUARD FENCE TxDOT Item 542 LF 100 100 $ 5.64 $ 564.00 656 05446001 GUARDRAIL END TREATMENT(INSTALL) TxDOT Item 544 EA 5 5 $ 5,000.00 $ 25,000.00 GS7 0644 6001 M SM RD SN SUP&AM TY10BWG(1)SA(P) TxDOT Item 644 EA 1 20 20 $ 740.00 $ 14,800.00 659 0644 6004 IN SM RD SN SUP&AM TYl0BWG(1)SA(T) TxDOT Item 644 EA 20 20 $ 800.00 $ 16,000.00 659 06446007 IN SM RD SN SUP&AM TYIOBWG(1)SA(U) TxDOT Item 644 EA 20 20 $ 1,150.00 $ 23,000.00 660 0644 $027 €N SM RD SN SUP&AM TYS80(1)SA(P) Tx DOT Item 644 EA 20 20 $ 1,020.00 $ 20,400.00 661 0644 6030 IN SM RO SN SUP&AM TYS80(1)SA(T) TxDOT Item 644 EA 20 20 $ 1,100.00 $ 22,000.00 662 0644 5033 IN SM RD SN SUP&AM TYSBO(1)SA(U) TxDOT Item 644 EA 20 20 $ 1,150.00 $ 23,000.00 BASE BID - UNIT$ -TMDOT ItemSj 2,561,206.80 BASE BID SUMMARY UNIT TOTAL BASE BID BASE BID - UNIT 1- General Requirements $ 192,784.00 BASE BID - UNIT 2 - Existing Conditions $ 1,910,383.45 BASE BID - UNIT 3-Earthwork $ 333,669.35 BASE BID- UNIT4 - Exterior Improvements $ 4,794,482.68 BASE BID - UNITS - Utilities $ 4,758,799.36 BASE BID - UNIT 6-Transportation $ 150,053.10 BASE BID - UNIT 7-Non-Standard Items $ 1,213,683.66 BASE BID - UNITE -TKDOT Items $ 2,561,206.80 TOTAL BASE BID I $ 15,915,062.40 2020 Paving and Sidewalk Improvements Unit Price Construction Contract 12 of 12 Various City Project Numbers SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 00 43 13 BID BOND Page 1 of 2 That we, The Pain Group, Inc. , known as "Bidder" herein and I 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 (a%) 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 Paving and Sidewalk Improvements Unit Price Construction Contract NOW, THEREFORE, the condition of this obligation Is such that if the City shall award the Contract for the foregoing project to the Principal, and the Principal shall satisfy all requirements and conditions required for the execution of the Contract and shall enter into the Contract In writing with the City in accordance with the terms of such same, then this obligation shall be and become null and void, if, however, the Principal fails to execute such Contract in accordance with the terms of same or fails to satisfy all requirements and conditions required for the execution of the Contract, this bond shall become the property of the City, without recourse of the Principal and/or Surety, not to exceed the penalty hereof, and shall be used to compensate City for the difference between Principal's total bid amount and the next selected bidder's total bid amount. PROVIDED 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. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 7th day of November, 2019. ATTEST O, Witness as to Principal CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 PRINCIPAL: The Pain Group, Inc. BY: S re N#meVn*1t1e—a&A< 2020 Paving and Sidewalk Improvements Unit Price Construction contract Various City Project Numbers' Witness aN to Surety Muni Rabah, Bond Account Manager 00 4313 BID BOND Page 2 of 2 Address: 2500 Great Southwest Parkway wort Worth. TX 76106 Address: 2255 Ridge Rd., Ste. 333 Rockwall, TX 75087 Telephone Number; 972-772-7220 Attach Power of Attorney (Surety) for Attorney -in -Fact *!Vote: If signed by an officer of the Surety Company, there must be on fife 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, bath 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 Paving and Sidewalk Improvements Unit Price Construction Contract Form Revised 20171109 Various City Project Numbers THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME POWER # AND ISSUED PRIOR TO (IUMIG, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 4220012 14 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co. CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Men by These Presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to Individually as a 'Company' and collectively as 'Companies,' duly organized and existing under the laws of the State of Ohio, and having Its principal office In Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint TONY FIERRO, JOHNNY MOSS, JAY JORDAN, MISTIE BECK, JEREMY BARNETT, JADE PORTER, ROBERT 0. KANUTH, JARRETT WfLLSON, JACK NOTTINGHAM, JOINTLY OR SEVERALLY of ROCKWALL and State of TX Its true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred In Its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognixances, undertakings, or other Instruments or contracts of sureq+ship---------------- - - - - -- ----- • - -•------ _- _-- - - - - -- -. LIMITATION. THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE GUA-14AIWIT, OR BANK DEPOSITORY SONDS. and to bind any of the Companies thereby as fully and to the same extent as If such bonds were signed by the President, sealed with the corporate sea! of the applicable Company and duly attested by Its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do In the premises. Said appointment Is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: 'Be It Resolved, that the President, any Sanlor Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -fin -Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -In -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of Indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such Instruments so executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary,' 'Be ft Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which It is attached.' (Each adopted at a meeting held on February $, 2000), In Witness Whereof, WESTFIELD INSURANC9 COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 03rd day of APRIL A.D., 2018 . corporate ��ytgA S,'`t`ONALi a,� .•�' WESTFIELD INSURANCE COMPANY Seals �,..�••...,L� ,,9�a?:.. ••••--.!�sG ;�+'` .....,,,k`�. WESTFIELD NATIONAL INSURANCE COMPANY v Affixed OHIO FARMERS INSURANCE COMPANY SEAL _ _ ®' -6 1846 State of Ohio- / rrr�n„u,,,,o`'• ` r�ryrx„i,a„rn+` "•d By Dennis P. Saus, National Surety leader and County of Medina ss.: Senior Executive On this 03rd day of APRIL A.D., 2018 , before me personally came Dennis P. Baus to me known, who, being by me duly sworn, did depose and say, that he resides In Wooster, Ohio; that he Is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which executed the above Instrument; that he knows the seals of said Companies; that the seals affixed to said Instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial ,µWIWM Sealexed . 1 A t. Affixed O 11jf`_ State of Ohio �}► ' ,�o County of Medina ss.: David A. Kotnik, Attorney at Law, Notary Public My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which Is still In full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are In full force and effect. In/DWitness �Where�//rllyyyof,iI have hereunto set my hand and affixed the seals of sold Companies at Westffeld Center, Ohio, this day of �}fi �iV I RV. YwyN.l� V, f 4j5*1.1w[ n`Iee[r,1, Jt[QI:�/IMI f SEAL6. _:.o: �•.,-- ¢ '" Frank A, Carrino, Secretary BPOAC2 (combined) (06-42) IMPORTANT NOTICE STATE OF TEXAS COMPLAINT PROCEDURES 1, IMPORTANT NOTICE AVISO IMPORTANTE To obtain information or make a complaint: 2. You may contact your agent. 3. You may call Westfield Insurance Company, Westfield National Insurance Company, and/or Ohio Farmers Insurance Company's toil -free telephone number for information or to make a complaint at: 1-800-243-0210 4. You may also write to Westfield Insurance Company, Westfield National Insurance Company, and/or Ohio Farmers Insurance Company at: Attn: Bond Claims One Park Circle P0Box 5001 Westfield Center, OH 44251-5001 Fax #330-887-0840 5. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252.3439 6. You may write to the Texas Department of Insurance, Consumer Protection Section (MC 111-1A). P.Q. Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail. ConsumerProtectionatdi.texas.Qoy 7. PREMIUM OFF CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the agent, Westfield Insurance Company, Westfield National Insurance Company, or Ohio Farmers Insurance Company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. 8, AT TACH THIS NOT ICE TO YOUR POLICY: This notice is for Information only and does not become a part or condition of the attached document BD5430 (06-15) Para obtener informacion o para someter una queja: Puede comunicarse con su (title) al (telephone number). listed puede Ilamar al numbro de telefono gratis de Westfield Insurance Company, Westfield National Insurance Company, and/or Ohio Farmers Insurance Company's para informacion o para someter una queja al: 1-800-243-0210 listed tambien puede escribir a Westfield Insurance Company, Westfield National Insurance Company, and/or Ohio Farmers Insurance Company: Attn: Bond Claims One Park Circle P0Box 5001 Westfield Center, OH 44251-5001 Fax #330.887-0840 Puede comunicarse con el Departamento de Sequros de Texas para obtener informacion acerca de companies, coberturas, derechos o quejas al: 1-800-252.3439 Puede escribir al Departamento de Seguros de Texas, Consumer Protection Section (MC 111-1A): P.O. Sox 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtee ion@tdi.texas.-q DISPUTAS SOBRE PRIMAS O RECIL.AMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente, Westfield Insurance Company, Westfield National Insurance Company, o Ohio Farmers Insurance Company primem. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA. Este aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. 00 43 37 ODOR COMPLtANGE To STATE LAW Page I of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the Iowest 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 NIA our principal place of business, are required to be WA percent lower than resident bidders by State Law_ A copy of the statute is attached. Nonresident bidders in the State of NIA , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. BIDDER: The Fain Group, Inc_ 2500 Gre_t Southwest Pkwy Fort Worth, Tx, 76106 END OF SECTION By: Larry Frazier (Signature) /10T e: President Date: 11/07/2019 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2020 Paving and Sidewafk Improvements Unit Price Construction Contract Form Revised 20110627 Various City Project Numbers 004511-1 BIDDERS PREQUALIFICATIONS Pagel of 3 1 SECTION 00 45 11 2 BIDDERS PREQUALIFICATIONS 4 1. Summary. All contractors are required to be prequalified by the City prior to submitting 5 bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification 6 Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is 7 not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder 8 Prequalification Application in accordance with the requirements below. 9 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 financial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed financial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Fonnation, LLC 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application. 26 (1) The firm's Texas Taxpayer Identification Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxP and fill out the 30 application to apply for your Texas tax ID. 31 (2) The firm's e-mail address and fax number. 32 (3) The finn's DUNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DUNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequalification Requirements 41 a. Financial Statements. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 004511-2 BIDDERS PREQUALIFICATIONS Page 2 of 3 1 (2) To be satisfactory, the financial statements must be audited or reviewed 2 by an independent, certified public accounting firm registered and in 3 good standing in any state. Current Teas statues also require that 4 accounting firms performing audits or reviews on business entities within 5 the State of Texas be properly licensed or registered with the Texas State 6 Board of Public Accountancy. 7 (3) The accounting firm should state in the audit report or review whether 8 the contractor is an individual, corporation, or limited liability company. 9 (4) Financial Statements must be presented in U.S. dollars at the current rate 10 of exchange of the Balance Sheet date. 11 (5) The City will not recognize any certified public accountant as 12 independent who is not, in fact, independent. 13 (6) The accountant's opinion on the financial statements of the contracting 14 company should state that the audit or review has been conducted in 15 accordance with auditing standards generally accepted in the United 16 States of America. This must be stated in the accounting firm's opinion. 17 It should: (1) express an unqualified opinion, or (2) express a qualified 18 opinion on the statements taken as a whole. 19 (7) The City reserves the right to require a new statement at any time. 20 (8) The financial statement must be prepared as of the last day of any month, 21 not more than one year old and must be on file with the City 16 months 22 thereafter, in accordance with Paragraph 1. 23 (9) The City will determine a contractor's bidding capacity for the purposes 24 of awarding contracts. Bidding capacity is determined by multiplying the 25 positive net working capital (working capital = current assets — current 26 liabilities) by a factor of 10. Only those statements reflecting a positive 27 net working capital position will be considered satisfactory for 28 prequalification purposes. 29 (10) In the case that a bidding date falls within the time a new financial 30 statement is being prepared, the previous statement shall be updated with 31 proper verification. 32 b. Bidder Prequalification Application. A Bidder Prequalification Application must be 33 submitted along with audited or reviewed financial statements by firms wishing to be 34 eligible to bid on all classes of construction and maintenance projects. Incomplete 35 Applications will be rejected. 36 (1) In those schedules where there is nothing to report, the notation of 37 "None" or "NIA" should be inserted. 38 (2) A minimum of five (5) references of related work must be provided. 39 (3) Submission of an equipment schedule which indicates equipment under 40 the control of the Contractor and which is related to the type of work for 41 which the Contactor is seeking prequalification. The schedule must 42 include the manufacturer, model and general common description of 43 each piece of equipment. Abbreviations or means of describing 44 equipment other than provided above will not be accepted. 45 46 3. Eligibility to Bid 47 a. The City shall be the sole judge as to a contractor's prequalification. 48 b. The City may reject, suspend, or modify any prequalification for failure by the 49 contractor to demonstrate acceptable financial ability or performance. 50 c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised duly 1, 2011 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 1 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid 2 the prequalified work types until the expiration date stated in the letter 3 4 5 6 7 8 END OF SECTION 0 CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 2 4 5 G 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 0045 12-1 PRLQUALIFICA"11ON STATI-MUNT Page I of 1 SECTION 00 45 12 PREQUALIFICXI-ION STATEMENT Each Bidder for a City Procurement is required to complete the information below by identifying the prequalifled contractors and/or subcontractors wlhorn they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Prequalification CompanyName Expiration Date Water Distribution, Urban and Renewal, 12 inch diameter or The Fain Group, Inc. 4/30/2020 smaller CCTV, 12-inches and smaller The Fain Group, Inc. 4/30/2020 Sewer Cleaning. 12 inches and smaller The Fain Group, Inc. 4/30/2020 Asphalt Paving Construction/Reconstruction LESS THAN (15,000 square The Fain Group, Inc. 10/l/2021 yards) Concrete Paving Construction/Reconstruction The Fain Group, Inc. 10/1/2021 LESS THAN (15,000 square yards) The undersigned (hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types ii:;ted. BIDDER: The Fain Group, Inc. Company 2500 Great Southwest Pkwy� Address Fort Worth/ TX/ 76106 City/State/Zip By: — Larry Frazier (Please Print) Signature: Title: resident (Please Print) Date: 11 /07/2019 END OF SECTION CITY OF FORT WORTH 2O20 Paving and Sideaxralk Improvements Unit Price Construction Contract STANDARD CONS] RUCCION SPI-CIFICATION DOCUMENTS VaTIOUSCit- Project Numbers RcA ised Jul- I.2011 lWORTH SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Mark only one: Name under which you wish to qualify Individual Limited Partnership General Partnership Corporation Limited Liability Company i Post Office Box City State Zip Code Street Address (required) City State Zip Code i Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" 0045 13 -2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling --- 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 00 45 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORK CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inehes and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less U Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH . 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 0045 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of S 1. List equipment you do not own but which is available by renting I DESCRIPTION OF EQUIPMENT I NAME AND DETAILED ADDRESS OF OWNER 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in had: construction work has your organization (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5.Have you ever failed to complete any work awarded to you? — If so, where and why?. 6. Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract?, If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 004513-5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? 9. Have you ever performed any work for the City? If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. I NAME OF FIRM OR COMPANY I DETAILED ADDRESS f11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, list any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 0045 13 - 6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents If a partnership: State of Organization Date of organization is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Secretary Treasurer Limited Partners (if applicable) LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH 2O20 Paving and Sidewa k Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 004513-7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 14. Equipment TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCE S14EET VALUE 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 Various - TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as "various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH . 2020 Paving and Sidewalk improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the parry to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 904:5 13-S RIDDFR PRFQUAIJFICATION APPLICATION Page 8 of t9 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF Texas COUNTY OF Tarrant The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given, that this statement is for the express purpose of inducing [tie party to whom it is submitted to award the submitter a contract-, and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information. while this statement is in force, necessary to verify said statement. Larry Frazier , being duly sworn, deposes and says that he/she is the President of The Fain Group, Inc. , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition, that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: The Fain Group, Inc. Signature: Sworn tD before me this '4 day of 00,?CYN\�e_f C719 Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. a {DONNA CHAPPELL Notary Public, State of TexasComm. Expires 07/12/2022 Notary ID 253436-9 CITY OF FORT NVORTII ?t120 Paving and 3idexxalk Improvements Umt Price Constriction Conhact STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS VariDUS Cite Project Numhers Revised December 20 201-1 W4526- I CONTRACTOR COMPLIANCE WIT116VORKF-WS COMPENSATION I_NW Page IofI t 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. Various Project Numbers. Contractor further certifies that. pursuant to Texas Labor 6 Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of 7 compliance with worker's compensation coverage. 8 9 CONTRACTOR. 10 I I The Fain Group, Inc. By: Larry Frazier 12 Company (Please Print) 13 14 2500 Great_ Southwest Pkwy Signature: 15 Address 16 17 Fort Worth/ TX/ 76106 Title: President 18 City/State/Zip (Please Print) 19 20 21 THE STATE OF TEXAS § 22 23 COUNTY OF TARRANT § 24 25 BEFORE ME, the undersigned authority, oil this day personally appeared 26 LO-rt-71 Fi; a2 j e r _- , known to me to be the person whose name is 27 subscribed to t the foregoing ills rument, and acknowledged to nee that hetshe executed the same as 28 the act and deed of rC,6 Ar rl, - 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 32 204 33 34 35 d � 36 Notary Public in and for the StatJ c1f Texas 37 38 END OF SECTION 39 E(ss DONNA CHAPPELL otary Public, State of Texas Comm. Expires 07/12/2022 Notary ID 2534: CITY OF FORT WORTH 2O20 Fax i iQ and SidemAk Iml)rovenoems Unit Price Constnletion Contract STANDARD CONSTRUCTION SPECIFICATION DOClimr-NTS Various Cite Project Numbers Rex iced lulc 1- 2011 004540-1 Minority Business Enterprise Specifications Page 1 of 2 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 SECTION 00 45 40 Minority Business Enterprise Specifications APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 10% of the total bid value of the contract (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. -fhe Offeror shalf dclivc;l' the , BF- dokl umentation iii person to the appropriate employee of the piuvii lsing divir:igftm ld obtain a dateitiine receipt. Such rcceipT shall be evidence that the C i Ey rc u L! ivcci I lie docuttlevtt ..tri ' tune allocated. A faxed and/or emailed copy wL1l qs +<,be:>�cceP��ci 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised June 9, 2015 00 45 40 - 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 CITVS BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICAITON PERIOD OF THREE YEARS. 7 Any Questions, Please Contact The M/WBE Office at (817) 212-2674. 8 END OF SECTION 10 11 CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised June 9, 2015 2 SECTION 00 52 43 AGREEMENT 005243-1 Agreement Page I of 6 3 THIS AGREEMENT, authorized on January 28th, 2020 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 The Fain Group, Inc., authorized to do business in Texas, acting by and 6 through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 8 follows: 9 Article 1. WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 2020 Paving and Sidewalk Improvements Unit Price Construction Contract I6 Various -City Project Numbers 17 18 Article 3. CONTRACT PRICE 19 City agrees to pay Contractor for performance of the Work in accordance with the Contract 20 Documents an amount, in current funds, of as determined in each task order supplemental to this 21 Agreement. At no time shall the contract total exceed FIVE MILLION DOLLARS 22 J$5,000,000.00) without written approval from the City of port Worth City Council, 23 Article 4. CONTRACT TIME 24 4.1 Final Acceptance. 25 The Work will be complete for Final Acceptance within the number of days specified in 26 each task order. 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 delay 34 (but not as a penalty), Contractor shall pay City five hundred Dollars ($500.00) for each 35 day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City 36 issues the Final Letter of Acceptance. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised 11.15.17 1 00 52 43 - 2 Agreement Page 2 of 6 37 4.3 Time is of the essence. 38 The Contract time period is one calendar year from the Effective Date or the expiration of 39 the dollar amount identified in Article 4, as it may be amended from time to time by 40 Change Order or otherwise, whichever occurs last ("Time Period"). All time limits for 41 Milestones, if any, and Final Acceptance as stated in the Contract Documents are of the 42 essence to this Contract. All work shall be defined through task orders to be identified 43 prior to the end of the Time Period. Actual work to be completed per this Agreement may 44 extend beyond the Time Period's end so long as the task order was issued prior to the i 45 expiration of the Time Period. 46 47 4.4 Renewals 48 This Contract may be renewed up to two (2) additional terms at the earlier of the expiration 49 of contract funds or contract time under the same terms, conditions, and unit prices. 50 51 Article 5. CONTRACT DOCUMENTS 52 5.1 CONTENTS: 53 A. The Contract Documents which comprise the entire agreement between City and 54 Contractor concerning the Work consist of the following 55 1. This Agreement. 56 2. Attachments to this Agreement: 57 a. Bid Form 58 1) Proposal Form 59 2) Vendor Compliance to State Law Non -Resident Bidder 60 3) Prequalification Statement 61 4) State and Federal documents (project specific) 62 b. Current Prevailing Wage Rate Table 63 c. Insurance ACORD Form(s) 64 d. Payment Bond 65 e. Performance Bond 66 f. Maintenance Bond 67 g. Power of Attorney for the Bonds 68 h. Worker's Compensation Affidavit 69 i. MBE Utilization Form 70 3. General Conditions. 71 4. Supplementary Conditions. 72 5. Specifications specifically made a part of the Contract Documents by attachment 73 or, if not attached, as incorporated by reference and described in the Table of 74 Contents of the Project's Contract Documents. 75 6. Drawings. 76 7. Addenda. 77 8. Documentation submitted by Contractor prior to Notice of Award. 78 9. The following which may be delivered or issued after the Effective Date of the 79 Agreement and, if issued, become an incorporated part of the Contract Documents: 80 a. Notice to Proceed. 81 b. Field Orders. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised 11.15.17 005243-3 Agreement Page 3 of 6 82 c. Change Orders. 83 d. Letter of Final Acceptance. 84 85 Article 6. INDEMNIFICATION 86 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 87 expense, the city, its officers, servants and employees, from and against any and all 88 claims arising out of, or alleged to arise out of, the work and services to be performed 89 by the contractor, its officers, agents, employees, subcontractors, licenses or invitces 90 under this contract. This indemnification provision is specifically intended to operate 91 and be effective even if it is alleged or proven that all or some of the damages being 92 sought were caused in whole or in part, by any act omission or negligence of the ci 93 This indemnity provision is intended to include, without limitation, indemnity for 94 costs, expenses and legal fees incurred by the city in defending against such claims and 95 causes of actions. 96 97 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 98 the city, its officers, servants and employees, from and against any and all loss, damage 99 or destruction of property of the city, arising out of, or alleged to arise out of, the work 100 and services to be performed by the contractor, its officers, agents, employees, 101 subcontractors, licensees or invitees under this contract. This indemnification 102 provision is specifically intended to operate and be effective even if it is alleged or 103 proven that all or some of the damages being sought were caused, in whole or in part, 104 by anv act, omission or nealiaence of the city. 105 106 Article 7. MISCELLANEOUS 107 7.1 Terms. 108 Terms used in this Agreement which are defined in Article I of the General Conditions will 109 have the meanings indicated in the General Conditions. 110 7.2 Assignment of Contract. III This Agreement, including all of the Contract Documents may not be assigned by the 112 Contractor without the advanced express written consent of the City. 113 7.3 Successors and Assigns. 114 City and Contractor each binds itself, its partners, successors, assigns and legal 115 representatives to the other party hereto, in respect to all covenants, agreements and 116 obligations contained in the Contract Documents. 117 7.4 Severability. 118 Any provision or part of the Contract Documents held to be unconstitutional, void or 119 unenforceable by a court: of competent jurisdiction shall be deemed stricken, and all 120 remaining provisions shall continue to be valid and binding upon CITY and 121 CONTRACTOR. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised 11.15.17 00 52 43 - 4 Agreerncnt Page 4 of 6 122 7.5 Governing Law and Venue. 123 This Agreement, including all of the Contract Documents is performable in the State of 124 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 125 Northern District of Texas, Fort Worth Division. 126 7.6 Authority to Sign. 127 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 128 than the duly authorized signatory of the Contractor. 129 130 7.7 Prohibition On Contracts With Companies Boycotting Israel. 131 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 132 Code, the City is prohibited from entering into a contract with a company for goods or 133 services unless the contract contains a written verification from the company that it: (1) 134 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. 135 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 136 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 137 certifies that Contractor's signature provides written verification to the City that 138 Contractor. (I) does not boycott Israel; and (2) will not boycott Israel during the term of 139 the contract. 140 141 7.8 Immigration Nationality Act. 142 Contractor shall verify the identity and employment eligibility of its employees who 143 perform work under this Agreement, including completing the Employment Eligibility 144 Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of 145 all I-9 forms and supporting eligibility documentation for each employee who performs 146 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 147 establish appropriate procedures and controls so that no services will be performed by any 148 Contractor employee who is not legally eligible to perform such services. 149 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 150 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 151 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 152 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 153 Contractor, shall have the aright to immediately terminate this Agreement for violations of 154 this provision by Contractor. 155 156 7.9 No Third -Party Beneficiaries. 157 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 158 and there are no third -party beneficiaries. 159 CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Constriction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised 11.15.17 005243-5 Agreement Page 5 of 6 160 7.10 No Cause of Action Against Engineer. 161 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 162 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 163 subcontractors, for any claim arising out of, in connection with, or resulting from the 164 engineering services performed. Only the City will be the beneficiary of any undertaking by 165 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 166 whether as on -site representatives or otherwise, do not make the Engineer or its personnel 167 in any way responsible for those duties that belong to the City and/or the City's construction 168 contractors or other entities, and do not relieve the construction contractors or any other 169 entity of their obligations, duties, and responsibilities, including, but not limited to, all 170 construction methods, means, techniques, sequences, and procedures necessary for 171 coordinating and completing all portions of the construction work in accordance with the 172 Contract Documents and any health or safety precautions required by such construction 173 work. The Engineer and its personnel have no authority to exercise any control over any 174 construction contractor or other entity or their employees in connection with their work or 175 any health or safety precautions. 176 177 SIGNATURE PAGE TO FOLLOW 178 CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised 11,15.17 179 180 181 182 I83 184 185 186 187 188 189 190 191 00 52 43 - 6 Agreement Page 6 of 6 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: The Fain Group, Inc. By: Nibature) Y 9A71AL (Printed Name) Title: President Address: 2500 Great Southwest Pkwy City/State/Zip: Fort Worth, TX 76106 1.11 Date City of Fort Worth By: �iu U-1 D atA'B'& ff JR44m As stant ity Manager Date 2 )) V1Z02-0 Attest: City S+ (Seal) M&C 20-0047 Date: January 28, 2020 Form 1295 No. 2019- (o14¢ Icl Contract Compliance Manager: By signing, I acknowledge that I am the person responsible for the monitoring and administration of this contract, including ensuring all performance and reporting reggkrements. _ Chad Allen, P.E. Senior Professional Engineer Ap raved o For and Legality: Q DOUg . PBIZ�-- Assistant City Attorney APPR AL GO 7M,ZL. William M. Johnson DIRECTOR, Transportation and ublic Works Department CITY OF FORT WORTH 2O20 Paving and Sidewalk STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11.15.17 XM i f t , . _' , uaitract varinlis City Proiect Nanbers IMPORTANT NOTICE STATE OF TEXAS COMPLAINT PROCEDURES 1. IMPORTANT NOTICE To obtain information or make a complaint: 2. You may contact your agent. 3. You may call Westfield Insurance Company, Westfield National Insurance Company, and/or Ohio Farmers Insurance Company's toll free telephone number for information or to make a complaint at: 1-800-2434210 4. You may also write to Westfield Insurance Company, Westfield National Insurance Company, and/or Ohio Farmers Insurance Company at- Attn: Bond Claims One Park Circle P O Box 5001 Westfield Center, OH 44251-5001 Fax #330-887-0840 5. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-2 +2-3439 6. You may write to the Texas Department of Insurance, Consumer Protection Section (MC 111-1A): P.O. Box 149091 Austin, TX; 78714-9091 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtectionfdttdi.texas.aov 7. PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the agent, Westfield Insurance Company, Westfield National Insurance Company, or Ohio Farmers Insurance Company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. 8. ATTACK THIS NOTICE TO YOUR POLICY: This notice is for .information only and does not become a part or condition of the attached document. BD5430 (06-15) AVISO IMPDR i AN i E Para obtener information o para someter una queja: Puede comunicarse con su (title) al (telephone number). Listed puede llamar al numbro de telefono gratis de Westfield Insurance Company, Westfield National Insurance Company, and/or Ohio Farmers Insurance Company's para information o para someter una queja ai: 1-800 243-0210 Usted tambien Puede escribir a Westfield Insurance Company, Westfield National Insurance Company, and/or Ohio Farmers Insurance Company: Attn: Bond Claims One Park Circle P O Box 5001 Westfield Center, tali 44251-5001 Fax #330-887-0840 Puede comunicarse con el Departamento de Sequros de Texas para obtener information acerca de companies, coberturas, derechos o quejas al: 1-800-252-3439 Puede escribir al Departamento de Sequros de Texas, Consumer Protection Section (MC 111-1A): P_0_ Box 149091 Austin, TX 78714-9091 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: Consumer rotectiont@tdi.texas.00v DISPUTAS SOBRE PRIMAS O RECLAMOS: Si tiene una disputa concerniente .a su prima o a un reclamo, debe comunicarse con el agente, Westfield Insurance Company, Westfield National Insurance Company, o Ohio Farmers Insurance Company primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ES T E AVISO A SU POLIZA: Este aviso es solo para proposito de information y no se convierte en parte o condition del documento adjunto. 0061 13 - 1 PERFORMANCE BOND Paoe I of 2 I SECTION 00 6113 2 PERFORMANCE BOND #0648I7F 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, The Fain Group, Inc., known as "Principal' herein and 8 Westfield Insurance Company , a corporate surety(sureties, if more than 9 one) duly authorized to do business in the ,State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the City of Fort Worth, a municipal. corporation created 11 pursuant to the laws of Texas, known as "City" herein, in the penal sum of, FIVE MILLION 1.2 AND 00/100 Dollars ($5,000,000.00), lawful money of the United States, to be paid in Fort 13 Worth, Tarrant County, Texas for the payment of which sum well and truly to be made, we bind 3 14 ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 15 firmly by these presents. fi 16 WHEREAS, the Principal has entered into a certain written contract with the City 17 awarded the 281h day of January, 2020, 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 Pavjnr" and Sidewalk 1'mprovements Unit 21 Price Construction Contract, Various City :Project Numbers. x 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, them this obligation shall be 27 and become null and void, otherwise to remain in full force and effect. r 28 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 29 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 30 Worth Division. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Constriction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 0061 13 - 2 PERFORMANCE BOND Page 2 of 2 I This bond is made and executed in compliance with the provisions of Chapter 2253 of the 2 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statue. 4 IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the 12th day of 6 Febrcta> v_ - 2020. 8 9 t0 11 12 ATT S 13 14 Lo 15 rin pal) SUretary 16 17 18 19 20 Witness as to Principal 21 22 23 24 25 26 • 27 28 29 30 31 32 33 34 ✓ 35 Witness 'a"t to Surety - 36 Muni Rabah, Bond Account Manager 37 3 38 PRINCIPAL: The Fain .'3roup C. , BY: $1 nature Name and Title Address: 2500 Great Southwest Pkwy. Foil Worth, TX 76106 Name and Title Address: 2255 Ridge Rd Suite 333 Rockwall TX 75097 Telephone Number: 972-772-7220 39 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 40 from the by-laws showing that this person has authority to sign such obligation. If 41 Surety's physical address is different from its mailing address, both must be provided. 42 The date of the bond shall not be prior to the date the Contract is awarded. a 43 a CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 0061 14 - 1 PAYMENTBOND Page I oft 1 SECTION 00 6114 2 PAYMENT BOND #064817F 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we, The Fain Group, Inc., known as "Principal' herein, and 8 Westfield Insurance Company a corporate surety 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 I corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the 12 penal sum of FIVE MILLION AND 00/100 Dollars ($5.000,000.00), lawful money of the 13 United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sure 14 well and truly be trade, we bind ourselves, our heirs, executors, administrators, successors and 15 assigns, jointly and severally, firmly by these presents: 16 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 17 28" day of January, 2020, which Contract is hereby referred to and made a part hereof for all 18 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other 19 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 20 designated as 2020 Pavitrg and Sidewalk Improvements Unit Price Construction Cotatrrret� 21 Various City Project_ Numbers. 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 23 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 24 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 25 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 26 force and effect. 27 This bond is made. and executed in compliance with the provisions of Chapter 2253 of the 28 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 29 accordance with the provisions of said statute. 30 CITY OF PORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 0061 14 - 2 PAYMENT BOND Page 2 of l IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 12th day of 3 February , 2020. 4 t T, 5 6 7 8 R 9 10 ATTEST: (P nci I) 4retary s Witness as to Principal ATTEST: NIA (Surety) Secretary PRINCIPAL: The Fain Group, Inc. BY: igna re Name and Title Address: 2500 Great Southwest Parkway Fort Worth, TX 76106 SURETY; Westfield Jnsir ce Com an BY: ,- Ao ^ Johnny Moss, Attorney -in -Fact Name and Title Address: 2255 Ride Rd Suite 333 Rockwall, TX 75087 Witness as to Surety Muni Rabah, Bond Account Manager Telephone Number: 272-772-7220- Note: If signed by an officer of the Surety, there must be on file a certified extract froin 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 0061 19 - I MAINTENANCE BOND Page 1 of 3 1 F" SECTION 00 6119 2 MAINTENANCE BOND #064817F 3 4 THE STATE OF TEXAS § " 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 That we The Fain Group, Inc., known as "Principal" herein and 8 Westfield Insurance Company , a corporate surety (sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and frrinly bound unto the City of Fort Worth, a municipal corporation created II pursuant to the Iaws of the State of Texas, known as "City" herein, in the sum of FIVE Y _ 12 MILLION AND 00/100 Dollars ($5,000,000.00), lawful money of the United States, to be paid _ 13 in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the 14 City and its successors, we bind ourselves, our heirs, executors, administrators, successors and 15 assigns, jointly and severally, firmly by these presents. 16 17 WHEREAS, the Principal has entered into a certain written contract with the City awarded 18 the 28t11 day of January, 2020, which Contract is hereby referred to and a made part hereof for all ' 19 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 20 as defined by law, in the prosecution of the Work, including any Work resulting from a duly 21 authorized Change Order (collectively herein, the "Work") as provided for in said contract and - 22 designated as 2020 Paving and Sidewalk Improvements Unit Price Construction Contra " 23 VariousCit_y Project Numbers; 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 PORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 0061 19 - 2 MAINTENANCE BOND Page 2 of 3 1 NOW THEREFORE, the condition of this obligation is such that if Principal shall 2 remedy any defective Work, for which timely notice was provided by City, to a completion 3 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 4 full force and effect. 5 6 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 7 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 8 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 9 the Surety under this Maintenance bond; and 10 I I PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 12 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Port 13 Worth Division; and 14 15 PROVIDED FURTHER, that this obligation shall. be continuous in nature and 16 successive recoveries may be had hereon for successive breaches. 17 18 19 CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Constriction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 0061 19 - 3 MAINTENANCE BOND Page 3 of.3 I IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 12th day of Fehru 3 2020. 4 S 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 ATTE (Pr' Ipa) Se • tary L22��, (,I Witness as to Principal PRINCIPAL: The fain Group, Inc. BY: ��4 Si n lure Awd � . ? � G Name and Title Address: 2500 Great Southwest Pkwy. Fort Worth, TX 76106 SURETY: BY: Signat e Johnny Moss, Attorney -in -Fact ATTEST: Name and Title _ _N/A Address: 2255 Ridge Rd (Surety) Secretary Suite 333 � Rockwall, TX 75087 Witness a o Sure Telephone Number: 972-772-7220 ' ty .+. Muni Rabah,Bond Account Manager *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 frorn 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 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER REARING THIS SAME POWER # AND ISSUED PRIOR TO 04=118, FOR ANY PERSON OR PERSONS NAMED BELOW. General POWER NO. 4220012 14 Power Westfield Insurance Co. of Attorney Westfield National Insurance Co, CERTIFIED COPY Ohio Farmers Insurance Co. Westfield Center, Ohio Know All Mon by These presents, That WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, corporations, hereinafter referred to Individually as a "Company" and collectively as 'Companies," duly organized and existing under the laws of the State of Ohio, and having Its principal office in Westfield Center, Medina County, Ohio, do by these presents make, constitute and appoint TONY FIERRO, JOHNNY MOSS, JAY JORDAN, MISTIE BECK, JEREMY BARNETT, JADE PORTER, ROBERT G. 1CANUTH, JARRETT WILLSON, JACK NOTTINGHAM, JOINTLY OR SEVERALLY of ROCKWALL and State of TX its true and lawful Attorneys) -in -Fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings, or other Instruments or contracts of suretyship- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE MA —RANEE, OR BANK DEPOSITORY BONDS. and to bind any of the Companies thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the applicable Company and duly attested by Its Secretary, hereby ratifying and confirming all that the said Attorneys) -in -Fact may do in the premises. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of each of the WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY: `Be It Resolved, that the President, any Senior Executive, any Secretary or any Fidelity & Surety Operations Executive or other Executive shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: The Attorney -in -Fact. may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements of indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -In -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary." 'Be it Further Resolved, that the signature of any such designated person and the seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile seal shall be va€Id and binding upon the Company with respect to any bond or undertaking to which it Is attached" (Each adopted at a meeting held an February 8, 2000). In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY have caused these presents to be signed by their National Surety Leader and Senior Executive and their corporate seals to be hereto affixed this 03rd day of APRIL A.D., 2018 . Corporate AsvxA ,.,`a SON 'j'••.""""„"„"'•k WESTFIELD INSURANCE COMPANY seats ��•....•.» +six :'�av .,.• .•...!�is� ; ►� , .....�.• WESTFIELD NATIONAL INSURANCE COMPANY Afiixeed v �' s` w: �:i' " 's ' ° OHIO FARMERS INSURANCE COMPANY SF AL rye = in&Jc� ' - �Mc•. '••. •. ...•[•. , lam. By .�' .' : ��".,,'�� State of Ohio " ry ",'•� `p"•""'"�•• tennis P. Baus, National Surety Leader and County of Medina ss.: Senior Executive On this Wrd day of APRIL A.D., 2018 , before me personally carve Dennis P. Rau$ to me known, who, being by me duly sworn, did depose and say, that he resides in Wooster, Ohio; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described In and which executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order. Notarial Seal Affixed yy „ele,ak, R% A L S +c A,P, \11fJlj` Ord, State of Ohio County of Medina z p ss.:�tiS� David A. Kotnik, Attorney at Law, Notary Public My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code) I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE: COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out In the Power of Attorney are In full force and affect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of YN..Hl1 ,'15y,l so- 'qi S¢cf�et�ry Frank A. Carrino, Secretary BPOAC2 (combined) (06-02) STANDARD GENERAL. CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febwary2,2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2 — Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents.................................................................................................................... 7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the Work.......................................................................................................................... 8 2.04 Before Starting Construction........................................................ .... 8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting.......................................................................................................... .................... 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 — Contract Documents: Intent, Amending, Reuse ................. 3.01 Intent.................................................................................. 3.02 Reference Standards........................................................... 3.03 Reporting and Resolving Discrepancies ............................ 3.04 Amending and Supplementing Contract Documents........ 3.05 Reuse of Documents.......................................................... 3.06 Electronic Data................................................................... .............................................. I ... ..... 8 ....................................................... 8 ...................... .. ... I........................... 9 ....................................................... 9 .....................................................10 .....................................................10 ..................................................... 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: Fcbnuy 2, 2016 6.02 Labor; Working Hours .... ..... ......... ................ .............................................................................. 20 6.03 Services, Materials, and Equipment...........................................................................................20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and "Or-Equals"....................................................................................................... 21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates.......................................................••.............................•...........................................25 6.08 Patent Fees and Royalties........................................................................................................... 26 6.09 Permits and Utilities....................................................................................................................27 6.10 Laws and Regulations................................................................................................................. 27 6.11 Taxes....................................................................................................... ..........................28 6.12 Use of Site and Other Areas....................................................................................................... 28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection.................................................................................................................. 29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs.............................................................................................30 6.17 Emergencies and/or Rectification............................................................................................... 30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work................................................................................................................... 32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification......................................................................................................................... 33 6.22 Delegation of Professional Design Services.............................................................................. 34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscrimination.........................•............................................................... ....................... .......35 Article 7 - Other Work at the Site...................................................................................................................35 7.01 Related Work at Site................................................................................................................... 35 7.02 Coordination................................................................................................................................36 Article 8 - City's Responsibilities...................................................................................................................36 8.01 Communications to Contractor................................................................................................... 36 8.02 Furnish Data................................................................................................................................ 36 8.03 Pay When Due............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities ............................. ............................. 37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program............................................................................................... 37 Article 9 - City's Observation Status During Construction...........................................................................37 9.01 City's Project Manager............................................................................................................37 9.02 Visits to Site................................................................................................................................ 37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work.......................................................................................................... 38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCCIMENTS Revision: Febnjmy2,20I6 Article 10 - Changes in the Work; Claims; Extra Work................................................................................38 10.01 Authorized Changes in the Work............................................................................................... 38 10.02 Unauthorized Changes in the Work ...................... ......... 39 10.03 Execution of Change Orders....................................................................................................... 39 10.04 Extra Work..................................................................................................................................39 10,05 Notification to Surety..................................................................................................................39 10.06 Contract Claims Process............................................................................................................. 40 Article I I - Cost of the Work; AIlowances; Unit Price Work; Plans Quantity Measurement ...................... 41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances.................................................................................................................................. 43 11.03 Unit Price Work.......................................................................................................................... 44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time................................................................. 46 12.01 Change of Contract Price............................................................................................................ 46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays..........................................................................................................................................47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ...................... 48 13.01 Notice of Defects........................................................................................................................48 13.02 Access to Work........................................................................................................................... 48 13.03 Tests and Inspections.................................................................................................................. 48 13.04 Uncovering Work........................................................................................................................49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................ 50 13.07 Correction Period........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work .................................. ........... 51 Article 14 - Payments to Contractor and Completion.................................................................................... 52 14.01 Schedule of Values...................................................................................................................... 52 14.02 Progress Payments...................................................................................................................... 52 14.03 Contractor's Warranty of Title................................................................................................... 54 14.04 Partial Utilization........................................................................................................................ 55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance.........................................................................................................................55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................ 56 14.09 Waiver of Claims........................................................................................................................ 57 Article 15 - Suspension of Work and Termination........................................................................................ 57 15.01 City May Suspend Work............................................................................................................. 57 15.02 City May Terminate for Cause................................................................................................... 58 15.03 City May Terminate For Convenience....................................................................................... 60 Article 16 - Dispute Resolution...................................................................................................................... 61 16.01 Methods and Procedures............................................................................................................. 61 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 2, 2016 Article17 — Miscellaneous.............................................................................................................................. 62 17.01 Giving Notice.............................................................................................................................. 62 17.02 Computation of Times................................................................................................................ 62 17.03 Cumulative Remedies................................................................................................................. 62 17.04 Survival of Obligations............................................................................................................... 63 17.05 Headings......................................................................................................................................63 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnay2, 20 ] 6 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE I — DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 8. Bidding Documents —The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bidding Requirements The advertisement or Invitation to Bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 10. Business Day ---- A business day is defined as a day that the City conducts normal business, generally Monday through Friday, except for federal or state holidays observed by the City. 11. Buzzsaw — City's on-line, electronic document management and collaboration system. 12. Calendar Day — A day consisting of 24 hours measured from midnight to the next midnight. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION D0CUMBNTS Revision: Febmary2,2016 00 72 00 - I 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 FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuary2, 2016 007200-1 GENERAL CONDITIONS Page 3 of 63 25. Damage Claims A demand for money or services arising from the Project or Site from a third parry, 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: Febniary2,2016 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, Uly, 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. LiensCharges, 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 SuccessfW 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: Febnaay2,2016 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 CONSTRUC'HON SPECIFICATION DOCUMENTS Revision: Febwmy 2, 2016 007200-I GENERAL CONDITIONS Page 6 of 63 63. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent — The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier —A manufacturer, fabricator, supplier, distributor, materiahnan, 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 1.023 through F are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fcbnoy2,2016 007200-I 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: Pebnimy2,20I6 007200-1 GENERAL CONDITIONS Page S of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnimy2,2016 007200-1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations I. 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: I . 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 C1TX OF FORT WORTH STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febwxy2, 2016 007200-1 GENERAL CONDITIONS Page 10 of 63 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents), 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.1 S.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. CTIY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy2,2016 007200-1 GENERAL CONDITIONS Page I I of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall ftunish 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 DOCUMENTS Revision: Februa y2, 2016 007200-1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 007200-1 GENERAL CONDITIONS Page 13 of 63 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if, 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2, the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated.• The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated. 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTI-I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FeNuary2,2016 007200-1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2, If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition at Site A. Reports and Drawings: The Supplementary Conditions identify those reports and drawings known to City relating to Hazardous Environmental Conditions that have been identified at the Site. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuffy2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (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: Febntary2, 2016 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond famished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCITON SPECIFICATION DOCUMENTS Revision: Fdmmy2, 2016 007200-I 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-: VIl 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. AlI 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: Febnkffy 2, 20I6 007200-1 GENERAL CONDITIONS Page 18 of63 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 Iimited 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: Febiva y2, 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 death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bonds and Insurance; Option to Replace If City has any objection to the coverage afforded by or other provisions of the bonds or insurance required to be purchased and maintained by the Contractor in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the City shall so notify the Contractor in writing within 10 Business Days after receipt of the certificates (or other evidence requested). Contractor shall provide to the City such additional 'information in respect of insurance provided as the City may reasonably request. If Contractor does not purchase or maintain all of the bonds and insurance required by the Contract Documents, the City shall notify the Contractor in writing of such failure prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES 6.01 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Pebmmy 2, 2016 007200-1 GENERAL CONDITIONS Page 20 of 63 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not 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 Ietter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and 'incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. if required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnumy 2y 2016 007200-1 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. 1. "Or -Equal" Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or -equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if a. the City determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy2, 2016 007200-t GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at Ieast equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 01 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item.; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuary2, 20I6 007200-1 GENERAL CONDITIONS Page 23 of 63 c) whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; and 3) will identify: a) all variations of the proposed substitute item from that specified; b) available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and Damage Claims of other contractors affected by any resulting change. B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute 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 suhstituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor ,may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAUGN DOCUMENTS Revision: Febnwy2, 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 fin-nish 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 017 FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOC1 IVMNTS Revision: Pebnoy2,2016 007200-1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023, C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy 2, 20] 6 007200-I 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: Febmary2, 2016 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Fork of any invention, design, process, product, or device not specified in the Contract Documents, 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORT14 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fekuary2,2016 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. hit2://www.window.state.tx.us/taxinfo/taxforms/93-fortns.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: Febnta y2, 2016 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 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: Febnwry2, 2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication 'Information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies andlor Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT 'WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febwaty2, 2016 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. Far -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2,2016 007200-1 GENERAL CONDITIONS Page 32 of 63 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnumy 2, 2016 007200-1 GENERAL CONDITIONS Page 33 of 63 2. normal wear and tear under normal usage. C. Contractor's obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor's obligation to perform the Work in accordance with the Contract Documents: 1. observations by City; 2. recommendation or payment by City of any progress or final payment; 3. the issuance of a certificate of Final Acceptance by City or any payment related thereto by City; 4. use or occupancy of the Work or any part thereof by City; 5. any review and acceptance of a Submittal by City; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by City. D. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or property resulting therefrom which shall appear within a period of two (2) years from the date of Final Acceptance of the Work unless a longer period is specified and shall furnish a good and sufficient maintenance bond, complying with the requirements of Article 5.02.13. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and employees, from and against any and all claims arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licenses or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE Q_R I ------ ----- PART. BY ANY ACT, OMISSION OJI NEGL GENCE 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. TIIIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary 2, 2016 007200-1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnwry2,2016 007200-I GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as fiirther defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febngmy 2, 2016 007200-1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 W 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: Febn a y 2, 2016 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is Chad Allen, P.E., CFM, 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 SPECIFICATION DOCUMENTS Revision: Febmary2,2016 007200-1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents, These may be accomplished by a Field Order and will be binding on City and also on Contractor, who 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-I GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17. 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.0l.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 DOCi NMNTS Revision: Febmaiy 2, 20I 6 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party malting 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 filrther resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICA ION DOCUMENTS Revision: February 2, 2016 007200-1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 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 11.013, 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 fiunished 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 SPECIFICATTON DOCUMENTS Revision: F'ebmary2, 2016 007200-1 GENERAL CONDITIONS Page 42 of 63 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH STANDARDCONSTRtiCTION SPECIFICATION DOCUMENTS Revision: Febnwy 2, 2016 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.01.A.I or specifically covered by Paragraph 11.01.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.0I I.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and I1.01.13, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTIi STANDARD CONSTRUCTION SPECIFICATION DOCUI+ENTS Revision: Feby2,2016 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. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy2, 2016 007200-I 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. PIans 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 Or FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febnkgry2,20I6 007200-I GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0 i .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 12.013.2, 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 11.01.A.5, the Contractor's fee shall be five percent (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF PORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy 2, 20] 6 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs I1.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs I1.01.A.6, and 11.01.13; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmaty2,2016 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 thercof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT10N DOCUMENTS Revision! Febmary2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 49 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Pebnumy2, 2D16 007200-I GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages {including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy2, 2016 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnny2, 2016 00 72 00 - I GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy 2, 2016 007200-I GENERAL CONDITIONS Page 53 of63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febniry2, 2016 007200-1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a 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. MY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebnkryZ 2016 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Revision: Febmkry2, 20I6 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The leaking of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdnimy2, 2016 007200-I GENERAL CONDITIONS Page 57 of63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmary2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 58 of 63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnay2,2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which axe 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, Iosses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. b. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.13, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnixy2, 2016 007200-1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebnmyZ 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 later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 -- DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febma<yZ2016 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 FOW17 WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmmy2,2016 007200-I GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feb umy2,20I6 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 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 007300-I SUPPLEMENTARY CONDITIONS Page 1 of 5 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of October 7, 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 easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. CITY OF FORT WORT14 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENT'S Various City Project Numbers Revised January 22, 2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 I SC-4.01A.2, "Availability of Lands" 2 3 Utilities or obstructions to be removed, adjusted, and/or relocated 4 5 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated 6 as of October 7, 2019: 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 EXPECTED UTILITY AND LOCATION OWNER None TARGET DATE OF ADJUSTMENT The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: None The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: None SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: None SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) ConsuItant: none (3) Other: none SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100,000 each accident/occurrence $100,000 Disease - each employee $500,000 Disease - policy limit CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised January 22, 2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 SC-5.04B., "Contractor's Insurance" 2 3 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance 4 under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with 5 minimum limits of 6 7 $1,000,000 each occurrence 8 $2,000,000 aggregate limit 9 10 The policy must have an endorsement (Amendment -- Aggregate Limits of Insurance) making the I I General Aggregate Limits apply separately to each job site. 12 13 The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. 14 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 15 16 SC 5.04C., "Contractor's Insurance" 17 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under 18 Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: 19 20 (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", 2 J defined as autos owned, hired and non -owned. 22 23 $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 24 least; 25 26 $250,000 Bodily Injury per person / 27 $500,000 Bodily Injury per accident / 28 $100,000 Property Damage 29 30 SC-5.04D., "Contractor's Insurance" 31 32 The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and 33 material deliveries to cross railroad properties and tracks owned and operated by UPRR, BNSF, FWWR, 34 and TRE/DART. 35 36 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 37 hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 38 or other property. Such operations on railroad properties may require that Contractor to execute a "Right of 39 Entry Agreement" with the particular railroad company or companies involved, and to this end the 40 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 41 the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate 42 to the Contractor's use of private and/or construction access roads crossing said railroad company's 43 properties. 44 45 46 47 48 49 50 51 52 53 54 55 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: X Required for this Contract $Confirm Limits with Railroad $Confirm Limits with Railroad Not required for this Contract CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised January 22, 2016 0073 00 - 4 SUPPLEMENTARY CONDITIONS 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 Page 4 of 5 With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a Iocation entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: 2013 Prevailing Wage Rates (Horizontal) 2013 Prevailing Wage Rates (Vertical) SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: Street Use Permit SC-6.0913. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: None CITY OF FORT WORTI-I 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised January 22, 20I6 00 73 00 - 5 SUPPLEMENTARY CONDITIONS Page 5 of 5 1 SC-6.09C. "Outstanding permits and licenses" 2 I 3 The following is a Iist of known outstanding permits and/or Iicenses to be acquired, if any as of October 7, 4 2019: 5 6 Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None 7 8 SC-7.02., "Coordination" 9 10 The individuals or entities listed below have contracts with the City for the performance of other work at 11 the Site: 12 Vendor Sco a of Work Coordination Authority None 13 14 15 SC-8.01, "Communications to Contractor" 16 17 None 18 19 SC-9.01., "City's Project Manager" 20 21 The City's Project Manager for this Contract is Chad Allen, P.E., or his/her successor pursuant to written 22 notification from the Director of Transportation and Public Works Department. 23 24 SC-13.03C., "Tests and Inspections" 25 26 None 27 28 SC-16.01C.1, "Methods and Procedures" 29 30 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. CPFY OF PORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised January 22, 2016 1 2 3 PART1- GENERAL SECTION 011100 SUMMARY OF WORK 011100-1 SUMMARY OF WORK Page 1 of 3 4 1.1 SUMMARY 5 A. Section Includes: I 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. None. 9 C. Related Specification Sections include, but are not necessarily limited to: w 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 18 A. Work Covered by Contract Documents 19 1. Work is to include furnishing all labor, materials, and equipment, and performing 20 all Work necessary for this construction project as detailed in the Drawings and 21 Specifications. 22 B. Subsidiary Work 23 1. Any and all Work specifically governed by documentary requirements for the 24 project, such as conditions imposed by the Drawings or Contract Documents in 25 which no specific item for bid has been provided for in the Proposal and the item is 26 not a typical unit bid item included on the standard bid item list, then the item shall 27 be considered as a subsidiary item of Work, the cost of which shall be included in 28 the price bid in the Proposal for various bid items. 29 C. Use of Premises 30 1. Coordinate uses of premises under direction of the City. 31 2. Assume full responsibility for protection and safekeeping of materials and 32 equipment stored on the Site. 33 3. Use and occupy only portions of the public streets and alleys, or other public places 34 or other rights -of -way as provided for in the ordinances of the City, as shown in the 35 Contract Documents, or as may be specifically authorized in writing by the City. 36 a. A reasonable amount of tools, materials, and equipment for construction 37 purposes may be stored in such space, but no more than is necessary to avoid 38 delay in the construction operations. CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 01 1100-2 SUMMARY OF WORK Page 2 of 3 I b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit. 8 D. Work within Easements 9 1. Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in writing by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights -of -way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as apart of the project construction operations. 17 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, 18 lawns, fences, culverts, curbing, and all other types of structures or improvements, 19 to all water, sewer, and gas lines, to all conduits, overhead pole lines, or 20 appurtenances thereof, including the construction of temporary fences and to all 21 other public or private property adjacent to the Work. 22 5. Notify the proper representatives of the owners or occupants of the public or private 23 lands of interest in lands which might be affected by the Work. 24 a. Such notice shall be made at least 48 hours in advance of the beginning of the 25 Work. 26 b. Notices shall be applicable to both public and private utility companies and any 27 corporation, company, individual, or other, either as owners or occupants, 28 whose land or interest in land might be affected by the Work. 29 c. Be responsible for all damage or injury to property of any character resulting 30 from any act, omission, neglect, or misconduct in the manner or method. or 31 execution of the Work, or at any time due to defective work, material, or 32 equipment. 33 6. Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition. 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work within easements, including removal, temporary 40 closures and replacement, shall be subsidiary to the various items bid in the 41 project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 i 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] i 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 END OF SECTION 12 13 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 01 25 00 - 1 SUBSTITUTION PROCEDURES Page I of 4 1 SECTION 0125 00 2 SUBSTITUTION PROCEDURES 3 PART1- GENERAL 5 A. Section Includes: 6 i . 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 defiled by reference to 1 or more of the following: 9 a. Name of manufacturer 10 b. Name of vendor 11 c. Trade name 12 d. Catalog number 13 2. Substitutions are not "or -equals". 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division 1 — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment wiII be allowed for this Item. 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Request for Substitution - General 1. Within 30 days after award of Contract (unless noted otherwise), the City will consider formal requests from Contractor for substitution of products in place of those specified. 2. Certain types of equipment and kinds of material are described in Specifications by means of references to names of manufacturers and vendors, trade names, or catalog numbers. a. When this method of specifying is used, it is not intended to exclude from consideration other products bearing other manufacturer's or vendor's names, trade names, or catalog numbers, provided said products are "or -equals," as determined by City. 3. Other types of equipment and kinds of material may be acceptable substitutions under the following conditions: a. Or -equals are unavailable due to strike, discontinued production of products meeting specified requirements, or other factors beyond control of Contractor; Or, CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 01 25 00 - 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 Fortin (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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers 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 SUBMITTALSJNFORMATIONAL 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 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 01 25 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECIFIED ITEM 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 1 2 3 PART1- GENERAL SECTION 013119 PRECONSTRUCTION MEETING 013119-1 PRECONSTRUCTION MEETING Page] of 3 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provisions for the preconstruction meeting to be held prior to the start of Work to 7 clarify construction contract administration procedures 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: l 1 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division 1 — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualified and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance form to be circulated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c. Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 17, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 013119-2 PRECONSTRUCTION MEETING Page 2of3 e. Other City representatives £ Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1, Insurance Renewals in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS various City Project Numbers Revised August 17, 2012 013119-3 PRECONSTRUCTION MEETING Page 3 of 3 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS {NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 111 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 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numhers Revised August 17, 2012 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY SECTION 013120 PROJECT MEETINGS 013120-1 PROJECT MEETINGS Page 1 of 3 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. 1 i C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 7 13 2. Division I -- 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 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of meeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 013120-2 PROJECT MEETINGS Page 2 of 3 b. Project 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 I. 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 e. 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 c. City's representatives f. Others, as requested by the Project Representative S. 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 PORT WORTH 2020 Paying and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION! DOCUMENTS Various City Project Numbers Revised July 1, 2011 013120-3 PROJECT MEETINGS Page 3 of 3 ' 1 6. Meeting Schedule 2 a. Progress meetings will be held periodically as determined by the Project 3 Representative. 4 1) Additional meetings may be held at the request of the: 5 a) City 6 b) Engineer 7 c) Contractor 8 7. Meeting Location 9 a. The City will establish a meeting location. 10 1) To the extent practicable, meetings will be held at the Site. 11 1.5 SUBMITTALS [NOT USED] 12 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 13 1.7 CLOSEOUT SUBMITTALS [NOT USED] 14 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 15 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 SUMMARY OF CHANGE CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 I SECTION 0132 16 2 CONSTRUCTION PROGRESS SCHEDULE 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. Deviations from this City of Fort Worth Standard Specification 11 1. None. I2 C. Related Specification Sections include, but are not necessarily limited to: 13 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division I f-- General Requirements 15 1.2 PRICE AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENCES 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1 - No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2 - No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3 - Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4 - Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5 - Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule - Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures from the schedule. 39 3. Progress Schedule - Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMFNTS Various City Project Numbers Revised July 1, 2011 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 1 4. Schedule Narrative - Concise narrative of the schedule including schedule 2 changes, expected delays, key schedule issues, critical path items, etc 3 B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIREMENTS 6 A. Baseline Schedule 7 1. General 8 a. Prepare a cost -loaded baseline Schedule using approved software and the 9 Critical Path Method (CPM) as required in the City of Port Worth Schedule 10 Guidance Document. 11 b. Review the draft cost -loaded baseline Schedule with the City to demonstrate 12 understanding of the work to be perfonned and known issues and constraints 13 related to the schedule. 14 c. Designate an authorized representative (Project Scheduler) responsible for 15 developing and updating the schedule and preparing reports. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with City of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date will not be met, or when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining: 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City, the City may direct the Contractor to increase the level of effort in 43 manpower (trades), equipment and work schedule (overtime, weekend and holiday 44 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 013216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 1 D. The Contract completion time will be adjusted only for causes specified in this 2 Contrast. 3 a. Requests for an extension of any Contract completion date must be 4 supplemented with the following: 5 1) Furnish justification and supporting evidence as the City may deem 6 necessary to determine whether the requested extension of time is entitled 7 under the provisions of this Contract. 8 a) The City will, after receipt of such justification and supporting 9 evidence, make findings of fact and will advise the Contractor, in 10 writing thereof. 11 2) If the City finds that the requested extension of time is entitled, the City's 12 determination as to the total number of days allowed for the extensions 13 shall be based upon the approved total baseline schedule and on all data 14 relevant to the extension. 15 a) Such data shall be included in the next updating of the Progress 16 schedule. 17 b) Actual delays in activities which, according to the Baseline schedule, 18 do not affect any Contract completion date shown by the critical path in 19 the network will not be the basis for a change therein. 20 2. Submit each request for change in Contract completion date to the City within 30 21 days after the beginning of the delay for which a time extension is requested but 22 before the date of final payment under this Contract. 23 a. No time extension will be granted for requests which are not submitted within 24 the foregoing time limit. 25 b. From time to time, it may be necessary for the Contract schedule or completion 26 time to be adjusted by the City to reflect the effects of job conditions, weather, 27 technical difficulties, strikes, unavoidable delays on the part of the City or its 28 representatives, and other unforeseeable conditions which may indicate 29 schedule adjustments or completion time extensions. 30 1) Under such conditions, the City will direct the Contractor to reschedule the 31 work or Contract completion time to reflect the changed conditions and the 32 Contractor shall revise his schedule accordingly. 33 a) No additional compensation will be made to the Contractor for such 34 schedule changes except for unavoidable overall contract time 35 extensions beyond the actual completion of unaffected work, in which 36 case the Contractor shall take all possible action to minimize any time 37 extension and any additional cost to the City. 38 b) Available float time in the Baseline schedule may be used by the City 39 as well as by the Contractor. 40 3. Float or slack time is defined as the amount of time between the earliest start date 41 and the latest start date or between the earliest finish date and the latest finish date 42 of a chain of activities on the Baseline Schedule. 43 a. Float or slack time is not for the exclusive use or benefit of either the 44 Contractor or the City. 45 b. Proceed with work according to early start dates, and the City shall have the 46 right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July I, 2011 01 32 16 - 4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 c. Acknowledge and agree that actual delays, affecting paths of activities 2 containing float time, will not have any effect upon contract completion times, 3 providing that the actual delay does not exceed the float time associated with 4 those activities. 5 E. Coordinating Schedule with Other Contract Schedules 6 1. Where work is to be performed under this Contract concurrently with or contingent 7 upon work performed on the salve facilities or area under other contracts, the 8 Baseline Schedule shall be coordinated with the schedules of the other contracts. 9 a. Obtain the schedules of the other appropriate contracts from the City for the 10 preparation and updating of Baseline schedule and make the required changes 11 in his schedule when indicated by changes in corresponding schedules. 12 2. In case of interference between the operations of different contractors, the City will 13 determine the work priority of each contractor and the sequence of work necessary 14 to expedite the completion of the entire Project. 15 a. In such cases, the decision of the City shall be accepted as final. 16 b. The temporary delay of any work due to such circumstances shall not be 17 considered as justification for claims for additional compensation. 18 1,5 SUBMITTALS 19 A. Baseline Schedule 20 1. Submit Schedule in native file format and pdf format as required in the City of Fort 21 Worth Schedule Guidance Document. 22 a. Native file format includes: 23 1) Primavera (P6 or Primavera Contractor) 24 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and 25 bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 1. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2. Submit progress Schedule monthly no later than the last day of the month. 30 C. Schedule Narrative 31 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth 32 Schedule Guidance Document. 33 2. Submit schedule narrative monthly no later than the last day of the month. 34 D. Submittal Process 35 1. The City administers and manages schedules through Buzzsaw. 36 2. Contractor shall submit documents as required in the City of Fort Worth Schedule 37 Guidance Document. 38 3. Once the project has been completed and Final Acceptance has been issued by the 39 City, no further progress schedules are required. CITY OF FORT WORTH 2O20 Paving and. Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 0132 16 - 5 CONSTRUCTION PROGRESS SCHEDULE Page S of 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT ,SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar complexity. B. Schedule and supporting documents addressed in this Specification shall be prepared, updated and revised to accurately reflect the performance of the construction. C. Contractor is responsible for the quality of all submittals in this section meeting the standard of care for the construction industry for similar projects. 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 15 PART 3 - EXECUTION [NOT USED] 16 j 17 18 10401XII OM 3CKO-1910 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 013233-1 PRECONSTRUCTION VIDEO Page 1 of 2 1 SECTION 0132 33 2 PRECONSTRUCTION VIDEO 3 PARTI- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Administrative and procedural requirements for: 7 a. Preconstruction Videos 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 12 2. Division I — General Requirements 13 1.2 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIREMENTS 19 A. Preconstruction Video 20 1. Produce a preconstruction video of the site/alignment, including all areas in the 21 vicinity of and to be affected by construction. 22 a. Provide digital copy of video upon request by the City. 23 2. Retain a copy of the preconstruction video until the end of the maintenance surety 24 period. 25 1.5 SUBMITTALS [NOT USED] 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 29 1.9 QUALITY ASSURANCE [NOT USED] 30 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 31 1.11 FIELD [SITE] CONDITIONS [NOT USED] 32 1.12 WARRANTY [NOT USED] 33 PART 2 - PRODUCTS [NOT USED] CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 013300-I SUBMITTALS Page 1 of 8 1 SECTION 0133 00 2 SUBMITTALS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. General methods and requirements of submissions applicable to the following 7 Work -related submittals: 8 a. Shop Drawings 9 b. Product Data (including Standard Product List submittals) 10 c. Samples 11 d. Mock Ups 12 B. Deviations from this City of Fort Worth Standard Specification i 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 01 33 00 - 2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the first 6 digits of the applicable Specification Section Number. b. For the next 2 digits number use numbers 01-99 to sequentially number each initial separate item or drawing submitted under each specific Section number. c. Last use a letter, A-Z, indicating the resubmission of the same drawing (i.e. A=2nd submission, B 3rd submission, C=4th submission, etc.). A typical submittal number would be as follows: 03 30 00-08-B 1) 03 30 00 is the Specification Section for Concrete 2) 08 is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubmission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and samples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbers and similar data d. Conformance with the Contract Documents 2. Provide each shop drawing, sample and product data submitted by the Contractor with a Certification Statement affixed including: a. The Contractor's Company name b. Signature of submittal reviewer c. Certification Statement 1) `By this submittal, I hereby represent that I have determined and verified field measurements, field construction criteria, materials, dimensions, catalog numbers and similar data and I have checked and coordinated each item with other applicable approved shop drawings." D. Submittal Format 1. Fold shop drawings larger than 8 1/2 inches x I l inches to 8 1/z inches x I 1 inches. 2. Bind shop drawings and product data sheets together. 3. Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents e. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF PORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of- 4 a. Contractor 5 b. Supplier 6 c. Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identification by highlighting of deviations from Contract Documents 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 F. Shop Drawings 16 1. As specified in individual Work Sections includes, but is not necessarily limited to: 17 a. Custom -prepared data such as fabrication and erectionfinstallation (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 Iimited 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 OP FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 0133 00 - 4 SUBMITTALS Page 4 of 8 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational -range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare -parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated 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 1. Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on -site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 2. The City will not be liable for any expense or delay due to corrections or remedies 24 required to accomplish conformity. 25 3. Complete project Work, materials, fabrication, and installations in conformance 26 with approved shop drawings, applicable samples, and product data. 27 J. Submittal Distribution 28 1. Electronic Distribution 29 a. Confirm development of Project directory for electronic submittals to be 30 uploaded to City's Buzzsaw site, or another external FTP site approved by the 31 City. 32 b. Shop Drawings 33 1) Upload submittal to designated project directory and notify appropriate 34 City representatives via email of submittal posting. 35 2) Hard Copies 36 a) 3 copies for all submittals 37 b) 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 Iieu of electronic distribution) CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 I 013300-5 SUBMITTALS Page 5 of 8 1 a. Shop Drawings 2 1) Distributed to the City 3 2) Copies 4 a) 8 copies for mechanical submittals 5 b) 7 copies for all other submittals 6 c) If Contractor requires more than 3 copies of Shop Drawings returned, 7 Contractor shall submit more than the number of copies Iisted above. 8 b. Product Data 9 1) Distributed to the City 10 2) Copies 11 a) 4 copies 12 C. Samples 13 1) Distributed to the Project Representative 14 2) Copies 15 a) Submit the number stated in the respective Specification Sections. 16 3. Distribute reproductions of approved shop drawings and copies of approved 17 product data and samples, where required, to the job site file and elsewhere as 18 directed by the City. 19 a. Provide number of copies as directed by the City but not exceeding the number 20 previously specified. 21 K. Submittal Review 22 I . The review of shop drawings, data and samples will be for general conformance 23 with the design concept and Contract Documents. This is not to be construed as: 24 a. Permitting any departure from the Contract requirements 25 b. Relieving the Contractor of responsibility for any errors, including details, 26 dimensions, and materials 27 c. Approving departures from details furnished by the City, except as otherwise 28 provided herein 29 2. The review and approval of shop drawings, samples or product data by the City 30 does not relieve the Contractor from his/her responsibility with regard to the 31 fulfillment of the terms of the Contract. 32 a. All risks of error and omission are assumed by the Contractor, and the City will 33 have no responsibility therefore. 34 3. The Contractor retrains responsible for details and accuracy, for coordinating the 35 Work with all other associated work and trades, for selecting fabrication processes, 36 for techniques of assembly and for performing Work in a safe manner. 37 4. If the shop drawings, data or samples as submitted describe variations and show a 38 departure from the Contract requirements which City finds to be in the interest of 39 the City and to be so minor as not to involve a change in Contract Price or time for 40 performance, the City may return the reviewed drawings without noting an 41 exception. 42 5. Submittals will be returned to the Contractor under 1 of the following codes: 43 a. Code 1 44 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or 45 comments on the submittal. 46 a) When returned under this code the Contractor may release the 47 equipment and/or material for manufacture. 48 b. Code 2 CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers 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 01 33 00 - 6 SUBMITTALS Page 6 of S 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -conforming items that were noted. c) Resubmittal is to be received by the City within 15 Calendar Days of the date of the City's transmittal requiring the resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. SubmittaIs for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 01 33 00 - 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 Inforiation (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 "RF1" followed by series number, "-xxx", beginning with "01" and 23 increasing sequentially with each additional transmittal. 24 4. Sufficient information shall be attached to permit a written response without further 25 information. 26 5. The City will log each request and will review the request. 27 a. If review of the project information request indicates that a change to the 28 Contract Documents is required, the City will issue a Field Order or Change 29 Order, as appropriate. 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 32 1.7 CLOSEOUT SUBMITTALS [NOT USED] 33 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 34 1.9 QUALITY ASSURANCE [NOT USED] 35 110 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 1 PART 2 - PRODUCTS [NOT USED] 2 PART 3 - EXECUTION [NOT USED] 3 END OF SECTION 4 013300-8 SUBMITTALS Page 8 of 8 Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF PORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers 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 1 of 8 SECTION 0135 13 SPECIAL PROJECT PROCEDURES A. Section Includes: 1. The procedures for special project circumstances that includes, but is not Iimited 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 1) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed, and materials furnished in accordance with this Item 5 wilI 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 ADM[NISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation (TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines (more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage -type of guard about the boom or arm 42 b. Insulator links on the Iift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements asset 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 Paving and Sidewalk Improvements Unit Pricc Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 OI 35 13-3 SPECIAL PROJECT PROCEDURES Page 3 of & 1 a. Notification shall be given to: 2 1) The power company (example: ONCOR) 3 a) Maintain an accurate log of all such calls to power company and record 4 action taken in each case. 5 b. Coordination with power company 6 1) After notification coordinate with the power company to: 7 a) Erect temporary mechanical barriers, de -energize the lines, or raise or 8 lower the lines 9 c. No personnel may work within 6 feet of a high voltage line before the above 10 requirements have been met. 11 C. Confined Space Entry Program 12 1. Provide and follow approved Confined. Space Entry Program in accordance with 13 OSHA requirements. 14 2. Confined Spaces include: 15 a. Manholes 16 b. All other confined spaces in accordance with OSHA's Permit Required for 17 Confined Spaces 18 D. Air Pollution Watch Days 19 1. General 20 a. Observe the following guidelines relating to working on City construction sites 21 on days designated as "AIR POLLUTION WATCH DAYS". 22 b. Typical Ozone Season 23 1) May I through October 31. 24 c. Critical Emission Time 25 1) 6:00 a.m. to 10:00 a.m. 26 2. Watch Days 27 a. The Texas Commission on Environmental Quality (TCEQ), in coordination 28 with the National Weather Service, will issue the Air Pollution Watch by 3:00 29 p.m. on the afternoon prior to the WATCH day. 30 b. Requirements 31 1) Begin work after 10:00 a.m. whenever construction phasing requires the 32 use of motorized equipment for periods in excess of 1 hour. 33 2) However, the Contractor may begin work prior to 10:00 a.m. i£ 34 a) Use of motorized equipment is less than 1 hour, or 35 b) If equipment is new and certified by EPA as "Low Emitting", or 36 equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or 37 alternative fuels such as CNG. 38 E. TCEQ Air Permit 39 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. 40 F. Use of Explosives, Drop Weight, Etc. 41 1. When Contract Documents permit on the project the following will apply: 42 a. Public Notification 43 1) Submit notice to City and proof of adequate insurance coverage, 24 hours 44 prior to commencing. 45 2) Minimum 24-hour public notification in accordance with Section 01 31 13 CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 20I2 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 G. Water Department Coordination 2 1. During the construction of this project, it will be necessary to deactivate, for a 3 period of time, existing lines. The Contractor shall be required to coordinate with 4 the Water Department to determine the best times for deactivating and activating 5 those lines. 6 2. Coordinate any event that will require connecting to or the operation of an existing 7 City water Iine system with the City's representative. 8 a. Coordination shall be in accordance with Section 33 12 25. 9 b. If needed, obtain a hydrant water meter from the Water Department for use 10 during the life of named project. 11 c. In the event that a water valve on an existing live system be turned off and on 12 to accommodate the construction of the project is required, coordinate this 13 activity through the appropriate City representative. 14 1) Do not operate water line valves of existing water system. 15 a) Failure to comply will render the Contractor in violation of Texas Penal 16 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 17 will be prosecuted to the full extent of the law. 18 b) In addition, the Contractor will assume all liabilities and 19 responsibilities as a result of these actions. 20 H. Public Notification Prior to Beginning Construction 21 1. Prior to beginning construction on any block in the project, on a block by block 22 basis, prepare and deliver a notice or flyer of the pending construction to the front 23 door of each residence or business that will be impacted by construction. The notice 24 shall be prepared as follows: 25 a. Post notice or flyer 7 days prior to beginning any construction activity on each 26 block in the project area. 27 1) Prepare flyer on the Contractor's letterhead and include the following 28 information: 29 a) Name of Project 30 b) City Project No (CPN) 31 c) Scope of Project (i.e. type of construction activity) 32 d) Actual construction duration within the block 33 e) Name of the contractor's foreman and phone number 34 f) Name of the City's inspector and phone number 35 g) City's after-hours phone number 36 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 37 A. 38 3) Submit schedule showing the construction start and finish time for each 39 block of the project to the inspector. 40 4) Deliver flyer to the City Inspector for review prior to distribution. 41 b. No construction will be allowed to begin on any block until the flyer is 42 delivered to all residents of the block. 43 I. Public Notification of Temporary Water Service Interruption during Construction 44 1. In the event it becomes necessary to temporarily shut down water service to 45 residents or businesses during construction, prepare and deliver a notice or flyer of 46 the pending interruption to the front door of each affected resident. 47 2. Prepared notice as follows: CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 0I3513-5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 a. The notification or flyer shall be posted 24 hours prior to the temporary 2 interruption. 3 b. Prepare flyer on the contractor's letterhead and include the following 4 information: 5 1) Name of the project 6 2) City Project Number 7 3) Date of the interruption of service 8 4) Period the interruption will take place 9 5) Name of the contractor's foreman and phone number 10 6) Name of the City's inspector and phone number 11 c. A sample of the temporary water service interruption notification is attached as 12 Exhibit B. 13 d. Deliver a copy of the temporary interruption notification to the City inspector 14 for review prior to being distributed. 15 e. No interruption of water service can occur until the flyer has been delivered to 16 all affected residents and businesses. 17 f Electronic versions of the sample flyers can be obtained from the Project 18 Construction Inspector. 19 J. Coordination with United States Ariny Corps of Engineers (USACE) 20 1. At locations in the Project where construction activities occur in areas where 21 USACE permits are required, meet all requirements set forth in each designated 22 permit. 23 K. Coordination within Railroad Permit Areas 24 1. At locations in the project where construction activities occur in areas where 25 railroad permits are required, meet all requirements set forth in each designated 26 railroad permit. This includes, but is not limited to, provisions for: 27 a. Flagmen 28 b. Inspectors 29 c. Safety training 30 d. Additional insurance 31 e. Insurance certificates 32 f. Other employees required to protect the right-of-way and property of the 33 Railroad Company from damage arising out of and/or from the construction of 34 the project. Proper utility clearance procedures shall be used in accordance 35 with the permit guidelines. 36 2. Obtain any supplemental information needed to comply with the railroad's 37 requirements. 38 3. Railroad Flagmen 39 a. Submit receipts to City for verification of working days that railroad flagmen 40 were present on Site. 41 L. Dust Control 42 1. Use acceptable measures to control dust at the Site. 43 a. If water is used to control dust, capture and properly dispose of waste water. 44 b. If wet saw cutting is performed, capture and properly dispose of slurry. 45 M. Employee Parking 46 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers 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 1.9 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2. - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.13— 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 1 2 3 4 5 6 7 8 9 10 11 12 13 Date: CPN No.. - Project Name: Mapsco Location: Limits of Construction: 013513-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) 14 15 16 17 THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT 18 WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR 19 PROPERTY. 20 21 CONSTRUCTION WILL. BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE 22 OF THIS NOTICE. 23 24 IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER 25 ISSUE, PLEASE CALL: 26 27 28 Mr. <CONTRACTOR'S SUPERINTENDENTS AT <TELEPHONE NO.> 29 30 OR 31 32 Mr. <CITY INSPECTORS AT < TELEPHONE NO.> 33 34 AFTER 4.30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 35 36 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL 37 CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 1 2 3 4 0135 13 -8 SPECIAL PROTECT PROCEDURES Page 8 of 8 EXHIBIT B oRT WoRT DOE NO. ]U= Eject Ike: NOVICE OF TEMPORARY WAFER 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: MIL AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) D MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRACTOR CITY OF FORT WORTH 2O20 Paving and Sidewafk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 014523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 1 SECTION 0145 23 2 TESTING AND INSPECTION SERVICES 3 PARTI- 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers 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) Hard Copies 4 a) 1 copy for all submittals submitted to the Project Representative 5 b. Hard Copy Distribution (if required in lieu of electronic distribution) 6 1) Tests performed by City 7 a) Distribute 1 hard copy to the Contractor 8 2) Tests performed by the Contractor 9 a) Distribute 3 hard copies to City's Project Representative 10 4. Provide City's Project Representative with trip tickets for each delivered load of 11 Concrete or Lime material including the following information: 12 a. Name of pit 13 b. Date of delivery 14 c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents. 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION 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 27 28 29 30 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATF, NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Knit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 01 50 00 - 1 TEMPORARY FACILITIES ARID CONTROLS Page I of 4 l 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: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and Buildings 1 t d. Dust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 C. Related Specification Sections include, but are not necessarily limited to: 16 1, Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 17 2. Division 1 — General Requirements 18 1.2 PRICE AND PAYMENT PROCEDURES k 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 1 d. Contractor Payment for Construction Water 2 1) Obtain construction water meter from City for payment as billed by City's 3 established rates. 4 3. Electricity and Lighting 5 a. Provide and pay for electric powered service as required for Work, including 6 testing of Work. 7 1) Provide power for lighting, operation of equipment, or other use. 8 b. Electric power service includes temporary power service or generator to 9 maintain operations during scheduled shutdown. 10 4. Telephone 11 a. Provide emergency telephone service at Site for use by Contractor personnel 12 and others performing work or furnishing services at Site. 13 5. Temporary Heat and Ventilation 14 a. Provide temporary heat as necessary for protection or completion of Work. 15 b. Provide temporary heat and ventilation to assure safe working conditions. 16 B. Sanitary Facilities 17 1. Provide and maintain sanitary facilities for persons on Site. 18 a. Comply with regulations of State and local departments of health. 19 2. Enforce use of sanitary facilities by construction personnel at job site. 20 a. Enclose and anchor sanitary facilities. 21 b. No discharge will be allowed from these facilities. 22 c. Collect and store sewage and waste so as not to cause nuisance or health 23 problem. 24 d. Haul sewage and waste off -site at no less than weekly intervals and properly 25 dispose in accordance with applicable regulation. 26 3. Locate facilities near Work Site and keep 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 Ievel 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 01 50 00 - 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. t 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] / [RESTORATION] 25 3.6 RE -INSTALLATION 26 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLOSEOUT ACTIVITIES 31 A. Temporary Facilities CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Nu nbers Revised July I, 2011 01s000-4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] G 7 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY Or FORT WORTH 2O20 Paving and Sidewalk Improvements Chit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 015526-1 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 1 SECTION 0155 26 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 3 PART1- GENERAL 5 A. Section Includes: 6 1. Administrative procedures for: 7 a. Street Use Pon -nit 8 b. Modification of approved traffic control 9 c. Removal of Street Signs 10 B. Deviations from this City of Fort Worth Standard Specification k 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS various City Project Numbers Revised July 1, 2011 0I5526-2 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. to 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for construction, then contact 14 City Transportation and Public Works Department, Signs and Markings Division to 15 remove the sign. 16 E. Temporary Signage 17 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting 18 requirements of the latest edition of the Texas Manual on Uniform Traffic Control 19 Devices (MUTCD). 20 2. Install temporary sign before the removal of permanent sign. 21 3. When construction is complete, to the extent that the permanent sign can be 22 reinstalled, contact the City Transportation and Public Works Department, Signs 23 and Markings Division, to reinstall the permanent sign. 24 F. Traffic Control Standards 25 1. Traffic Control Standards can be found on the City's Buzzsaw website. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 32 1.11 FIELD [SITE] CONDITIONS [NOT USED] 33 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL 2 Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 015713-1 STORM WATER POLLUTION PREVENTION Page] of3 1 SECTION 015713 2 STORM WATER POLLUTION PREVENTION 3 PART 1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the 11 Contract 12 2, Division 1— General Requirements 13 3. Section 3125 00 Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Construction Activities resulting in less than 1 acre of disturbance 17 a. Work associated with this Item is considered subsidiary to the various Items 18 bid. No separate payinent 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 3125 00. 21 1.3 REFERENCES 22 A. Abbreviations and Acronyms 23 1. Notice of Intent: NOT 24 2. Notice of Termination: NOT 25 3. Storm Water Pollution Prevention Plan: SWPPP 26 4. Texas Commission on Environmental Quality: TCEQ 27 5. Notice of Change: NOC 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. Integrated Storm Management (iSWM) Technical Manual for Construction 33 Controls 34 1.4 ADMINISTRATIVE REQUIREMENTS 35 A. General 36 1. Contractor is responsible for resolution and payment of any fines issued associated 37 with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 201I 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 01 57 13 -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 31 25 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 post 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 NOT 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 42 43 44 45 46 47 1. Submit in accordance with Section 0133 00, except as stated herein. a. Prior to the Preconstruction Meeting, submit a draft copy of SWPPP to the City as follows: 1) 1 copy to the City Project Manager a) City Project Manager will forward to the City Department of Transportation and Public Works, Environmental Division for review CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 015713-3 STORM WATER POLLUTION PREVENTION Page 3 of 3 1 B. Modified SWPPP 2 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City 3 in accordance with Section 01 33 00. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] r 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] E 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS [NOT USED] 12 PART 3 - EXECUTION [NOT USED] 13 END OF SECTION 14 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF PORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 1 SECTION 01 5813 2 TEMPORARY PROJECT SIGNAGE 3 PART1- GENERAL 5 A. Section Includes: 6 1. Temporary Project Signage Requirements 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 18 1.5 SUBMITTALS [NOT USED] 19 1.6 ACTION 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] 25 112 WARRANTY [NOT USED] 26 PART 2 - PRODUCTS 27 2.1 OWNER -FURNISHED [OR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 015s13-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/a-inch fir plywood, grade A-C (exterior) or better 4 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 3.11 CLOSEOUT ACTIVITIES [NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USED] 30 END OF SECTION 31 CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 1 i 2 01 58 13 - 3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMNMRY OF CHANGE a CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 0160 00 PRODUCT REQUIREMENTS 016000-1 PRODUCT REQUIREMENTS Page 1 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 f NOT USED] 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. A Iist of City approved products for use is located on Buzzsaw as follows: 1. Resources102 - Construction DocumentslStandard Products List B. Only products specifically included on City's Standard Product List in these Contract Documents shall be allowed for use on the Project. 1. Any subsequently approved products will only be allowed for use upon specific approval by the City. C. Any specific product requirements in the Contract Documents supersede similar products included on the City's Standard Product List. 1. The City reserves the right to not allow products to be used for certain projects even though the product is listed on the City's Standard Product List. D. Although a specific product is included on City's Standard Product List, not all products from that manufacturer are approved for use, including but not limited to, that manufacturer's standard product. E. See Section 0133 00 for submittal requirements of Product Data included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 1 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 1.11 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS [NOT USED] 5 PART 3 - EXECUTION [NOT USED] 6 END OF SECTION 7 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 Revision Log DATE NAME SUMMARY OF CHANGE 10/12/12 D. Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH 2O20 Paving and Sidewalk Hnprovements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 ti 016600-1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 1 SECTION 0166 00 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 1.1 SUNEVIARY 5 A. Section Includes: 6 1. Scheduling of product delivery 7 2. Packaging of products for delivery 8 3. Protection of products against damage from: 9 a. Handling 10 b. Exposure to elements or harsh environments 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include, but are not necessarily limited to: 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division I -- GeneraI 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 LS SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 24 1.7 CLOSEOUT SUBMITTALS [NOT USED] 25 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 26 1.9 QUALITY ASSURANCE [NOT USED] 27 1.10 DELIVERY AND HANDLING 28 A. Delivery Requirements 29 1. Schedule delivery of products or equipment as required to allow timely installation 30 and to avoid prolonged storage. 31 2. Provide appropriate personnel and equipment to receive deliveries. 32 3. Delivery trucks will not be permitted to wait extended periods of time on the Site 33 for personnel or equipment to receive the delivery. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 4. Deliver products or equipment in manufacturer's original unbroken cartons or other 2 containers designed and constructed to protect the contents from physical or 3 environmental damage. 4 5. Clearly and fully mark and identify as to manufacturer, item and installation 5 location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these Contract Documents and 9 manufacturer's recommendations and instructions. 10 C. Storage Requirements 11 1. Store materials in accordance with manufacturer's recommendations and 12 requirements of these Specifications. 13 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 17 vicinity of Work. 18 3. Keep materials and equipment neatly and compactly stored in locations that will 19 cause minimum inconvenience to other contractors, public travel, adjoining owners, 20 tenants and occupants. 21 a. Arrange storage to provide easy access for inspection. 22 4. Restrict storage to areas available on construction site for storage of material and 23 equipment as shown on Drawings, or approved by City's Project Representative. 24 5. Provide off -site storage and protection when on -site storage is not adequate. 25 a. Provide addresses of and access to off -site storage locations for inspection by 26 City's Project Representative. 27 6. Do not use lawns, grass plots or other private property for storage purposes without 28 written permission of owner or other person in possession or control of premises. 29 7. Store in manufacturers' unopened containers. 30 8. Neatly, safely and compactly stack materials delivered and stared 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS INOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 ERECTION [NOT USED] 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [OR] SITE QUALITY CONTROL 12 A. Tests and Inspections 13 1. Inspect all products or equipment delivered to the site prior to unloading. 14 B. Non -Conforming Work 15 1. Reject all products or equipment that are damaged, used or in any other way 16 unsatisfactory for use on the project. 17 3.8 SYSTEM STARTUP [NOT USED] IS 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 INOT USED] 28 3.14 ATTACHMENTS [NOT USED] 29 END OF SECTION 30 CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 016600-4 PRODUCT STORAGE AND HANDLING REQUIRE -RENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2020 Paving and Sidewalk Improvements Unit Price Construction Contract Various City Project Numbers 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL !iPFMYlluhiKy:4'1 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 Iocation within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from I location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of ail 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 CIean-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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised November 22, 2016 01 70 00 - 2 MOBILIZATION AND REMOBILIZATION Page 2 of 4 1 1) Mobilization shall consist of the activities and cost on a Work Order basis 2 necessary for: 3 a) Transportation of Contractor's personnel, equipment, and operating 4 supplies to the Site for the issued. Work Order. 5 b) Establishment of necessary general facilities for the Contractor's 6 operation at the Site for the issued Work Order 7 2) Demobilization shall consist of the activities and cost necessary for: 8 a) Transportation of Contractor's personnel, equipment, and operating 9 supplies from the Site including disassembly for each issued Work 10 Order 11 b) Site Clean-up for each issued Work Order 12 c) Removal of all buildings or other facilities assembled at the Site for 13 each Work Oder 14 b. Mobilization and Demobilization do not include activities for specific items of 15 work for which payment is provided elsewhere in the contract. 16 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects 17 a. A Mobilization for Miscellaneous Projects when directed by the City and the 18 mobilization occurs within 24 hours of the issuance of the Work Order. 19 B. Deviations from this City of Fort Worth Standard Specification 20 1. None. 21 C. Related Specification Sections include, but are not necessarily limited to: 22 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 23 2. Division 1 - General Requirements 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Measurement and Payment [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.] 28 1. Mobilization and Demobilization. 29 a. Measure 30 1) This Item will be measured by each per Work Order. The Mobilization 31 bid item is determined by the estimated construction cost of each Work 32 Order. 33 2) Demobilization shall be considered subsidiary to the various bid items. 34 b. Payment 35 4-j For this Item the Mobilization bid item will be determined based on 36 the Work Order amount less the Iump sum for mobilization. 37 MabifizE6en shall be made in paFtial paymeftts as Fe lows:. 38 a) When t of of the adjusted Got. et affieunt for , enstruetion 14ems is 39 wed cnoi of the mobilization lump sum bid will be 40 tit When Col of the dj t d t t t for . onstruc4io Items is v�--rr-nx�irTvvx-nsc-cccajii�c�u �vinrciic�c-ci:.`iv'�=c .� 41 effne iliz tie~ himp sufn bid will be paid. Pfe��w- 42 payments , r4e the Ito,,, will be deduc4ed f this atn ,.ut. 43 ° 44 eamed, 1001% of the Faabilization lump suffi bid will be paid. Pfeviott_s 45 . CITY Of FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised November 22, 2016 01 70 00 - 3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 2) The work performed, and materials furnished for demobilization. in 2 accordance with this Item are subsidiary to the various Items bid and no 3 other compensation will be allowed. 4 5 Poeumefits 6 a. Nleasufefne „+ 7 . 8 bPa lliYllt 9 11 The work pelf ,-., a a ., and atef;ls -tunishedin .,«.1. nce with this Item 10 and measufed as provided undeF will be paid for- at- t-he lw� �-t 11 " 12 13 14 1)DemE)bilrza4ie er-ibeditiSeetio 1�.2:a0 15 l�T + will be d � st.,ffdb., ;,lie 1 fits ., t this 16 T�s���o��;���-r��3t-p�$ec�� �� 17 Item. 18 19 fS„f0jRe t and 12ay efl 20 1) This shail be subraWed as a Contract Claim in accordanee with Artiele 10 21 of Se t;.-.,, nn 72 nn 22 time, or lost profits assoeiat 23 with this It , 24 4. Mebilrzations and PefnebilTzatiens-for- Miseelleiieous-Prej 25 a. Meastifemeft + 26 1) Measurement for this Item shall be for eaeh Mobilization and 27 Demobilization required by the Contract Docum 28 b. P" 29 1) The Work peFfeFmed and fnater-Ws f4nished in aeeeFdanee with this item 30 " will be paid fef M the Uni 31 prieeFer --eh "�x�ner 1"Mabilczatien" in aeee danee with Gefftftw� 32 33 34 . 35 1' Mobilization .,,, d,,..,..ibed i See fiefs 1 1 n 3 1 36 2, Demobilization as deseFibed in G'ee4ien t 1 A 2 ., 2) 37 d, No be fef payments will made stan 38 Item. 39 40 a. Measur-eme 41 11) Measur-ement fef this stem shall be for eae Mobilization and 42 A/ I :,,..,.VAAAV bi fi +io ed am t e Contract Docum „tn_ 43 b. Pnyme1}t 44 1) The Work performed and mateFia!S fumished in aeoordanee with this 4em 45 " will be paid fef at t4e ulli 46 " in aeoen4anee with 47 f`.,,,tt--et T.,..,,,,-.e ts Tl.,,, obil;r..,+;..,, shall be e sidefed .., bsid;.,.... +., 48 mabilizatiefi and shall not be paid fef separ-EFtely. 49 CITY Or FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised November 22, 2016 017000-4 MOBILIZATION AND RE -MOBILIZATION Page 4 of 4 2 2` Do.,.,,,bilization a de _fib a i See4ien 1 1 n3 u `f 3 d. , or lost profits assaeWed this 4 Item.. 5 1.3 REFERENCES [NOT USED] 6 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 7 1.5 SUBMITTALS [NOT USED] 8 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 9 1.7 CLOSEOUT SUBMITTALS [NOT USED] 10 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 11 1.9 QUALITY ASSURANCE [NOT USED] 12 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 13 1.11 FIELD [SITE] CONDITIONS [NOT USED] 14 1.12 WARRANTY [NOT USED] 15 PART 2 - PRODUCTS [NOT USED] 16 PART 3 - EXECUTION [NOT USED] 17 18 19 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. 10/7119 Scoff Arnold Revised mobilization Ianguage for Work Order contracts. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised November 22, 2016 I OI7I23-I CONSTRUCTION STAKING AND SURVEY Page I of 8 1 SECTION 017123 2 CONSTRUCTION STAKING AND SURVEY 3 PART1- GENERAL 4 1.1 SUMMARY l 5 A. Section Includes: 6 1. Requirements for construction staking and construction survey 7 B. Deviations from this City of Port Worth Standard Specification i 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division. I — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Construction Staking 15 a. Measurement 16 1) Measurement for this Item shall be by lump sum. 17 b. Payment 18 1) The work performed and the materials furnished in accordance with this f 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 stapes 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised February 14, 2018 017123-2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 1 2) Payment for "Construction Staking" shall be made in partial payments 2 prorated by work completed compared to total work included in the lump sum 3 item. 4 c. The price bid shall include, but not be limited to the following:: 5 1) Field measurements and survey shots to identify location of completed. 6 facilities. 7 2) Documentation and submittal of as -built survey data onto contractor redline 8 plans and digital survey files. 9 10 1.3 REFERENCES 11 A. Definitions 12 1. Construction Survey - The survey measurements made prior to or while 13 construction is in progress to control elevation, horizontal position, dimensions and 14 configuration of structures/improvements included in the Project Drawings. 15 2. As -built Survey —The measurements made after the construction of the 16 improvement features are complete to provide position coordinates for the features 17 of a project. 18 3. Construction 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 0133 00. 39 B. All submittals shall be received and reviewed by the City prior to delivery of work. 40 1.6 ACTION SUBMITTALS/]NFORMATIONAL SUBMITTALS 41 A. Field Quality Control Submittals CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised February 14, 2018 01 71 23 - 3 CONSTRUCTION sTAI{ING AND SURVEY Page 3 of 8 1 1. Documentation verifying accuracy of field engineering work, including coordinate 2 conversions if plans do not indicate grid or ground coordinates. 3 2. Submit "Cut -Sheets" conforming to the standard template provided by the City 4 (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 5 1.7 CLOSEOUT SUBMITTALS 6 B. As -built Redline Drawing Submittal 7 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of 8 constructed improvements signed and sealed by Registered Professional Land 9 Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A 10 -- Survey Staking Standards) . 11 2. Contractor shall submit the proposed as -built and completed redline drawing 12 submittal one (1) week prior to scheduling the project final inspection for City 13 review and comment. Revisions, if necessary, shall be made to the as -built redline 14 drawings and resubmitted to the City prior to scheduling the construction final 15 inspection. 16 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 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 A. Construction Staking 1. Construction staking will be performed by the Contractor. 2. Coordination a. Contact City's Project Representative at least one week in advance notifying the City of when Construction Staking is scheduled. b. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. 3. General a. Contractor is responsible for preserving and maintaining stakes. If City surveyors are required to re -stake for any reason, the Contractor will be responsible for costs to perform staking. If in the opinion of the City, a sufficient number of stakes or markings have been lost, destroyed disturbed or omitted that the contracted Work cannot take place then the Contractor will be required to stake or re -stake the deficient areas. B. Construction Survey 1. Construction Survey will be performed by the Contractor. 2. Coordination a. Contractor to verify that horizontal and vertical control data established in the design survey and required for construction survey is available and in place. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers 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 01 71 23-4 CONSTRUCTION STAKING AND SURVEY 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 locations: (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 Iines (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) Stonnwater—Not Applicable CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised February 14, 2018 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 1 b. The Contractor shall provide as -built survey including the elevation and 2 location (and provide written documentation to the City) of construction 3 features after the construction is completed including the following: 4 1) Manholes 5 a) Rim and flowline elevations and coordinates for each manhole 6 2) Water Lines 7 a) Cathodic protection test stations 8 b) Sampling stations 9 c) Meter boxes/vaults (All sizes) 10 d) Fire hydrants 11 e) Valves (gate, butterfly, etc.) 12 f) Air Release valves (Manhole rim and vent pipe) 13 g) Blow off valves (Manhole rim and valve lid) 14 h) Pressure plane valves 15 i) Underground Vaults 16 (1) Rim and flowline elevations and coordinates for each 17 Underground Vault. 18 3) Sanitary Sewer 19 a) Cleanouts 20 (1) Rim and flowline elevations and coordinates for each 21 b) Manholes and Junction Structures 22 (1) Rim and flowline elevations and coordinates for each 23 manhole and junction structure. 24 4) Stormwater —Not Applicable 25 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 26 1.11 FIELD [SITE] CONDITIONS [NOT USED] 27 112. 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 location 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. ESR1 Shapefile (.shp) CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised February 14, 2018 01 71 23 - 6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 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.I INSTALLERS 7 A. Tolerances: 8 1. The staked location of any improvement or facility should be as accurate as 9 practical and necessary. The degree of precision required is dependent on many 10 factors all of which must remain judgmental. The tolerances listed hereafter are 11 based on generalities and, under certain circumstances, shall yield to specific 12 requirements. The surveyor shall assess any situation by review of the overall plans 13 and through consultation with responsible parties as to the need for specific 14 tolerances. 15 a. Earthwork: Grades for earthwork or rough out 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 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 b. Horizontal alignment on a structure shall be within .0.1ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft, tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. e. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre -established benchmark and checked by closing to a different bench mark on the same datum: 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised February 14, 2018 017123-7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 I 3.2 EXAMINATION [NOT USED] 2 3.3 PREPARATION [NOT USED] 3 3.4 APPLICATION 4 3.5 REPAIR / RESTORATION 5 A. If the Contractor's work damages or destroys one or more of the control 6 monuments/points set by the City, the monuments shall be adequately referenced for 7 expedient restoration. 8 1. Notify City if any control data needs to be restored or replaced due to damage 9 caused during construction operations. 10 a. Contractor shall perform replacements and/or restorations. 11 b. The City may require at any time a survey "Field Check" of any monument 12 or benchmarks that are set be verified by the City surveyors before further 13 associated work can move forward. 14 3.6 RE -INSTALLATION [NOT USED] 15 3.7 FIELD [oR] 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`a 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] 29 311 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised February 14, 2018 017123 -8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal 8/31/2017 M. Owen requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 Installers; added 3.5 Repair/Restoration; and added 3.8 System Startup. Removed "blue text"; revised measurement and payment sections for Construction Staking and As -Built Survey; added reference to selection compliance with TGC 2/14/2018 M Owen 2254; revised action and Closeout submittal requirements; added acceptable depth measurement criteria; revised list of items requiring as -built survey "during" and "after" construction; and revised acceptable digital survey file format CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised February 14, 2018 017423-1 CLEANING Page i 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 a 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 G 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 01 74 23 - 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 f NOT USED] 13 PART 3 - EXECUTION 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION [NOT USED] 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 f NOT USED] 3.10 CLEANING A. General 1. Prevent accumulation of wastes that create hazardous conditions. 2. Conduct cleaning and disposal operations to comply with laws and safety orders of governing authorities. 3. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains or sewers. 4. Dispose of degradable debris at an approved solid waste disposal site. 5. Dispose of nondegradable debris at an approved solid waste disposal site or in an alternate manner approved by City and regulatory agencies. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 i 01 74 23 - 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 1 I 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 S. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transportedby flowing water during the storm. 21 C. ulterior 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 glassy surfaces to a clear shine. 27 5. Ventilating systems 28 a. Clean permanent filters and replace disposable filters if units were operated 29 during construction. 30 b. Clean ducts, blowers and coils if units were operated without filters during 31 construction. 32 6. Replace all burned out lamps. 33 7. Broom clean process area floors. 34 S. Mop office and control room floors. 35 D. Exterior (Site or Right of Way) Final CIeaning 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 01 74 23 - 4 CLEANING Page 4 of 4 1 4. If no longer required for maintenance of erosion facilities, and upon approval by 2 City, remove erosion control from site. 3 5. Clean signs, lights, signals, etc. 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT USED] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 9 10 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 201I _ 1 2 3 PARTI- GENERAL 4 1.1 SUMMARY SECTION 01 7719 CLOSEOUT REQUIREMENTS 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 5 A. Section Includes: 1 6 1. The procedure for closing out a contract 7 B. Deviations from this City of Port Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: F 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 F 14 1. Work associated with this Item is considered subsidiary to the various Items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 A. Guarantees, Bonds and Affidavits 19 1. No application for final payment will be accepted until all guarantees, bonds, 20 certificates, licenses and affidavits required for Work or equipment as specified are 21 satisfactorily filed with the City. 22 B. Release of Liens or CIaims 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 017719-2 CLOSEOUT REQUIREMENTS Page 2 of 3 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 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 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 0178 39 2. Operation and Maintenance Data, if required, in accordance with Section 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 7423. 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 Iisted 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 39 D. Notice of Project Completion CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1 1. Once the City Project Representative finds the Work subsequent to Final Inspection 2 to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). 3 E. Supporting Documentation 4 1. Coordinate with the City Project Representative to complete the following 5 additional forms: 6 a. Final Payment Request 7 b. Statement of Contract Time 8 c. Affidavit of Payment and Release of Liens 9 d. Consent of Surety to Final Payment 10 c. 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] 25 313 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 END OF SECTION 28 O Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 1 2 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA 3 PART1- GENERAL 4 11 SUMIMIA RY i 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 I — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS 23 A. Schedule 24 1. Submit manuals in final form to the City within 30 calendar days of product 25 shipment to the project site. 26 1.5 SUBMITTALS 27 A. Submittals shall be in accordance with Section 0133 00. All submittals shall be 28 approved by the City prior to delivery. 29 1.6 INFORMATIONAL SUBMITTALS 30 A. Submittal Form 31 I . Prepare data in form of an instructional manual for use by City personnel. 32 2. Format 33 a. Size: 8 z inches x 1 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 01 78 23 - 2 OPERATION AND MAINTENANCE DATA Page 2 of 5 1 d. Drawings 2 1) Provide reinforced punched binder tab, bind in with text 3 2) Reduce larger drawings and fold to size of text pages. 4 e. Provide fly -leaf for each separate product, or each piece of operating 5 equipment. 6 1) Provide typed description of product, and major component parts of 7 equipment. 8 2) Provide indexed tabs. 9 f. Cover 10 1) Identify each volume with typed or printed title "OPERATING AND 11 MAINTENANCE INSTRUCTIONS". 12 2) List: 13 a) Title of Project 14 b) Identity of separate structure as applicable 15 c) Identity of general subject matter covered in the manual 16 3. Binders 17 a. Commercial quality 3-ring binders with durable and cleanable plastic covers 18 b. When multiple binders are used, correlate the data into related consistent 19 groupings. 20 4. If available, provide an electronic form of the O&M Manual. 21 B. Manual Content 22 1. Neatly typewritten table of contents for each volume, arranged in systematic order 23 a. Contractor, name of responsible principal, address and telephone number 24 b. A list of each product required to be included, indexed to content of the volume 25 c. List, with each product: 26 1) The name, address and telephone number of the subcontractor or installer 27 2) A list of each product required to be included, indexed to content of the 28 volume 29 3) Identify area of responsibility of each 30 4) Local source of supply for parts and replacement 31 d. Identify each product by product name and other identifying symbols as set 32 forth in Contract Documents. 33 2. Product Data 34 a. Include only those sheets which are pertinent to the specific product. 35 b. Annotate each sheet to: 36 1) Clearly identify specific product or part installed 37 2) CIearly identify data applicable to installation 38 3) Delete references to inapplicable information 39 3. Drawings 40 a. Supplement product data with drawings as necessary to clearly illustrate: 41 1) Relations of component parts of equipment and systems 42 2) Control and flow diagrams 43 b. Coordinate drawings with information in Project Record Documents to assure 44 correct illustration of completed installation. 45 c. Do not use Project Record Drawings as maintenance drawings. 46 4. Written text, as required to supplement product data for the particular installation: 47 a. Organize in consistent format under separate headings for different procedures. 48 b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 01 78 23 - 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 "troubleshooting" 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 OP FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 017523-4 OPERATION AND MAINTENANCE DATA Page 4 of 5 1 i. Charts of valve tag numbers, with location and function of each valve 2 j. List of original manufacturer's spare parts, manufacturer's current prices, and 3 recommended quantities to be maintained in storage 4 k. Other data as required under pertinent Sections of Specifications 5 3. Content, for each electric and electronic system, as appropriate: 6 a. Description of system and component parts 7 1) Function, normal operating characteristics, and limiting conditions 8 2) Performance curves, engineering data and tests 9 3) Complete nomenclature and commercial number of replaceable parts 10 b. Circuit directories of panelboards 11 1) Electrical service 12 2) Controls 13 3) Communications 14 c. As installed color coded wiring diagrams 15 d. Operating procedures 16 1) Routine and normal operating instructions 17 2) Sequences required 18 3) Special operating instructions 19 e. Maintenance procedures 20 1) Routine operations 21 2) Guide to "troubleshooting" 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 2012 01 78 23 - 5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 2 111 FIELD [SITE] CONDITIONS [NOT USED] 3 1.12 WARRANTY [NOT USED] 4 PART 2 - PRODUCTS jNOT USED] 5 PART 3 - EXECUTION [NOT USED] 10 7 8 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8131 /2012 D. Johnson 1.5.A. I — title of section removed CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Conduction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised December 20, 20I2 SECTION 0178 39 PROJECT RECORD DOCUMENTS 3 PART1- GENERAL 4 1.1 SUMMARY 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page I of 4 5 A. Section Includes: 6 1. Work associated with the documenting the project and recording changes to project 7 documents, including: 8 a. Record Drawings 9 b. Water Meter Service Reports 10 c. Sanitary Sewer Service Reports I I d. Large Water Meter Reports 12 B. Deviations from this City of Fort Worth Standard Specification 13 1. None. 14 C. Related Specification Sections include, but are not necessarily limited to: 15 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 16 2. Division I — General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION 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 cacti 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 01 78 39 - 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. .lob set 21 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no 22 charge to the Contractor, I complete set of all Documents comprising the Contract. 23 B. Final Record Documents 24 1. At a time nearing the completion of the Work and prior to Final Inspection, provide 25 the City 1 complete set of all Final Record Drawings in the Contract. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION [NOT USED] 31 3.3 PREPARATION [NOT USED] 32 3.4 MAINTENANCE DOCUMENTS 33 A. Maintenance of Job Set 34 1. Immediately upon receipt of the job set, identify each of the Documents with the 35 title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 1 2. Preservation 2 a. Considering the Contract completion time, the probable number of occasions 3 upon which the job set must be taken out for new entries and for examination, 4 and the conditions under which these activities will be performed, devise a 5 suitable method for protecting the job set. 6 b. Do not use the job set for any purpose except entry of new data and for review 7 by the City, until start of transfer of data to final Project Record Documents. 8 c. Maintain the job set at the site of work. 9 3. Coordination with Construction Survey 10 a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, 11 clearly mark any deviations from Contract Documents associated with 12 installation of the infrastructure. 13 4. Making entries on Drawings 14 a. Record any deviations from Contract Documents. 15 b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the 16 change by graphic line and note as required. 17 c. Date all entries. 18 d. Call attention to the entry by a "cloud" drawn around the area or areas affected. 19 e. In the event of overlapping changes, use different colors for the overlapping 20 changes. 21 5. Conversion of schematic layouts 22 a. In some cases on the Drawings, arrangements of conduits, circuits, piping, 23 ducts, and similar items, are shown schematically and are not intended to 24 portray precise physical layout. 25 1) Final physical arrangement is detennined 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 detennined by the Contractor, subject to the 33 City's approval. 34 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in 35 ceiling plenum", "exposed", and the like). 36 3) Make all identification sufficiently descriptive that it may be related 37 reliably to the Specifications. 38 c. The City may waive the requirements for conversion of schematic layouts 39 where, in the City's judgment, conversion serves no useful purpose. However, 40 do not rely upon waivers being issued except as specifically issued in writing 41 by the City. 42 B. Final Project Record Documents 43 1. Transfer of data to Drawings 44 a. Carefully transfer change data shown on the job set of Record Drawings to the 45 corresponding final documents, coordinating the changes as required. 46 b. Clearly indicate at each affected detail and other Drawing a full description of 47 changes made during construction, and the actual location of items. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 01 78 39 - 4 PROJECT RECORD DOCUMENTS Page 4 of 4 1 c. Call attention to each entry by drawing a "cloud" around the area or areas 2 affected. 3 d. Make changes neatly, consistently and with the proper media to assure 4 longevity and clear reproduction. 5 2. Transfer of data to other Documents 6 a. If the Documents, other than Drawings, have been kept clean during progress of 7 the Work, and if entries thereon have been orderly to the approval of the City, 8 the job set of those Documents, other than Drawings, will be accepted as final 9 Record Documents. 10 b. If any such Document is not so approved by the City, secure a new copy of that 11 Document from the City at the City's usual charge for reproduction and 12 handling, and carefully transfer the change data to the new copy to the approval 13 of the City. 14 3.5 REPAIR / RESTORATION [NOT USED] 15 3.6 RE -INSTALLATION [NOT USED] 16 3.7 FIELD [oIz] SITE QUALITY CONTROL [NOT USED] 17 3.8 SYSTEM STARTUP [NOT USED] 18 3.9 ADJUSTING [NOT USED] 19 3.10 CLEANING [NOT USED] 20 3.11 CLOSEOUT ACTIVITIES [NOT USED] 21 3.12 PROTECTION [NOT USED] 22 3.13 MAINTENANCE [NOT USED] 23 3.14 ATTACHMENTS [NOT USED] 24 25 26 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 03 35 13- 1 INTEGRAL CONCRETE COLOR Page 1 of 4 I SECTION 03 35 13 2 INTEGRAL CONCRETE COLOR 3 PART1- GENERAL 5 A. This section describes coloring concrete used to construct work under other contract bid 6 items as well as any special materials and special construction techniques associated 7 with using colored concrete. 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 12 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 and 17 where indicated on the Drawings. No separate payment will be allowed for this 18 Item. 19 1.3 REFERENCES [NOT USED} 20 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 21 1.5 SUBMITTALS [NOT USED] 22 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 23 1.7 CLOSEOUT SUBMITTALS [NOT USED] 24 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 25 1.9 QUALITY ASSURANCE [NOT USED] 26 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 27 1.11 FIELD CONDITIONS [NOT USED] 28 1.12 WARRANTY [NOT USED] 29 1.13 COORDINATION AND TIMING [NOT USED] 30 1.14 PRODUCTS 31 1.15 OWNER -FURNISHED [NOT USED] CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 0335 13- 2 INTEGRAL CONCRETE COLOR Page 2 of 4 1.16 MATERIALS 2 A. Concrete 3 1. Integrally color concrete using non -fading pigments conforming to ASTM C979 as 4 follows: 5 a. Truck Apron Areas (Red): Use non -fading synthetic iron oxides at a loading of 6 6 percent or more by weight of total cementitious material in the mix. Match 7 the concrete color in reasonably close conformance with Integral Color 8 Snapper, and Barn Red Antiquing Release by Concrete Colors of Texas, LLC, 9 with a Cureseal-W Semigloss by Scofield, or approved equal. 10 2. Add integral concrete colorant according to manufacturer's instructions. Provide a 11 copy of those manufacturer instructions to the City before producing material for 12 incorporation into the work. 13 3. The City will accept the color based on approval of color samples, and field mock- 14 up. 15 a. Contractor shall submit a standard color chart and color samples for review and 16 preliminary selection by the City. 17 b. Contractor shall provide a 3'x3' minimum mock-up of the selected color 18 samples for approval by the City. 19 4. Maintain mix characteristics for colored concrete requiring a matching finish. Use 20 the same source, brand, type, and color of portland cement, supplementary 21 cementitious materials, aggregates, and admixtures for colored concrete throughout 22 the project. Use constant cement content, supplementary cementitious material 23 content, and water/cementitious materials ratio to maintain consistent color. 24 B. Curing Compound 25 1. Furnish a liquid membrane -forming clear curing compound conforming to ASTM 26 C1315, type 1. 27 C. Admixtures 28 1. Furnish admixtures designed for use with and compatible with colored concrete 29 pigments. Do not use calcium chloride or other admixtures containing chlorides. 30 D. Colored Concrete Mix Approval 31 1. Obtain City approval for colored concrete mixes before placing colored concrete. 32 The City will base approval either on a successful performance history or on trial 33 batches. Upon City approval, the submitted sample panel (minimum 3'x3'x3") or 34 the test slab will be the visual quality standard for finished work under the contract. 35 E. Performance History 36 1. Use the same materials mixed in the same proportions as used on another 37 department project where the City approved the color. Ensure that all materials, 38 including admixtures, are of the same type and brand and from the same sources. 39 Provide the following to the City for review and approval: 40 a. Project Info: Project ID and location. 41 b. Mix proportions: quantities per cubic yard expressed as SSD weights and net 42 water, water to cementitious material ratio, air content, and 28-day or earlier 43 compressive strength. 44 c. Materials: type, brand, and source. CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 0335 13- 3 INTEGRAL CONCRETE COLOR Page 3 of 4 1 d. Sample panel: Provide a finished colored concrete sample having minimum 2 dimensions of 3-foot by 3-foot by 3-inch, from the previous project (if 3 available), or a photo image of the previous sample panel. 4 F. Trial Batches 5 1. The Contractor may use preliminary laboratory or field trial batching to establish 6 the mix proportions necessary to conform to the contract -required color. 7 2. Produce test slabs to demonstrate the texture, surface finish, color, and color 8 intensity. At least 2 business days in advance, provide the City with the date and 9 time for test slab construction. 10 3. At a City -allowed location on the project, place, finish, and cure a I0-foot by 10- 11 foot by 6-inch colored concrete test slab using the same methods proposed for 12 contract work. Produce test slabs using the same workers designated to perform the 13 contract work. Retain samples of cements, sands, aggregates, and color additives 14 used in test slabs for comparison with materials used in contract work. 15 4. Use at least a 2-cubic yard batch or a batch of the size proposed for production, 16 whichever is larger. 17 5. Submit final mix design information to the City. Including specific sources and, if 18 applicable, trade naives for materials. 19 1.17 ACCESSORIES [NOT USED] 20 1.18 SOURCE QUALITY CONTROL [NOT USED] 21 PART 2 - EXECUTION 22 2.1 INSTALLERS [NOT USED] 23 2.2 EXAMINATION [NOT USED] 24 2.3 PREPARATION [NOT USED] 25 2.4 INSTALLATION 26 A. Construction 27 1. Construct work incorporating colored concrete conforming to contract 28 specifications under the associated bid items except cure with clear curing 29 compound and use only non -chloride admixtures as specified in Section 2.1. 30 2. Produce consistently colored concrete in full cubic yard increments. The City will 31 not allow variations in the amounts, types, or source of materials except for minor 32 adjustments of water and air -entraining agent. Other changes require mix re- 33 approval. 34 3. Schedule placement to minimize exposure to rapid drying conditions, wind and full 35 sun, before applying curing compound. Do not place colored concrete if rain, 36 snow, or freezing temperatures are forecast within 24-hours. 37 4. Cover or otherwise protect adjacent concrete work from discoloration and spillage 38 while placing and curing colored concrete. Remove and replace discolored 39 concrete as directed by the City. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 0335 13- 4 INTEGRAL CONCRETE COLOR Page 4 of 4 1 5. Perform finishing operations consistently to avoid color variation. Do not begin 2 finishing while bleed water is present. The City will order removal and 3 replacement of colored concrete if the contractor adds water to the surface to aid in 4 finishing. Apply strokes in the same direction during final finishing and texturing. 5 6. Protect colored concrete from premature drying and excessive cold or hot 6 temperatures by promptly applying curing compound. Do not allow plastic 7 sheeting to come in contact with colored concrete. 8 7. Protect the colored concrete from damage. Do not permit construction traffic or 9 material storage on colored concrete. Exclude foot traffic from colored concrete for 10 at least 24 hours after placement. 11 8. Remove test slabs not permanently incorporated into the work and restore the site 12 after the City determines the test slab is no longer needed. 13 2.5 REPAHURESTORATION [NOT USED] 14 2.6 RE -INSTALLATION [NOT USED] 15 2.7 FIELD QUALITY CONTROL [NOT USED] 16 2.8 SYSTEM STARTUP [NOT USED] 17 2.9 ADJUSTING [NOT USED] 18 2.10 CLEANING [NOT USED] 19 2.11 "RECORD OF INSTALLATION" DRAWING [NOT USED] 20 23.2 CLOSEOUT ACTIVITIES [NOT USED] 21 2.13 PROTECTION [NOT USED] 22 2.14 MAINTENANCE [NOT USED] 23 2,1S ATTACHMENTS [NOT USED] 24 25 26 27 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 10/7/19 Scott Arnold New specification CITY Or FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 N 321313-I CONCRETE PAVING Page 1 of 23 1 SECTION 32 13 13 2 CONCRETE PAVING 3 PART1- GENERAL C PFMI" 1111915\'Xd 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 Z. Integral Colored Concrete Truck Apron 9 B. Deviations from this City of Fort Worth Standard Specification I0 1. LLA — Section Includes 11 2. 1. LC —Related Specifications 12 3. 1.2.B — Measurement and Payment 13 4. 2.2.L — Color Materials 14 5. 3.4.H.3 — Color Finishing 15 6. 3.4.M -- Texturing 16 7. 3.4.N — Decorative Concrete Pavement Schedule 17 8. 3.4.0 — Mow Strips 18 C. Related Specification Sections include, but are not necessarily limited to: 19 1. Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 20 2. Division 1 - General Requirements 21 3. Section 32 01 29 - Concrete Paving Repair 22 4. Section 32 13 73 - Concrete Paving Joint Sealants 23 5. Section 03 35 19 — Integral Concrete Color 24 1.2 PRICE AND PAYMENT PROCEDURES 25 A. Concrete Pavement 26 1. Measurement 27 a. Measurement 28 1) Measurement for this Item shall be by the square yard of completed and 29 accepted Concrete Pavement in its final position as measured from back of 30 curb for various: 31 a) Classes 32 b) Thicknesses 33 b. Payment 34 1) The work performed and materials furnished in accordance with this Item 35 will be paid for at the unit price bid per square yard of Concrete Pavement. 36 c. The price bid sball include: 37 1) Shaping and fine grading the placement area 38 2) Furnishing and applying all water required CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 3213 13 - 2 CONCRETE PAVING Page 2 of 23 1 3) Furnishing, loading and unloading, storing, hauling and handling all 2 concrete ingredients including all freight and royalty involved 3 4) Mixing, placing, finishing and curing all concrete 4 5) Furnishing and installing all reinforcing steel 5 6) Furnishing all materials and placing longitudinal, warping, expansion, and 6 contraction joints, including all steel dowels, dowel caps and load 7 transmission units required, wire and devices for placing, holding and 8 supporting the steel bar, load transmission units, and joint filler material in 9 the proper position; for coating steel bars where required by the Drawings 10 7) Sealing joints 11 8) Monolithically poured curb 12 9) CIeanup 13 B. Concrete Truck Apron — Integral Colored 14 1. Measurement 15 a. Measurement 16 1) Measurement for this Item shall be by the square yard of completed 17 and accepted Integral Colored Concrete Truck Apron with Curb in its 18 final position as measured from back of 3" mountable curb to face of 19 retaining wall for various: 20 a) Classes 21 b) Thicknesses 22 b. Payment 23 1) The work performed, and materials furnished in accordance with this 24 Item will be paid for at the unit price bid per square yard of Integral 25 Colored Concrete Truck Apron with Curb. 26 c. The price bid shall include: 27 1) Shaping and fine grading the placement area 28 2) Furnishing and applying all water required 29 3) Furnishing, loading and unloading, storing, hauling and handling all 30 concrete ingredients including all freight and royalty involved 31 4) Mixing, placing, finishing and curing all concrete 32 S) Furnishing and installing all reinforcing steel 33 6) Furnishing all materials and placing longitudinal, warping, expansion, 34 and contraction joints, including all steel dowel_s,_dowel caps and load 35 transmission units required, wire and devices for placing, holding and 36 supporting the steel bar, load transmission units, and joint filler 37 material in the proper position; for coating steel bars where required 38 by the Drawings 39 7) Scaling ioints 40 8) Cleanup 41 1.3 REFERENCES 42 A. Reference Standards 43 1. Reference standards cited in this specification refer to the current reference standard 44 published at the time of the latest revision date logged at the end of this 45 specification, unless a date is specifically cited. 46 2. ASTM International (ASTM): 47 a. A615/A615M, Deformed and Plain Billet -Steel Bars for Concrete 48 Reinforcement CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 3213 13 - 3 CONCRETE PAVING Page 3 of 23 1 b. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 2 Field 3 c. C33, Concrete Aggregates 4 d. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 5 Specimens 6 e. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 7 Beams of Concrete 8 £ C94/C94M, Standard Specifications for Ready -Mixed Concrete 9 g. C150, Portland Cement 10 h. C156, Water Retention by Concrete Curing Materials 11 i. C172, Standard Practice for Sampling Freshly Mixed Concrete 12 j. C260, Air Entraining Admixtures for Concrete 13 k. C309, Liquid Membrane -Forming Compounds for Curing Concrete, Type 2 14 1. C494, Chemical Admixtures for Concrete, Types "A", "D", "F" and "G" 15 in. C618, Coal Fly Ash and Raw or Calcined Natural Pozzoian for use as a Mineral 16 Admixture in Concrete 17 n. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 18 Concrete 19 o. C 1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- 20 Cement Concrete 21 p. C 1602, Standard Specification for Mixing Water Used in the Production of 22 Hydraulic Cement Concrete. 23 q. D698, Laboratory Compaction Characteristics of Soil Using Standard Effort 24 (12,400 ft-Ibf/ft3) 25 3. American Concrete Institute (ACI): 26 a. ACI 305.1-06 Specification for Hot Weather Concreting 27 b. ACI 306.1-90, Standard Specification for Cold Weather Concreting 28 c. ACI318 29 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 30 1.5 SUBMITTALS [NOT USED] 31 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 32 A. Mix Design: submit for approval. See Item 2A.A. 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 34 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 35 1.9 QUALITY ASSURANCE [NOT USED] 36 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 37 1.11 FIELD CONDITIONS 38 A. Weather Conditions 39 1. Place concrete when concrete temperature is between 40 and 100 degrees when 40 measured in accordance with ASTM C 1064 at point of placement. 41 2. Hot Weather Concreting 42 a. Take immediate corrective action or cease paving when the ambient 43 temperature exceeds 95 degrees. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 32 13 13 - 4 CONCRETE PAVING Page 4 of 23 1 b. Concrete paving operations shall be approved by the City when the concrete 2 temperature exceeds 100 degrees. See Standard Specification for Hot Weather 3 Concreting (ACI 305.1-06). 4 3. Cold Weather Concreting 5 a. Do not place when ambient temp in shade is below 40 degrees and falling. 6 Concrete may be placed when ambient temp is above 35 degrees and rising or 7 above 40 degrees. 8 b. Concrete paving operations shall be approved by the City when ambient 9 temperature is below 40 degrees. See Standard Specification for Cold Weather 10 Concreting (ACI 306.1-90). 11 B. Time: Place concrete after sunrise and no later than shall permit the finishing of the 12 pavement in natural light, or as directed by the City. 13 1.12 WARRANTY [NOT USED] 14 PART 2 - PRODUCTS 15 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 16 2.2 MATERIALS 17 A. Cementitious Material: ASTM C 150. 18 B. Aggregates: ASTM C33. 19 C. Water: ASTM C1602. 20 D. Admixtures: When admixtures are used, conform to the appropriate specification: 21 1. Air -Entraining Admixtures for Concrete: ASTM C260. 22 2. Chemical Admixtures for Concrete: ASTM C494, Types "A", "D", "F" and "G." 23 3. Fly Ash 24 a. Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete: 25 ASTM C618. 26 b. Fly ash may be substituted at one pound per pound of cement up to 25% of the 27 specified cement content when such batch design is approved by the Engineer. 28 E. Steel Reinforcement: ASTM A615. 29 F. Steel Wire Reinforcement: Not used for concrete pavement. 30 G. Dowels and Tie Bars 31 1. Dowel and tie bars: ASTM A615. 32 2, Dowel Caps 33 a. Provide dowel caps with enough range of movement to allow complete closure 34 of the expansion joint. 35 b. Caps for dowel bars shall be of the length shown on the Drawings and shall 36 have an internal diameter sufficient to permit the cap to freely slip over the bar. 37 c. In no case shall the internal diameter exceed the bar diameter by more 1/8 inch, 38 and one end of the cap shall be rightly closed. 39 3. Epoxy for Dowel and Tie Bars: ASTM C881. 40 a. See following table for approved producers of epoxies and adhesives CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 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 32 13 13-5 CONCRETE PAVING Page 5 of 23 Pre -Qualified Producers of Epoxies and Adhesives Product Name Producer Concresive 1420 BASF HTE-50 Hilti T 308 + Powers Fasteners P E 1000+ Powers Fasteners C-6 Ramset-Redhead Epcon G-5 Ramset-Redhead Pro-.Poxy-300 Fast Tube Unitex Shep-Poxy Tx1I1 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 SpeePoxy 3000FS 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 CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 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 321313-6 CONCRETE PAVING Page 6 of23 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 immersion in a 5-percent solution of sodium hydroxide for 120-hours. 4. Bar chairs may be rejected for failure to meet any of the requirements of this specification. I. Joint Filler 1. Joint filler is the material placed in concrete pavement and concrete structures to allow for the expansion and contraction of the concrete. 2. Wood Boards: Used as joint filler for concrete paving. a. Boards for expansion joint filler shall be of the required size, shape and type indicated on the Drawings or required in the specifications. 1.) Boards shall be of selected stock of redwood or cypress. The boards shall be sound heartwood and shall be free from sapwood, knots, clustered birdseyes, checks and splits. 2) Joint filler, boards, shall be smooth, flat and straight throughout, and shall be sufficiently rigid to permit ease of installation. 3) Boards shall be furnished in lengths equal to the width between longitudinal joints, and may be furnished in strips or scored sheet of the required shape. 3. Dimensions. The thickness of the expansion joint filler sha]I be shown on the Drawings; the width shall be not less than that shown on the Drawings, providing for the top seal space. 4. Rejection. Expansion joint filler may be rejected for failure to meet any of the requirements of this specification. J. Joint Sealants. Provide Joint Sealants in accordance with Section 32 13 73. K. Curing Materials 1. Membrane -Forming Compounds. a. Conform to the requirements of ASTM C309, Type 2, white pigmented compound and be of such nature that it shall not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete. b. The compound shall produce a firm, continuous uniform moisture -impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. c. It shall, when applied to the damp concrete surface at the specified rate of coverage, dry to touch in 1 hour and dry through in not more than 4 hours under normal conditions suitable for concrete operations. d. It shall adhere in a tenacious film without running off or appreciably sagging. e. It shall not disintegrate, check, peel or crack during the required curing period. f The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 'Various City Project Numbers Revised .August .5, 200 3213 13-7 CONCRETE PAVING Page 7 of 23 1 g. The compound shall be delivered to the job site in the manufacturer's original 2 containers only, which shall be clearly labeled with the manufacturer's name, 3 the trade name of the material and a batch number or symbol with which test 4 samples may be correlated. 5 h. When tested in accordance with ASTM C 15 6 Water Retention by Concrete 6 Curing Materials, the liquid membrane -forming compound shall restrict the loss 7 of water present in the test specimen at the time of application of the curing 8 compound to not more than 0. 0 1 -oz. -per-2 inches of surface. 9 L. Color Materials 10 1. Color Pihment: See Specification 03 35 13. 11 2.3 ACCESSORIES jNOT USED] 12 2.4 SOURCE QUALITY CONTROL 13 A. Mix Design 14 1. Concrete Mix Design and Control 15 a. At least 10 calendar days prior to the start of concrete paving operations, the 16 Contractor shall submit a design of the concrete mix it proposes to use and a 17 full description of the source of supply of each material component. 18 b. The design of the concrete mix shall produce a quality concrete complying with 19 these specifications and shall include the following information: 20 1) Design Requirements and Design Summary 21 2) Material source 22 3) Dry weight of cement/cubic yard and type 23 4) Dry weight of fly ash/cubic yard and type, if used 24 5) Saturated surface dry weight of fine and coarse aggregates/cubic yard 25 6) Design water/cubic yard 26 7) Quantities, type, and name of admixtures with manufacturer's data sheets 27 8) Current strength tests or strength tests in accordance with ACI 318 28 9) Current Sieve Analysis and -200 Decantation of fine and coarse aggregates 29 and date of tests 30 10) Fineness modulus of fine aggregate 31 11) Specific Gravity and Absorption Values of fine and coarse aggregates 32 12) L.A. Abrasion of coarse aggregates 33 c. Once mix design approved by City, maintain intent of mix design and 34 maximum water to cement ratio. 35 d. No concrete may be placed on the job site until the mix design has been 36 approved by the City. 37 2. Quality of Concrete 38 a. Consistency 39 1) In general, the consistency of concrete mixtures shall be such that: 40 a) Mortar shall cling to the coarse aggregate 41 b) Aggregate shall not segregate in concrete when it is transported to the 42 place of deposit 43 c) Concrete, when dropped directly from the discharge chute of the mixer, 44 shall flatten out at the center of the pile, but the edges of the pile shall 45 stand and not flow 46 d) Concrete and mortar shall show no free water when removed from the 47 mixer CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 3213 13 -8 CONCRETE PAVING Page 8 of 23 I c) Concrete shall slide and not flow into place when transported in metal 2 chutes at an angle of 30 degrees with the horizontal 3 f) Surface of the finished concrete shall be free from a surface film or 4 laitance 5 2) When field conditions are such that additional moisture is needed for the 6 final concrete surface finishing operation, the required water shall be 7 applied to the surface by hand sprayer only and be held to a minimum 8 amount. 9 3) The concrete shall be workable, cohesive, possess satisfactory finishing 10 qualities and be of the stiffest consistency that can be placed and vibrated A l into a homogeneous mass. 12 4) Excessive bleeding shall be avoided. 13 5) If the strength or consistency required for the class of concrete being 14 produced is not secured with the minimum cement specified or without 15 exceeding the maximum water/cement ratio, the Contractor may use, or the 16 City may require, an approved cement dispersing agent (water reducer); or 17 the Contractor shall furnish additional aggregates, or aggregates with 18 different characteristics, or the Contractor may use additional cement in 19 order to produce the required results. 20 6) The additional cement may be permitted as a temporary measure, until 21 aggregates are changed and designs checked with the different aggregates 22 or cement dispersing agent. 23 7) The Contractor is solely responsible for the quality of the concrete 24 produced. 25 8) , The City reserves the right to independently verify the quality of the 26 concrete through inspection of the batch plant, testing of the various 27 materials used in the concrete and by casting and testing concrete cylinders 28 or beams on the concrete actually incorporated in the pavement. 29 b. Standard Class 30 1) Unless otherwise shown on the Drawings or detailed specifications, the 31 standard class for concrete paving for streets and alleys is shown in the 32 following table: 33 CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 321313-9 CONCRETE PAVING Page 9 of 23 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 P 517 3600 0.49 1-1/2 H 564 1 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 Minimum 28 Day Min. Maximum Course Concrete' Cementitious Compressive Water/ Aggregate Lb./CY Strength' Cementitious Maximum psi Ratio Size, inch HES 564 4500 0.45 1-1/2 d. SIump 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/Forin-Ridin 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 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 3213 13-10 CONCRETE PAVING Page 10 of23 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. � 60 ISA-19M W4 RKN 11810 6 3.1 INSTALLERS [NOT USED] 7 3.2 EXAMINATION [NOT USED] 8 3.3 PREPARATION [NOT USED] 9 3.4 INSTALLATION 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 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: 1) 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 Paving and Sidewalk improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 3213 13 - I1 CONCRETE PAVING Page 1 I of 23 I 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 I I 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 subgradc 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 S. Sufficient subgrade shall be prepared in advance to ensure satisfactory prosecution 46 of the work. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Nwnhers Revised August 5, 2019 3213 13 -12 CONCRETE PAVING Page 12 of 23 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 18 variation from the true plane for face or top. 19 4) Forms shall be jointed neatly and tightly and set with exactness to the 20 established grade and alignment. 21 5) Forms shall be set to line and grade at least 200 feet, where practicable, in 22 advance of the paving operations. 23 6) In no case shall the base width be less than 8 inches for a form 8 inches or 24 more in height. 25 7) Forms must be in firm contact with the subgrade throughout their length 26 and base width. 27 8) If the subgrade becomes unstable, farms 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 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 321313-13 CONCRETE PAVING Page 13 of 23 1 d. CIean joint face and repair honeycombed or damaged areas within 24 hours 2 after a bulkhead for a transverse construction joint has been removed unless 3 otherwise approved. 4 e. When forms are removed before 72 hours after concrete placement, promptly 5 apply membrane curing compound to the edge of the concrete pavement. 6 E. Placing Reinforcing Steel, Tie, and Dowel Bars 7 1. General 8 a. When reinforcing steel tie bars, dowels, etc., are required they shall be placed 9 as shown on the Drawings. 10 b. All reinforcing steel shall be clean, free from rust in the form of loose or 11 objectionable scale, and of the type, size and dimensions shown on the 12 Drawings. 13 c. Reinforcing bars shall be securely wired together at the alternate intersections 14 and all splices and shall be securely wired at each intersection dowel and load- 15 transmission unit intersected. 16 d. All bars shall be installed in their required position as shown on the Drawings. 17 e. The storing of reinforcing or structural steel on completed roadway slabs 18 generally shall be avoided and, where permitted, such storage shall be limited 19 to quantities and distribution that shall not induce excessive stresses. 20 2. Splices 21 a. Provide standard reinforcement splices by lapping and tying ends. 22 b. Comply with ACI 318 for minimum lap of spliced bars where not specified on 23 the Drawings. 24 3. Installation of Reinforcing Steel 25 a. All reinforcing bars and bar mats shall be installed in the slab at the required 26 depth below the finished surface and supported by and securely attached to bar 27 chairs installed on prescribed longitudinal and transverse centers as shown by 28 sectional and detailed drawings on the Drawings. 29 b. Chairs Assembly. The chair assembly shall be similar and equal to that shown 30 on the Drawings and shall be approved by the City prior to extensive 31 fabrication. 32 c. After the reinforcing steel is securely installed above the subgrade as specified 33 in Drawings and as herein prescribed, no loading shall be imposed upon the 34 bar mats or individual bars before or during the placing or finishing of the 35 concrete. 36 4. Installation of Dowel Bars 37 a. Install through the predrilled joint filler and rigidly support in true horizontal 38 and vertical positions by an assembly of bar chairs and dowel baskets. 39 b. Dowel Baskets 40 1) The dowels shall be held in position exactly parallel to surface and 41 centerline of the slab, by a dowel basket that is left in the pavement. 42 2) The dowel basket shall hold each dowel in exactly the correct position so 43 firmly that the dowel's position cannot be altered by concreting operations. 44 c. Dowel Caps 45 1) Install cap to allow the bar to move not less than 1-1/4 inch in either 46 direction. 47 5. Tie Bar and Dowel PIacement 48 a. Place at mid -depth of the pavement slab, parallel to the surface. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 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 321313-14 CONCRETE PAVING Page 14 of 23 b. Place 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 bole with approved epoxy before inserting the tic 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 1/8 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 WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 32 13 13 - 15 CONCRETE PAVING Page 15 of 23 1 e. The joints shall be constructed by sawing to a 114 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 1/4 inch radius. 22 e. Any surplus concrete on the su.bgrade 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 buttjoint 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 Imber of much higher moisture content is desirable and acceptable. 35 e. The joint filler shall be appropriately drilled to admit the dowel bars when 36 required. 37 f. The bottom edge of the filler shall extend to or slightly below the bottom of the 38 slab. The top edge shall be held approximately 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 Iength 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 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 3213 13 - 16 CONCRETE PAVING Page 16 of 23 1 G. Placing Concrete 2 1. Unless otherwise specified in the Drawings, the finished pavement shall be 3 constructed monolithically and constructed by machined laid method unless 4 impractical. 5 2. The concrete shall be rapidly deposited on the subgrade in successive batches and 6 shall be distributed to the required depth and for the entire width of the pavement 7 by shoveling or other approved methods. 8 3. Any concrete not placed as herein prescribed within the time limits in the following 9 table will be rejected. Time begins when the water is added to the mixer. 10 Temperature — Time Requirements 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 plaeement Max Time minutes (no retarding age t 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 l Normal 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 1/16 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 118 inch. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 3213 13-17 CONCRETE PAVING Page 17 of23 1 4) Any surface not within the tolerance limits shall be reworked and 2 refinished. 3 b. Edging 4 1) The edges of slabs and all joints requiring edging shall be carefully tooled 5 with an edger of the radius required by the Drawings at the time the 6 concrete begins to take its "set" and becomes non -workable. 7 2) All such work shall be left smooth and true to lines. 8 2. Hand 9 a. Hand finishing permitted only in intersections and areas inaccessible to a 10 finishing machine. 11 b. When the hand method of striking off and consolidating is permitted, the 12 concrete, as soon as placed, shall be approximately leveled and then struck off 13 with screed bar to such elevation above grade that, when consolidated and 14 finished, the surface of the pavement shall be at the grade elevation shown on 15 the Drawings. 16 c. A slight excess of material shall be kept in front of the cutting edge at all times. 17 d. The straightedge and joint finishing shall be as prescribed herein. 18 3. Integrally Colored Concrete Finish 19 a. Integrally Colored Concrete Finish: After final floating, apply_ a hand- 20 trowel finish followed by a broom finish to concrete. 21 1) Burlap Finish: Drag a seamless strip of damp burlap_ across float- 22 finished concrete, perpendicular to line of traffic, to provide a uniform, 23 gritty texture. 24 2) Medium -to -Fine -Textured Broom Finish: Draw a soft bristle broom 25 across float -finished concrete surface, perpendicular to line of traffic, 26 to provide a uniform, fine -line texture. 27 3) Medium -to -Coarse -Textured Broom Finish: Provide a coarse finish by 28 striating float -finished concrete surface 1116 to 1/8 inch (1.6 to 3 mm) 29 deep with a stiff -bristled broom, perpendicular to line of traffic. 30 b. See also Section 03 35 13. 31 I. Curing 32 1. The curing of concrete pavement shall be thorough and continuous throughout the 33 entire curing period. 34 2. Failure to provide proper curing as herein prescribed shall be considered as 35 sufficient cause for immediate suspension of the paving operations. 36 3. The curing method as herein specified does not preclude the use of any of the other 37 commonly used methods of curing, and the City may approve another method of 38 curing if so requested by the Contractor. 39 4. If any selected method of curing does not afford the desired results, the City shall 40 have the right to order that another method of curing be instituted. 41 5. After removal of the side forms, the sides of the slab shall receive a like coating 42 before earth is banked against them. 43 6. The solution shall be applied, under pressure with a spray nozzle, in such a manner 44 as to cover the entire surfaces thoroughly and completely with a uniform film. 45 7. The rate of application shall be such as to ensure complete coverage and shall not 46 exceed 20-square-yards-per-gallon of curing compound. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 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 3213 13 - 18 CONCRETE PAVING Page 18 of 23 8. When thoroughly dry, it shall provide a continuous and flexible membrane, free from cracks or pinholes, and shall not disintegrate, check, peel or crack during the curing period. 9. If for any reason the seal is broken during the curing period, it shall be immediately repaired with additional sealing solution. 10. When tested in accordance with ASTM C 156 Water Retention by Concrete Curing Materials, the curing compound shall provide a film which shall have retained within the test specimen a percentage of the moisture present in the specimen when the curing compound was applied according to the following. 11. Contractor shall maintain and properly repair damage to curing materials on exposed surfaces of concrete pavement continuously for a least 72 hours. J. Monolithic Curbs 1. Concrete for monolithic curb shall be the same as for the pavement and, if carried back from the paving mixer, shall be placed within 20-minutes after being mixed. 2. After the concrete has been struck off and sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden flat. 3. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on the Drawings. 4. All exposed surfaces of curb shall be brushed to a smooth and uniform surface. K. Alley Paving 1. Alley paving shall be constructed in accordance with the specifications for concrete paving hereinbefore described, in accordance with the details shown on the Drawings, and with the following additional provisions: a. Alley paving shall be constructed to the typical cross sections shown on the Drawings. b. Transverse expansion joints of the type shown on the Drawings shall be constructed at the property line on each end of the alley with a maximum spacing of 600 feet. c. Transverse contraction and dummy joints shall be placed at the spacing shown on the Drawings. d. Contraction and dummy joints shall be formed in such a manner that the required joints shall be produced to the satisfaction of the City. e. All joints shall be constructed in accordance with this specification and filled in accordance with the requirement of Section 32 13 73. L. Pavement Leaveouts 1. Pavement leaveouts as necessary to maintain and provide for local traffic shall be provided at location indicated on the Drawings or as directed by the City. 2. The extent and location of each leaveout required and a suitable crossover connection to provide for traffic movements shall be determined in the field by the City. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Constnection Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 321313-19 CONCRETE PAVING Page 19 of 23 1 M. Texturina 2 1. Roller Texturing: While initially finished concrete is plastic, cover surface with 3 polyethylene film, stretch taut to remove wrinkles, lap sides and ends with 3 4 inches 75 mm and secure to edge forms. Lightly broom surface to remove 5 air bubbles. Accurately align roller and repeat rolling operation to produce_ 6 required imprint pattern and depth of imprint on concrete surface. Hand 7 stamp surfaces inaccessible to roller. Unroll and remove polyethylene film 8 immediately after rolling stamping. 9 a. AntiquingA Agent: Apply over liquid release agent according to 10 manufacturer's written instructions. 11 N. Decorative Concrete Pavement Schedule 12 1. Textured Decorative Cement Concrete Pavement (submit sample to City fo 13 Approval) 14 a. Locations indicated on plans. 15 1) Coloring Method: Integrally colored 16 a) Color: As noted on plans and in Section 03 35 13. 17 b) Release Agents: As noted in Section 03 35 13. 18 O. Mow Strips 19 1. Mow Strips -shall be constructed to thetypical cross-section shown on the 20 Drawinas. 21 2. Expansion joints shall be provided at all connections to adjacent curbs or 22 pavement. 23 3. All ioints shall he constructed in accordance with this specification. 24 4. Concrete to be 3000 PSI, trowel finish. 25 3.5 REPAIR 26 A. Repair of concrete pavement concrete shall be consistent with the Drawings and as 27 specified in Section 32 0129. 28 3.6 RE -INSTALLATION [NOT USED] 29 3.7 SITE QUALITY CONTROL 30 31 32 33 34 35 36 37 38 39 40 41 42 43 A. Concrete PIacement Place concrete using a fully automated paving machine. Hand paving only permitted in areas such as intersections where use of paving machine is not practical a. All concrete pavement not placed by hand shall be placed using a fully automated paving machine as approved by the City. b. Screeds will not be allowed except if approved by the City. B. Testing of Materials 1. Samples of all materials for test shall be made at the expense of the City, unless otherwise specified in the special provisions or in the Drawings. 2. In the event the initial sampling and testing does not comply with the specifications, all subsequent testing of the material in order to detennine if the material is acceptable shall be at the Contractor's expense at the same rate charged by the commercial laboratories. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 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 3213 13 -20 CONCRETE PAVING Page 20 of23 3. All testing shall be in accordance with applicable ASTM Standards and concrete testing technician must be ACI certified or equivalent. C. Pavement Thickness Test l . 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 he 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. 5. 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 1. During the progress of the work the City shall provide trained technicians to cast test cylinders for conforming to AS TM C31, to maintain a check on the compressive strengths of the concrete being placed. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARI) CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 3213 13 - 21 CONCRETE PAVING Page 21 of 23 1 2. After the cylinders have been cast, they shall remain on the job site and then 2 transported, moist cured, and tested by the City in accordance with ASTM C31 and 3 ASTM C39. 4 3. In each set, I of the cylinders shall be tested at 7 days, 2 cylinders shall be tested at 5 28 days, and 1 cylinder shall be held or tested at 56 days, if necessary. 6 4. If the 28 day test results indicate deficient strength, the Contractor may, at its option 7 and expense, core the pavement in question and have the cores tested by an 8 approved laboratory, in accordance with ASTM C42 and ACI 318 protocol, except 9 the average of all cores must meet 100 percent of the minimum specified strength, to with no individual core resulting in less than 90 percent of design strength, to I I override the results of the cylinder tests. 12 5. Cylinders and/or cores must meet minimum specified strength. If cylinders do not 13 meet minimum specified strength, additional cores shall be taken to identify the 14 limits of deficient concrete pavement at the expense of the Contractor. 15 6. Cylinders and/or cores must meet minimum specified strength. Pavement not 16 meeting the minimum specified strength shall be subject to the money penalties or 17 removal and placement at the Contractor's expense as show in the following table. 18 Percent Deficient Percent of Contract Price Allowed Greater Than 0 percent - Not More Than 10 ercent 90- ercent Greater Than 10 percent - Not More Than 15 percent 80- ercent Greater Than 15 percent 0-percent or removed and replaced at the entire cost and expense of Contractor as directed by City 19 20 7. The amount of penalty shall be deducted from payment due to Contractor; such as 21 penalty deducted is to defray the cost of extra maintenance. 22 8. The strength requirements for structures and other concrete work are not altered by 23 the special provision. 24 9. No additional payment over the contract unit price shall be made for any pavement 25 of strength exceeding that required by the Drawings and/or specifications. 26 E. Cracked Concrete Acceptance Policy 27 1, if cracks exist in concrete pavement upon completion of the project, the Project 28 Inspector shall make a determination as to the need for action to address the 29 cracking as to its cause and recommended remedial work. 30 2. If the recommended remedial work is routing and scaling of the cracks to protect 31 the subgrade, the Inspector shall make the determination as to whether to rout and 32 seal the cracks at the time of final inspection and acceptance or at any time prior to 33 the end of the project maintenance period. The Contractor shall perform the routing 34 and sealing work as directed by the Project Inspector, at no cost to the City, 35 regardless of the cause of the cracking. 36 3. If remedial work beyond routing and sealing is determined to be necessary, the 37 Inspector and the Contractor will attempt to agree on the cause of the cracking. If 38 agreement is reached that the cracking is due to deficient materials or workmanship, 39 the Contractor shall perform the remedial work at no cost to the City. Remedial 40 work in this case shall be limited to removing and replacing the deficient work with 41 new material and workmanship that meets the requirements of the contract. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 3213 13 - 22 CONCRETE PAVING Page 22 of 23 1 4. If remedial work beyond routing and sealing is determined to be necessary, and the 2 Inspector and the Contractor agree that the cause of the cracking is not deficient 3 materials or workmanship, the City may request the Contractor to provide an 4 estimate of the cost of the necessary remedial work and/or additional work to 5 address the cause of the cracking, and the Contractor will perform that work at the 6 agreed -upon price if the City elects to do so. 7 5. If remedial work is necessary, and the Inspector and the Contractor cannot agree on 8 the cause of the cracking, the City may hire an independent geotechnical engineer 9 to perform testing and analysis to determine the cause of the cracking. The 10 contractor will escrow 50 percent of the proposed costs of the geotechnical contract 11 with the City. The Contractor and the City shall use the services of a geotechnical 12 firm acceptable to both parties. 13 6. If the geotechnical engineer determines that the primary cause of the cracking is the 14 Contractor's deficient material or workmanship, the remedial work will be 15 performed at the Contractor's entire expense and the Contractor will also reimburse 16 the City for the balance of the cost of the geotechnical investigation over and above 17 the amount that has previously been escrowed. Remedial work in this case shall be 18 limited to removing and replacing the deficient work with new material and 19 workmanship that meets the requirements of the contract. 20 7. If the geotechnical engineer determines that the primary cause of the cracking is not 21 the Contractor's deficient material or workmanship, the City will return the 22 escrowed funds to the Contractor. The Contractor, on request, will provide the City 23 an estimate of the costs of the necessary remedial work and/or additional work and 24 will perform the work at the agreed -upon price as directed by the City. 25 3.8 SYSTEM STARTUP [NOT USED] 26 3.9 ADJUSTING [NOT USED] 27 3.10 CLEANING [NOT USED] 28 3.11 CLOSEOUT ACTIVITIES [NOT USED] 29 3.12 PROTECTION [NOT USED] 30 3.13 MAINTENANCE [NOT USED] 31 3.14 ATTACHMENTS [NOT USED] 32 CITY OF FORT WORTH 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City ProjectNumbers Revised August 5, 2019 3213 13 - 23 CONCRETE PAVING Page 23 of 23 END OF SECTION Revision Log DATE NAME SUNEVIARY OF CHANGE 12/20/2012 1.2.A --- Modified items to be included in price bid 05/21/2014 Doug Rademaker 2.2.D — Modified to clarify acceptable lly ash substitution in concrete paving 08/05/2019 Scott Arnold Added Integral Colored Concrete Truck Apron (I. LA, 1. l .C, 1.2.13, 2.2.L, 3.4.14.3, 3.4.M, 3.4.N, 3.4.0 CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 32 17 23 PAVEMENT MARKINGS 321723-1 PAVEMENT MARKINGS Page 1 of 11 5 A. Section Includes: 6 1. Pavement Markings 7 a. Thermoplastic, hot -applied, spray (HAS) pavement markings 8 b. Thermoplastic, hot -applied, extruded (HAE) pavement markings 9 c. Preformed polymer tape 10 d. Preformed heat -activated thermoplastic tape 1 I e. Nail down curb, plastic 12 2. Raised markers 13 3. Work zone markings 14 4. Removal of pavement markings and markers is B. Deviations from this City of Fort Worth Standard Specification 16 1. None. 17 C. Related Specification Sections include, but are not necessarily limited to: 18 1. Division 0 —Bidding Requirements, Contract Forms and Conditions of the Contract 19 2. Division I — General Requirements 20 1.2 PRICE AND PAYMENT PROCEDURES 21 A. Measurement and Payment 22 1. Pavement Markings 23 a. Measurement 24 1) Measurement for this Item shall be per linear foot of material placed. 25 b. Payment 26 1) The work performed, and materials furnished in accordance with this Item 27 and measured as provided under "Measurement" shall be paid for at the 28 unit price bid per linear foot of "Pvmt Marking" installed for: 29 a) Various Widths 30 b) Various Types 31 c) Various Materials 32 d) Various Colors 33 c. The price bid shall include: 34 1) Installation of Pavement Marking 35 2) Glass beads, when required 36 3) Surface preparation 37 4) CIean-up 38 5) Testing (when required) 39 2. Legends 40 a. Measurement 41 1) Measurement for this Item shall be per each Legend installed. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised ,August 5, 2019 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 321723 -2 PAVEMENT MARKINGS Page 2 of I I b. Payment 1) The work performed, and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Legend" installed for: a) Various types b) Various applications c. The price bid shall include: 1) Installation of Pavement Marking 2) Glass beads, when required 3) Surface preparation 4) Clean-up 5) Testing 3. Raised Markers a. Measurement 1) Measurement for this Item shall be per each Raised Marker installed. b. Payment 1) The work performed, and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Raised Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Raised Markers 2) Surface preparation 3) Clean-up 4) Testing 4. Work Zone Tab Markers a. Measurement 1) Measurement for this Item shall be per each Tab Marker installed. b. Payment 1) The work performed, and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Tab Marker" installed for: a) Various types c. The price bid shall include: 1) Installation of Tab Work Zone Markers 5. Fire Lane Markings a. Measurement 1) Measurement for this Item shall be per the linear foot. b. Payment 1) The work performed, and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per linear foot of "Fire Lane Marking" installed. c. The price bid shall include: 1) Surface preparation 2) Clean-up 3) Testing 6. Pavement Marking Removal a. Measurement 1) Measure for this Item shall be per linear foot. b. Payment CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 321723-3 PAVEMENT MARKINGS Page 3 of I 1 1 1) The work performed and materials furnished in accordance with this Item 2 and measured as provided under "Measurement" shall be paid for at the 3 unit price bid per linear foot of "Remove Pvmt Marking" performed for: 4 a) Various widths 5 c. The price bid shall include: 6 1) Removal of Pavement Markings 7 2) Clean-up 8 7. Raised Marker Removal 9 a. Measurement 10 1) Measurement for this Item shall be per each Pavement Marker removed. 11 b. Payment 12 1) The work performed and materials furnished in accordance with this Item 13 shalI be paid for at the unit price bid per each "Remove Raised Marker" 14 performed. 15 c. The price bid shall include: 16 1) Removal of each Marker 17 2) Disposal of removed materials 18 3) Clean-up 19 8. Legend Removal 20 a. Measurement 21 1) Measure for this Item shall be per each Legend removed. 22 b. Payment 23 1) The work performed and materials furnished in accordance with this Item 24 and measured as provided under "Measurement" shall be paid for at the 25 unit price bid per linear foot of "Remove Legend" performed for: 26 a) Various types 27 b) Various applications 28 c. The price bid shall include: 29 1) Removal of Pavement Markings 30 2) Clean-up 31 1.3 REFERENCES 32 A. Reference Standards 33 1. Reference standards cited in this Specification refer to the current reference 34 standard published at the time of the latest revision date logged at the end of this 35 Specification, unless a date is specifically cited. 36 2. Texas Manual on Uniform Traffic Control Devices (MUTCD), 2011 Edition 37 a. Part 3, Markings 38 3, American Association of State Highway iway and Transportation Officials (AASHTO) 39 a. Standard Specification for Glass Beads Used in Pavement Markings, M 247-09 40 4. Federal Highway Administration (FHWA) 41 a. 23 CFR Part 655, FHWA Docket No. FHWA-2009-0139 42 5. Texas Department of Transportation TxDOT) 43 a. DMS-4200, Pavement Markers (Reflectorized) 44 b. DMS-4300, Traffic Buttons 45 c. DMS-8220, Hot Applied Thermoplastic 46 d. DMS-8240, Pennanent Prefabricated Pavement Markings 47 e. DMS-8241, Removable Prefabricated Pavement Markings CITY OF FORT WORT14 2020 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 321723-4 PAVEMENT MARKINGS Page 4 of I I 1 f. DMS-8242, Temporary Flexible -Reflective Road Marker Tabs 2 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 3 1.5 SUBMITTALS 4 A. Submittals shall be in accordance with Section 0133 00. 5 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 6 specials. 7 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS f NOT USED] 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE [NOT USED] 11 1.10 DELIVERY, STORAGE, AND HANDLING 12 A. Storage and Handling Requirements 13 1. The Contractor shall secure and maintain a location to store the material in 14 accordance with Section 01 50 00. 15 1.11 FIELD f SITE] CONDITIONS [NOT USED] 16 1.12 WARRANTY [NOT USED] 17 PART 2 - PRODUCTS 18 2.1 OWNER -SUPPLIED PRODUCTS 19 A. New Products 20 1. Refer to Drawings to determine if there are owner -supplied products for the Project. 21 2.2 MATERIALS 22 A. Manufacturers 23 1. Only the manufacturers as listed in the City's Standard Products List will be 24 considered as shown in Section 0160 00. 25 a. The manufacturer must comply with this Specification and related Sections. 26 2. Any product that is not listed on the Standard Products List is considered a 27 substitution and shall be submitted in accordance with Section 01 25 00. 28 B. Materials 29 1. Pavement Markings 30 a. Thermoplastic, hot applied, spray 31 1) Refer to Drawings and City Standard Detail Drawings for width of 32 longitudinal lines. 33 2) Product shall be especially compounded for traffic markings. 34 3) When placed on the roadway, the markings shall not be slippery when wet, 35 lift from pavement under normal weather conditions nor exhibit a tacky 36 exposed surface. CITY OF FORT WORTH 2020 Paving and sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Lumbers Revised August 5, 2019 321723-5 PAVEMENT MARKINGS Page 5 of 11 1 4) Cold ductility of the material shall permit normal road surface expansion 2 and contraction without chipping or cracking. 3 5) The markings shall retain their original color, dimensions and placement 4 under normal traffic conditions at road surface temperatures of 158 degrees 5 Fahrenheit and below. 6 6) Markings shall have uniform cross-section, clean edges, square ends and no 7 evidence of tracking. 8 7) The density and quality of the material shall be uniform throughout the 9 markings. 10 8) The thickness shall be uniform throughout the length and width of the 11 markings. 12 9) The markings shall be 95 percent free of holes and voids, and free of 13 blisters for a minimum of 60 days after application. 14 10) The material shall not deteriorate by contact with sodium chloride, calcium 15 chloride or other chemicals used to prevent roadway ice or because of the 16 oil content of pavement markings or from oil droppings or other effects of 17 traffic. 18 11) The material shall not prohibit adhesion of other thermoplastic markings if, 19 at some future time, new markings are placed over existing material. 20 a) New material shall bond itself to the old line in such a manner that no 21 splitting or separation takes place. 22 12) The markings placed on the roadway shall be completely retroreflective 23 both internally and externally with traffic beads and shall exhibit uniforrn 24 retro-directive reflectance. 25 13) Traffic beads 26 a) Manufactured from glass 27 b) Spherical in shape 28 c) Essentially free of sharp angular particles 29 d) Essentially free of particles showing cloudiness, surface scoring or 30 surface scratching 31 e) Water white in color 32 f) Applied at a uniform rate 33 g) Meet or exceed Specifications shown in AASHTO Standard 34 Specification for Glass Beads Used in Pavement Markings, AASHTO 35 Designation: M 247-09. 36 b. Thermoplastic, hot applied, extruded 37 1) Product shall be especially compounded for traffic markings 38 2) When placed on the roadway, the markings shall not be slippery when wet, 39 lift from pavement under normal weather conditions nor exhibit a tacky 40 exposed surface. 41 3) Cold ductility of the material shall permit normal road surface expansion 42 and contraction without chipping or cracking. 43 4) The markings shall retain their original color, dimensions and placement 44 under normal traffic conditions at road surface temperatures of 158 degrees 45 Fahrenheit and below. 46 5) Markings shall have uniform cross-section, clean edges, square ends and no 47 evidence of tracking. 48 6) The density and quality of the material shall be uniform throughout the 49 markings. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 321723 -6 PAVEMENT MARKINGS Page 6 of 11 1 7) The thickness shall be uniform throughout the length and width of the 2 markings. 3 8) The markings shall be 95 percent free of holes and voids, and free of 4 blisters for a minimum of 60 days after application. 5 9) The minimum thickness of the marking, as measured above the plane 6 formed by the pavement surface, shall not be less than 1 /8 inch in the center 7 of the marking and 3132 inch at a distance of 1/2 inch from the edge. 8 10) Maximum thickness shall be 3116 inch. 9 11) The material shall not deteriorate by contact with sodium chloride, calcium 10 chloride or other chemicals used to prevent roadway ice or because of the I oil content of pavement markings or from oil droppings or other effects of 12 traffic. 13 12) The material shall not prohibit adhesion of other thermoplastic markings if, 14 at some future time, new markings are placed over existing material. New 15 material shall bond itself to the old line in such a manner that no splitting or 16 separation takes place. 17 13) The markings placed on the roadway shall be completely retroreflective 18 both internally and externally with traffic beads and shall exhibit uniform 19 retro-directive reflectance. 20 14) Traffic beads 21 a) Manufactured from glass 22 b) Spherical in shape 23 c) Essentially free of sharp angular particles 24 d) Essentially free of particles showing cloudiness, surface scoring or 25 surface scratching 26 e) Water white in color 27 f) Applied at a uniform rate 28 g) Meet or exceed Specifications shown in AASHTO Standard 29 Specification for Glass Beads Used in Pavement Markings, AASHTO 30 Designation: M 247-09. 31 c. Preformed Polymer Tape 32 1) Material shall meet or exceed the Specifications for SWARCO Director 35, 33 3M High Performance Tape Series 3801 ES, or approved equal. 34 d. Preformed Heat -Activated Thermoplastic Tape 35 1) Material shall meet or exceed the Specifications for HOT Tape Brand 0.125 36 mil preformed thermoplastic or approved equal. 37 e. Nail Down Curb, Plastic 38 1) Curb shall meet or exceed the Specification for TUFF Curb nail clown 39 curb or approved equal. 40 2. Raised Markers 41 a. Markers shall meet the requirements of the Texas Manual on Uniform Traffic 42 Control Devices. 43 b. Non -reflective markers shall be Type Y (yellow body) and Type W (white 44 body) round ceramic markers and shall meet or exceed the TxDOT 45 Specification DMS-4300. 46 c. The reflective markers shall be plastic, meet or exceed the TxDOT 47 Specification DMS-4200 for high -volume retroreflective raised markers and be 48 available in the following types: 49 1) Type I-C, white body, 1 face reflects white 50 2) Type H-A-A, yellow body, 2 faces reflect amber CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 321723-7 PAVEMENT MARKINGS Page 7 of 11 1 3) Type II-C-R, white body, I face reflects white, the other red 2 d. LED raised pavement markers shall meet or exceed the Specifications for 3 Flash Auto raised pavement markers or approved equal. 4 5 3. Work Zone Markings 6 a. Tabs 7 1) Temporary flexible -reflective roadway marker tabs shall meet requirements 8 of TxDOT DMS-8242, "Temporary Flexible -Reflective Road Marker 9 Tabs." 10 2) Removable markings shall not be used to simulate edge lines. 11 3) No segment of roadway open to traffic shall remain without permanent 12 pavement markings for a period greater than 14 calendar days. 13 b. Raised Markers 14 1) All raised pavement markers shall meet the requirements of DMS-4200. 15 c. Striping 16 1) Work Zone striping shall meet or exceed the TxDOT Specification DMS- 17 8200. 18 2.3 ACCESSORIES [NOT USED] 19 2.4 SOURCE QUALITY CONTROL 20 A. Performance 21 1. Minimum maintained retroreflectivity levels for longitudinal markings shall meet 22 the requirements detailed in the table below for a minimum of 30 calendar days. 23 24 25 26 27 28 29 30 Posted Speed m h S 30 35 — 50 ? 55 2-lane roads with centerline markings only (1) n/a 100 250 All other roads 2 n/a 50 100 (1) Measured at standard 30-m geometry in units ofined/mL/lux. (2) Exceptions: A. When raised reflective pavement markings (RRPMs) supplement or substitute for a longitudinal line, minimum pavement marking retroreflectivity levels are not applicable as long as the RRPMs are maintained so that at least 3 are visible from any position along that line during nighttime conditions. B. When continuous roadway lighting assures that the markings are visible, minimum pavement marking retroreflectivity levels are not applicable. 31 PART 3 - EXECUTION 32 3.1 EXAMINATION [NOT USED] 33 3.2 PREPARATION 34 A. Pavement Conditions 35 1. Roadway surfaces shall be free of dirt, grease, loose and/or flaking existing 36 markings and other forms of contamination. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 321723-8 PAVEMENT MARKINGS Page 8 of 11 1 2. New Portland cement concrete surfaces shall be cleaned sufficiently to remove the 2 curing membrane. 3 3. Pavement to which material is to be applied shall be completely dry. 4 4. Pavement shall be considered dry, if, on a sunny day after observation for 15 5 minutes, no condensation develops on the underside of a 1 square foot piece of 6 clear plastic that has been placed on the pavement and weighted on the edges. 7 5. Equipment and methods used for surface preparation shall not damage the 8 pavement or present a hazard to motorists or pedestrians. 9 3.3 INSTALLATION 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 A. General I. The materials shall be applied according to the manufacturer's recommendations. 2. Markings and markers shall be applied within temperature limits recommended by the material manufacturer, and shall be applied on clean, dry pavement having a surface temperature above 50 degrees Fahrenheit. 3. Markings that are not properly applied due to faulty application methods or being placed in the wrong position or alignment shall be removed and replaced by the Contractor at the Contractor's expense. If the mistake is such that it would be confusing or hazardous to motorists, it shall be remedied the same day of notification. Notification will be made by phone and confirmed by fax. Other mistakes shall be remedied within 5 days of written notification. 4. When markings are applied on roadways open to traffic, care will be taken to ensure that proper safety precautions are followed, including the use of signs, cones, barricades, flaggers, etc. 5. Freshly applied markings shall be protected from traffic damage and disfigurement. 6. Temperature of the material must be equal to the temperature of the road surface before allowing traffic to travel on it. B. Pavement Markings 1. Thermoplastic, hot applied, spray a. This method shall be used to install and replace long lines centerlines, lane lines, edge lines, turn lanes, and dots. b. Markings shall be applied at a 110 mil thickness. c. Markings shall be applied at a 90 mil thickness when placed over existing markings. d. A sealer shall be used if concrete or asphalt is older than three (3) years. e. Typical setting time shall be between 4 minutes and 10 minutes depending upon the roadway surface temperature and the humidity factor. f. Retroreflective raised markers shall be used to supplement the centerlines, lane lines, and turn lanes. Refer to City Standard Detail Drawings for placement. g. Minimum retroreflectivity of markings shall meet or exceed values shown in subparagraph 2.4.A.1 of this Specification. 2. Thermoplastic, hot applied, extruded a. This method shall be used to install and replace crosswalks and stop lines. b. Markings shall be applied at a 125 mil thickness. c. Minimum retroreflectivity of markings shall meet or exceed values shown in this Specification. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 Li= 3217D-9 PAVEMENT MARKINGS Page 9 of I 1 1 3. Preformed Polymer Tape 2 a. This method shall be used to install and replace crosswalks, stop -lines, and 3 legends. 4 b. The applied marking shall adhere to the pavement surface with no slippage or 5 lifting and have square ends, straight lines and clean edges. 6 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 7 this Specification. 8 4. Preformed Heat -Activated Thermoplastic Tape 9 a. This method shall be used to install and. replace crosswalks, stop -lines, and 10 Iegends. 11 b. The applied marking shall adhere to the pavement surface with no slippage or 12 lifting and have square ends, straight lines and clean edges. 13 c. Minimum retroreflectivity of markings shall meet or exceed values shown in 14 this Specification. 15 C. Raised Markers 16 1. All permanent raised pavement markers on Portland Cement roadways shall be 17 installed with epoxy adhesive. Bituminous adhesive is not acceptable. 18 2. All permanent raised pavement markers on new asphalt roadways may be installed 19 with epoxy or bituminous adhesive. 20 3. A chalk line, chain or equivalent shall be used during layout to ensure that 21 individual markers are properly aligned. All markers shall be placed uniformly 22 along the line to achieve a smooth continuous appearance. 23 D. Work Zone Markings 24 1. Work shall be performed with as little disruption to traffic as possible. 25 2. Install longitudinal markings on pavement surfaces before opening to traffic. 26 3. Maintain lane alignment traffic control devices and operations until markings are 27 installed. 28 4. Install markings in proper alignment in accordance with the Texas MUTCD and as 29 shown on the Drawings. 30 5. Place standard longitudinal lines no sooner than 3 calendar days after the placement 31 of a surface treatment, unless otherwise shown on the Drawings. 32 6. Place markings in proper alignment with the location of the final pavement 33 markings. 34 7. Do not use raised pavement markers for words, symbols, shapes, or diagonal or 35 transverse lines. 36 8. All markings shall be visible from a distance of 300 feet in daylight conditions and 37 from a distance of at least 160 feet in nighttime conditions, illuminated by low- 38 beam automobile headlight. 39 9. The daytime and nighttime reflected color of the markings must be distinctly white 40 or yellow. 41 10. The markings must exhibit uniform retroreflective characteristics. 42 11. Epoxy adhesives shall not be used to work zone markings. 43 3.4 REMOVALS 44 1. Pavement Marking and Marker Removal CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 321723-10 PAVEMENT MARKINGS Page 10 of I 1 I a. The industry's best practice shall be used to remove existing pavement 2 markings and markers. 3 b. If the roadway is being damaged during the marker removal, Work shall be 4 halted until consultation with the City. 5 c. Removals shall be done in such a matter that color and texture contrast of the 6 pavement surface will be held to a minimum. 7 d. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 8 '/a inch in depth resulting from the removal of pavement markings and markers. 9 Driveway patch asphalt emulsion may be broom applied to reseal damage to 10 asphaltic surfaces. 11 e. Dispose of markers in accordance with federal, state, and local regulations. 12 f. Use any of the following methods unless otherwise shown on the Drawings. 13 1) Surface Treatment Method 14 a) Apply surface treatment at rates shown on the Drawings or as directed. 15 Place a surface treatment a minimum of 2 feet wide to cover the 16 existing marking. 17 b) Place a surface treatment, thin overlay, or microsurfacing a minimum 18 of 1 lane in width in areas where directional changes of traffic are 19 involved or in other areas as directed by the City. 20 2) Burn Method 21 a) Use an approved burning method. 22 b) For thermoplastic pavement markings or prefabricated pavement 23 markings, heat may be applied to remove the bulk of the marking 24 material prior to blast cleaning. 25 c) When using heat, avoid spalling pavement surfaces. 26 d) Sweeping or light blast cleaning may be used to remove minor residue. 27 3) Blasting Method 28 a) Use a blasting method such as water blasting, abrasive blasting, water 29 abrasive blasting, shot blasting, slurry blasting, water -injected abrasive 30 blasting, or brush blasting as approved. 31 b) Remove pavement markings on concrete surfaces by a blasting method 32 only. 33 4) Mechanical Method 34 a) Use any mechanical method except grinding. 35 b) Flail milling is acceptable in the removal of markings on asphalt and 36 concrete surfaces. 37 2. If a location is to be paved over, no additional compensation will be allowed for 38 marking or marker removal. 39 3.5 REPAIR / RESTORATION [NOT USED] 40 3.6 RE -INSTALLATION [NOT USED] 41 3.7 FIELD QUALITY CONTROL 42 A. All Iines must have clean edges, square ends, and be uniform cross-section. 43 B. The density and quality of markings shall be uniform throughout their thickness. 44 C. The applied markings shall have no more than 5 percent, by area, of holes or voids and 45 shall be free of blisters. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 321723 -11 PAVEMENT MARKINGS Page 11 of 11 1 3.8 SYSTEM STARTUP [NOT USED] 2 3.9 ADJUSTING [NOT USED] 3 3.10 CLEANING 4 A. Contractor shall clean up and remove all loose material resulting from construction 5 operations. 6 3.11 CLOSEOUT ACTIVITIES [NOT USED] 7 3.12 PROTECTION [NOT USED] 8 3.13 MAINTENANCE [NOT USED] 9 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Removed paint type marking, updated references, added sealer language 08/05/19 S. Arnold Added nail down curb and LED raised pavement markers. CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised August 5, 2019 APPENDIX GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.24 Nondiscrimination: None GR-01 60 00 Product Requirements CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 'Various City Project Numbers Revised July t, 2011 GC-6®060D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2O20 Paving and Sidewalk improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 ATTACHMENT 1C Page 1 of 4 FORT WORTH OFFEROR COMPANY NAME: PROJECT NAME: City of Fort Worth Minority Business Enterprise MBE Good Faith Effort Form Check applicable block to describe Offeror M=/DBE I I NON-MAW/DBE 2020 Paving and Sidewalk Improvements Unit Price Construction Contract BID ©ATE 811512019 City's MBE Project Goal: Offeror's MBE Project Commitment: I PROJECT NUMBER 10 % I % If the Offeror did not rivet or exceed file MBE subcontracting goal for (his project, the Offeror must complete this fomil _ If the Offeror's method of compliance with the IVIBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing j misrepresentation of the facts or intentional discrimination by the Offeror. Failure to complete this fori-n. In its entirety with supporting documentation!, and received by the Purchasing Division no later than, 2.00 p.m. oa the second City busiiles:, ua'y' after bid opening, exclusive of bid opening date, wili result in the bid being considered non -responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a MBE or non -MBE. (DO NOT LIST NAMES OF FIRMS) On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities I List of Supplier Opportunities Rev. 2110115 ATTACHMENT 1C Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of MBE subcontractors and/or suppliers from the City's MIWBE Office. Yes Date of Listing I 1. No 3.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by trail, exclusive of the day the bids are opened? Yes (If yes, attach MBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes, attach list to include name of MBE firm, ep rson contacted, phone number and date and time of contact.) No 5.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? Yes (If yes, attach list to include name of MBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the GFE non -responsive.) No 6.) Did you solicit bids from MBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? Yes (If yes, attach email confirmation to include name of MBE firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE non- responsive.) No NOTE. The four method iftntified above are acceptable For solieizing BRUIS. and each selected mathod gust be appiied to the applicable contract.- The Off oror must document that ether at faast two attempts Ir eria nia%d uaing two of the four methads or that at least one successful contact vda=s made using one of the four methods in order to be deemned responsive to the Good Faith Effort requirernient- NOTE. he Offeror must contact the entire MBE list specific to each subcontracting and supplier opportunity to be in co�nipliance with questions 3 through U& 7.) Did you provide plans and specifications to potential MBEs? Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the MBEs? Yes No Rev. 2/10115 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the MBEs to bid on goods/services specific to their skill set? Yes (If yes, attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? Yes (If yes, attach the information that was not valid in order for the MIwBE Office to address the corrections needed.) No 11.)Submit documentation if MBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the MBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. Please use additional sheets, if necessary, and attach_) Company Name Telephone Contact Person Scope of Work I Reason for Rejection ADDITIONAL. INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain MBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev. 2114I15 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the IVIBE(s) listed was/were contacted in good faith. It is understood that any IVIBB(s) listed in Attachment 'IC will be contacted and the reasons for not using them will be verified by the City's IVIIWBB Office. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name and Title (if different) Phone Number Email Address Date Fax Number Rev. 2l10115 Joint Venture Page 1 of 3 FORT WORTH W CITY OF FORT WORTH MBE Joint Venture Eligibility Form All questions must be answered; use "NIA "ifnot applicable. Name of City project: 2020 Paving and Sidewalk Improvements Unit Price Construction Contract A joint venture form must be completed on each project UP/Bid/Purchasing Number: _ 1. Joint venture information: Joint Venture Name: Joint Venture Address: (If applicable) Telephone: Facsimile: E-mail address: Cellular: Identify the firms that comprise the joint venture: Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the joint venture MBE firm name: Non -MBE firm name: Business Address: Business Address: City, State, Zip: City, State, Zip: Telephone Facsimile E-mail Telephone Facsimile Cellular Cellular Certification Status: E-mail address Name of Certifying Agency: :L. Neo a oii work pertormea by the Joint venture: Describe the scope of work of the MBE: 11 Describe the scone of work of the non -MBE: Rev. 2/10/15 Joint Venture Page 2 of 3 3. What is the percentage of MBE participation on this joint venture that you wish to be counted toward meeting the project goal? 4. Attach a copy of the joint venture agreement. 5. List components of ownership of joint venture: (Do not complete if this information is described in joint venture agreement) Profit and loss sharing: Capital contributions, including equipment: Other applicable ownership interests: 6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day management and decision making of the joint venture: Financial decisions (to include Account Payable and Receivable): Management decisions: a. Estimating -------- —--- ----_------- --------- ---------------------- b. Marketing and Sales -------------- —---------- —----- ------- —------ ------- c. Hiring and Firing of management personnel ------- —--- —------------ — ---------------- d. Purchasing of major equipment and/or supplies Supervision of field operations The City's Minority and Women Business Enterprise Office will review your joint venture submission and will have final approval of the MBE percentage applied toward the goal for the project listed on this form. NOTE: From and after the date of project award, if any of the participants, the individually defined scopes of work or the dollar amounts/percentages change from the originally approved information, then the participants must inform the City's MNVBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the City's BDE Ordinance. Rev. 2/10/15 Joint Venture Panp 3 of 3 AFFIDAVIT The undersigned affirms that the foregoing statements are true and correct and include all material information necessary to identify and explain the terms and operation of the joint venture. Furthermore, the undersigned shall agree to provide to the joint venture the stated scope of work, decision -making responsibilities and payments herein. The City also reserves the right to request any additional information deemed necessary to determine if the joint venture is eligible. Failure to cooperate and/or provide requested information within the time specified is grounds for termination of the eligibility process. The undersigned agree to permit audits, interviews with owners and examination of the books, records and files of the joint venture by any authorized representatives of the City of Fort Worth. Failure to comply with this provision shall result in the termination of any contract, which may be awarded under the provisions of this joint venture's eligibility and. may initiate action. under Federal, State and/or Local laws/ordinances concerning false statements or willful misrepresentation of facts Name of MBE firm Name of non -MBE firm Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Printed Name of Owner Printed Name of Owner Signature of Owner Signature of Owner Title Title Date Date State of On this Notarization County of day of , 20 , before me appeared and to me personally known and who, being duly sworn, did execute the foregoing affidavit and did state that they were properly authorized to execute this affidavit and did so as their free act and deed. 1 Notary Public Print Name Notary Public Signature Commission Expires _ (seal) Rev. 2110115 FORT WORm ATTACHMENT 1B Page 1 of 1 City of Fort Worth Minority Lousiness Enterprise Specifications Prime Contractor Waiver Form OFFEROR COMPANY NAME: Check applicable block to describe prime PROJECT NAME; I MIwIDBE I I NON-MM/DBE 2020 Paving and Sidewalk Improvements Unit Price Construction Contract BID DATE 811512019 City's MBE Project Goal: 10 % If both answers to this form are YES, do not complete ATTACHMENT 1C (Good Faith Effort Form). All questions on this form must be completed and a detailed explanation provided, if applicable. if the answer to either question is NO, then you must complete ATTACHMENT 1 C. This form is only applicable if both answers are yes. Failure to complete this form in it3 entliet� and be received by thO PtlrChasin,3 Division no later than 2,00 p.m.; on the second City business day after bid opening, exclusive of the bid rpering dater will result in the bid being considered nvn-respanisive to bid speciiiGaiiiun5. Will you perform this entire contract without subcontractors? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an operational profile of your business. NO Will you perform this entire contract without suppliers? YES If yes, please provide a detailed explanation that proves based on the size and scope of this project, this is your normal business practice and provide an inventory profile of your business. NO The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) on this contract, the payment thereof and any proposed changes to the original MBE(s) arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed by the MBEs on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of contract and may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name (if different) Phone Number Fax Number Email Address Date Rev. 2110I15 FORT WO RI' 1Hi City of Fort Worth Minority Business Enterprise Specifications SPECIAL INSTRUCTIONS FOR OFFERORS APPLICATION OF POLICY �if the total dollar value of the contract is $50,000 or more, then a MB15 subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance applies to this bid. The City's MBE goal on this project is 10 MBE PROJECT GOALS % of the base bid value of the contract. Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SSE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or; 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division. within the following times allocated, in order for the entire bid to be considered responsive to the specifications The Offeror shall deliver the MBE riuclamentatian in perwri lu tnr approptiat,- arnployee of the purchasing dlvisiart and obtaln a datefiime receipt. SOrh receipt shall be e%ndence that Ihle Clly rec6ved the dociartientalion In Ire time allocaled. A faxed andior arnalled copy will not l± 1. Subcontractor Utilization Form, if goal is received no later than 2.00 p.m., on the second City business day met or exceeded: after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if participation is less than after the bid opening date, exclusive of the bid opening date. stated goal: 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City business day Utilization Form, if no MBE participation: after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if you will received no later than 2:00 p.m., on the second City business day perform all subcontracting/supplier work: after the bid opening date, exclusive of the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City business day exceeded: after the bid opening date, exclusive of the bid opening date. FAILURE TO COINIPLY WITH THE CITY'; BUSINESS DIVERS17Y f N ERPRISE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS. J FAILURE TO SUBMIT THE REOUIREO MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DiSOUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the MIWBE Office at (817) 212-2674. Rev. 2h 0I15 ATTACHMENT IA Pagel of 4 F-bRT WORTH OFFEROR COMPANY NAME: City of Fort Worth Minority Business Enterprise IVIBE Subcontractors/Suppliers Utilization Form Check applicable block to describe Offeror PROJECT TAME: MNV/DBE I I NON-M/W/DBE 2020 Paving and Sidewalk Improvements Unit Price Construction Contract BID DATE 8115119 City's MBE Project Goal: I Offeror's MBE Project Commitment: PROJECT NUMBER 10 % Identity all subcontractors/suppliers you will use on this project Failure to complete this, forms in its entirety with requested documentation, and received by the Purchasing Division no later than 2.00 p.m. on the. second City business clay after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a forinal agreement with the MBE firm(.$) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional andfor knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications, MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant Dallas, Denton Johnson Parker, and Wise counties. (Prime contractors must identify by tier level of all subcontractorsisuopliers. Tier: means the level of subcontracting below the prime contractoriconsuitant i.e. a direct payment from the prime contractor to a subcontractor is considered 1'' tier, a payment by a• subcontractor to Its suppiier is considered 2"d tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those doilars towards meeting the contract committed goal, ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. if haulling services. are utilized, the Offeror wilt be given credit as long as t;iG MBE listed owns and operates at least one fully licensed and operational truck to be used Un the contract_ The MBE may lease trucks from another (VIBF firm, including MBF owner -operated, and receive full MBE credit, The (VIBE may lease trucks from non -MBEs, including owner -operated, but will only receive credit for Me fees and commissions earned by the MBE as outlined in the lease agreement Rev. 2/10115 FORTWORTH ATTACHMENT IA Page 2 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Mlnvr v and nun-MBE3. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTORISUPPLIER Company Name Address Telephone/Fax Email Contact Person T i r NCTRCA N A B F Detail Subcontracting Work Detail Supplies Purchased Dollar Amount - M B E w B E El 1:1 El 1:1 El Rev. 2/10115 � FOR._ T WORTH f � ATTACHMENT 1A Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., 0badly and non•MBE:. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTORISUPPLIER NCTRCA N ° n Company Name T Address i Detail Detail Subcontracting Supplies Dollar Amount -- -- M --- W Telephone/Fax r B B B Work Purchased Email Contact Person E E E 1 I j I i 1 i i i El Rev. 2/10/15 FORTWORTH ATTACHMENT 1A _"*4� Page 4 of 4 Total Dollar Amount of MBE Subcontractors/Suppliers $ Total Dollar Amount of Non -MBE Subcontractors/Suppliers $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ The Offeror will not make auditions, deletions, or substitutions to this certified last without the prior approval of they Minority and Women Business Enterprise Office through the submittal cf a Request for Approval of ChangrelAddifion foJrra. Any urflustified charige or deletion shall Qe a material breach of contract and may result in debarment in accord with the procedures outlined in the rrdinarzca_ The Offer-af- shall submit a det-a`lled explanation rif how the regUested changeiaddition or deletion will affect the committed MBE goal_ If the detail explanation is nut zubmitteel, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Title Company Name Address City/State/Zip Printed Signature Contact Name/Title (if different) Telephone and/or Fax E-mail Addross Date Rev. 2110/15 GC-6.07 Wage Rates THIS IMAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revises July i, 2011 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 f 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 i Mechanic $ 17.68 Milling Machine Operator $ 14.32 j Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 i Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11.01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 i 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/5awer $ 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 F $ 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 Plummer 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 GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2O20 Paving and Sidewalk Improvements Unit Price Construction Contract STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Various City Project Numbers Revised July 1, 2011 I FORT WORTHS cury OF IFORT WORTH WATER DEPARTMENT STANDARD PRODUCT LIST Updated: April 12, 2019 The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Department's Standard Products List. Fable of Content (Click on items to go directly to the Page) F f Items Page A. Water & Sewer 1. Manholes & Bases/Components........................................................... 1 2. Manholes & Bases/Fiberglass............................................................... 2 3. Manholes & Bases/Frames & Covers/Rectangular 4. Manholes & Bases/Frames & Covers/Round....................................... 4 5. Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6. Manholes & Bases/Precast Concrete 7. Manholes & Bases/Rehab Systems/Cementitious................................ 7 8. Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9. Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer............................................................................... 10 11. Pipes/Ductile Iron................................................................................. 11 12. Utility Line Marker............................................................................... 12 B. Sewer i 13. Coatings/Epoxy..................................................................................... 13 14. Coatings/Polyurethane.......................................................................... 14 15. Combination Air Valves....................................................................... 15 16. Pipes/Concrete...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE.......................................................................................... 19 20. Pipes/PVC (Pressure Sewer)................................................................. 20 21. Pipes/PVC*........................................................................................... 21 22. Pipes/Rehab/CIPP................................................................................. 22 23. Pipes/Rehab/Fold & Form.................................................................... 23 24. Pipes/Open Profile Large Diameter...................................................... 24 C. Water 25. Appurtenances....................................................................................... 25 26. Bolts, Nuts, and Gaskets....................................................................... 26 27. Combination Air Release Valve........................................................... 27 28. Dry Barrel Fire Hydrants...................................................................... 28 29. Meters................................................................................................... 29 30. Pipes/PVC (Pressure Water)................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement..................................................................... 34 35. Sampling Stations................................................................................. 35 r ol u ., a E � 1 CD N fV + F O N � 'a Q Q N � f 0 I � _ a� L '3 a a� v A � V _ f/7 R Q 04 N 3 !A - L O 1�. Q Y z in a Cr, ro q ai q 'd 6 d is 'd Cs b +3 y3 'd p 'd p 'd 6 M m o a o a co 00 o F F F F F w � o Q N U o X y mU O O , O 0 L y 04 g O W O W a W W o o� 00 U E �. d o m � CEO 3 zz zz z � w �j o a d o U O O U O O O ? O 7 O ] O ? O O O O O 7 O O O O > O O O O U U U U U U U U U U U 0 v v ri •a -a a -o a -a a a o � -o a a a a a o a v o a o 0 0 o a o 0 0 j 0 � M m •� M M •� M m Vl M M h M m Vl M m h M m h M m Vl M m Vl M M h m M h m M h M h m M h M h M h M N rY '""� O m m O � O � � 4 � O N 7 7 Q O O O O 0 0 P �n O (=1 o0 O s i � CD N N O Ir � v I d C di S1 d � aj O . w Cd O u L' V LO v4 F'. it Ln I 0 ti v � o N n � � Y Ca t v U U U U U U U U F- v� Q o v o U o o U m U 0o N a o � N a �x Pr O O C 1 U r Tel � 3 � � 0 0 ❑. w u s". u c j U u � � o 0. $ w U U U j m N F ti O O O O O O O M m m m M m m sal n a, 0 0 k �1 p u P4 u I w. b 1-0 94 �-4 P4 J U bn O c`0i 2 u 6o D V Q Q A u W 0 w 0 w rn n � F" Q M U R7 d �I O � fl. a o n U � a m V .pper .O 0 0 iG sf a o o a a o 0 9t 0 P� 0 o 0 0 0 o 0 rig vi o o n a Q y U U U U d L LP M M Q+ � M O M � O m w v N N oo in U 0, �J w m u in N i. a � o � a a w W � rn p U vs on v a � m � U A o v rn o U mPR U vi v'a U FG w, 78 68 '.68 3 a CQ m m F- 0 F-1 NI u Cit v m � w .. rse L+IbD .b b .b +g U U l U �jj U Cq 'L� 5] bfi bfi qn rii U rii U v, U U L A N O Q O U O O O M O 2 U C a 2 a ao vi Q> cu N O U U U U U d o 0 0 o d d d d d v y tl 7. ti LL 71 y .� n o. -d Q � � G � � U a � ❑ u .w A � x m w � w a n a v w _ -a a I L I I � L N 4l N N 9� c a c ❑ 0 0 o 0 �a o U UA 0 0 0 0 0 m m m m m � � Y � W 0 0 u N ei W FBI m rl 0 w a U 6 LA Lm' Vo [d Y z° w If C, ®read C CC O u 0 v .a R F a C 0 G v c� u i LP [c 0 a 0-1 14 i i p r O 'C a 'd O P CD I I O L O w -d a r a j I'D a .fl a cd G a a U] 91, � [l7 N m 9 0 1-1 co d w s. d U } { 7 \ \ \ \ § \} �} / ± & \ \ \ k ? E£ 2) , , _ ± \ y y § } m ) $ u ) ® \ ! RU 7 7 7 ] § 45 \ } } } \ \ / \ \® \ \ / / k � 2 2 2 2 2 § �. )) \ \ \ ! LA i 0 1 4 .d Sy "7 2 C( P4 r ® A V1 K i �n' g 0 0 0 rn d N D e w e w a w In D O O pOp O m a M 'ZJ' M Q17' N1 N N N N y ¢ ¢ ¢ ¢3¢<¢ ¢ a ¢¢¢ �a a z � M 14 O b O W `L' N x x00 f/] q � E... •p a � �7. as M N FQ M � 2 OZ � � � � � W W ILl .-� .�i �O W T W lU+ VVi �� Q ❑ U U � z � 'd. z � � Q� p Q 4 VQi ^a U � � M M � y w 3 i _ 3 D O O M ro m j 1 1 1 1 1 w w w { L 1 A ^t A A U U u m u �i 5i -RE u -a Q o e� '� 3 3 X X X mow+ C c4 W N rq vi K m m E PO fA F4 a ar Y W� 0.�1 W P4 PO P4 !A W u°ri .R ��{I a1 v C] f A u u u u u u Ul u u H H F I H° o n a u u u 7 M M M M M M M M M M M M oo N N l t� oa oo co 0o ao oa o � .-i ^ O O O O o O O O O O O u LC N ON O% i 4 N q� 4i _ - � N N - Vl N U O 0 M � N Q N N � z 3 v - a0 1� m � � y M b a i a u S a_ . a Q H � •p `d 7 Y f 1 7 1 GC 1 1 '1 El El El � r1 N N � L O O O a . i 2 to C U U U Q 1 L Sul W W W C9� U y Fir rV N N N N N N N N N N U u u U u U U a u U U Q Q Q Q Q Q Q Q Q Q Q d d d d d d d d d d d a f-a v � � pl �r7 O ra Mi M, x x x x x x x x x x x x maawwwwaa w wwa,co q W W W W {� W Isi I� G4 W W W m fI 1 O o 0 0 0 0 0 V V u a m cl cri a� � Pa ® C O ® a ci 7 0 w L�r1 cu 3 N N N N N N N N 0 V U U U Uam ¢ Q Q 3 A� q N w = W 5 H Di Lo 0 0 U U b U U V V Q ?9 y y U U a a w y� L U U U U U U U I� FR P, G', ate, m PP, PP, PP l N N N N N N N M M M M M M M o n o � m m m 1 I" c F a N fl N N+ N N N N N U G U d .ter ,ter d d •�' d a r`�n r�'i r"n � U U 3 d d d Q Q Q Q Q Q H Q E- E- F, b t W 5 03 Inn a A w U Q N o pj L [ia G4 � � m O ti W �p � V1 Vl � W ,d ❑hN- P. nN- a n in vyEl a 03mn vs ? R 'o 'o P. O All W s a ' q n U U U O O U, .`s+ .24 es a o o a r I � i � I � i i ci "� ° 'U 'U w a A U" Cqq7 L7 Cq7 C7 V _ � pp •�y °' ' -A � � .a ks N .� V .� .� -V a. .5 .9 O c a O O .9 .1 A Lie G.a G.a G.a y ti A. N O O O O O Or Al a A a, n t Y Q O r t- t- t- v O O O O N t O r O n O O N n O � .y N ti ti O N N O � 4 � •N-+ � O O � � � LS k-d M M cq N N M N I N O O � ¢ ¢ ^ 43 43 i7,° a U a U o U 0 U 0 U 0 U V U o 0 0 0 o d U d U d V d U d Ud� u+ K 3 3 3 3 3 v ty 'C l 4y Q 0 �j t a. 3 is y A U a C 3 v > '3 > > > > > r� tj t�j C7 i"7 C7 C7 C7 i7 i7 i7 C7 i7 C7 C7 C7 � C7 C7 C7 Ci (�} C7 ? .ti A ro m m m m v v m m m m m C� m � ai f� m � y Fx W C: N N N N N N N N N N o N ! w S+l is L i W Lo 5i w LTa SA r1 � CM 17IF rn u m H �za 0 u ¢ u .71 k o, o N Cl i b N l N P ID 0 w w N L_ � 6 EL n. w .N .13 CLI 4-0 R F. Ln M