Loading...
HomeMy WebLinkAboutContract 53886A RECEIVED VAY .2020 CINCIFl=WWanm CITYSMRTAnY FO R WO RT.H. CONTRACT FOR THE CONSTRUCTION OF E. LONG AVENUE BRIDGE DECK AND PAVEMENT REHABILITATION ....... ........... JON C. KING -o'. 96780 �G'•• O �e t�nCrC���.:r1��� g�'' City Project No. 101384 Betsy Price Mayor David Cooke City Manager William Johnson Director, Transportation and Public Works Department Prepared for The City of Fort Worth Transportation and Public Works 2019 VRX, INC. MD RIAZ SULTAN .o'. 114574 g B$$SS e�� FORT WORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 00 00 00 - 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page I or4 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 0032 15 Construction Project Schedule 0032 15.1 Construction Project Schedule -Baseline Example 00 32 15.2 Construction Project Schedule -Progress Example 00 32 15,3 Construction Project Schedule -Progress Narrative 0032 15.4 Construction Project Schedule -Submittal Process 0035 13 Conflict of Interest Affidavit 004100 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 Minority Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance Bond 0061 14 Payment Bond 0061 19 Maintenance Bond 00 61 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 1100 Summary of Work 01 2500 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5526 Street Use Permit and Modifications to Traffic Control 01 5713 Storm Water Pollution Prevention Plan 01 58 13 Temporary Project Signage 01 6000 Product Requirements 01 70 00 Mobilization and Remobilization 01 7123 Construction Staking and Survey 01 71 23.16.01 Attachment A -Survey Staking Standards 01 74 23 Cleaning CITY OF FORT WORTH F,, LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised February 2, 2016 101384 000000--2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 4 01 7719 CIoseout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htti)s://Proi ectl>oint.buzzsaw.com/fortworthgov/Resources/02%2O- 20Construction%20Documents/Syecifications?public Division 02 - Existing Conditions 0241 14 Utility Removal/Abandonment 0241 15 Paving Removal Division 26 - Electrical 26 05 33 Raceways and Boxes for Electrical Systems Division 31 - Earthwork 31 1000 Site Clearing 31 23 16 Unclassified Excavation 31 24 00 Embankments 31 25 00 Erosion and Sediment Control Division 32 - Exterior Improvements 32 11 29 Lime Treated Base Courses 32 12 16 Asphalt Paving 32 13 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways and Barrier Free Ramps 32 16 13 Concrete Curb and Gutters and Valley Gutters 32 17 23 Pavement Markings 3291 19 Topsoil Placement and Finishing of Parkways 3292 13 Hydro -Mulching, Seeding, and Sodding Division 33 - Utilities 3341 10 Reinforced Concrete Storm Sewer Pipe/Culverts 33 49 20 Curb and Drop Inlets Division 34 - Transportation 3441 10 Traffic Signals 34 41 20 Roadway Illumination Assemblies 34 41 30 Aluminum Signs 3471 13 Traffic Control Project by reference and can viewed/downloaded from TxDOT's website address below: https:flftp.txdot. goylpubltxdot-infolemdlcservelspecsl201.4lstandardlspeebook-2014.pdf Item 104 Removing Concrete Item 400 Excavation and Backfill for Structures Item 422 Concrete Superstructures CITY OF FORT WORTH E. LONG AVENUE BRIDGE HECK. STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised February 2, 2016 101384 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 4 Item 429 Concrete Structure Repair Item 432 Riprap Item 442 Metal for Structures Item 446 Field Cleaning and Painting Steel Item 450 Railing Item 454 Bridge Expansion Joints Item 496 Removing Structures Item 499 Adjusting Steel Shoes Item 540 Metal Beam Guard Fence Item 542 Removing Metal Beam Guard Fence Item 544 Guardrail End Treatments Item 550 Chain Link Fence Item 784 Steel Member Repair Appendix GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates TXDOT Special Provision 421-005 OTU Hydraulic Cement Concrete END OF SECTION CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised February 2, 2016 101384 0005 10- 1 MAYOR AND COUNCIL COMMUNICATION (M&Q Page 1 of 1 1 SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 [Assembler: For Contract Document execution, remove this page and replace with the approved 7 M&C for the award of the project. MSC insert shall be on blue paper.] 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2014 101384 City of Fort Worth, Mayor and Texas Council Communication DATE: 04/07/20 M&C FILE NUMBER: M&C 20-0166 LOG NAME: 20E. LONG AVE BRIDGE AND PAVEMENT REHABILITATION SUBJECT Authorize Execution of a Contract with Ragle, Inc., in the Amount of $6,050,859.05 for East Long Avenue Bridge Deck and Pavement Rehabilitation and Provide for Project Costs and Contingencies for a Total Project Amount of $7,480,000.00, Adopt Appropriation Ordinances, and Update the FY 2020-2024 CIP (COUNCIL DISTRICT 2) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the East Long Avenue Street Bridge Improvement Project in the amount of $4,418,00.00 from available funds within the 2014 Bond Program Fund (City Project 101384); 2. Adopt the attached appropriation ordinance adjusting appropriations in the 2018 Bond Program Fund by decreasing estimated receipts and appropriations in Bridge Rehabilitation Programmable, in the amount of $3,062,000.00, and increasing estimated receipts and appropriations in the East Long Avenue Bridge Improvement Project by the same amount (City Project 101384); and 3. Authorize the execution of a contract with Ragle, Inc., in the amount of $6,050,859.05 for East Long Avenue bridge deck and pavement rehabilitation. DISCUSSION: The East Long Avenue bridge deck and pavement rehabilitation project, which is part of the 2014 Bond Program, will replace the existing deteriorated East Long Avenue eastbound and westbound bridge decks over the railroad. This project also includes bridge approach roadway improvements from east of Oscar Avenue to west of Deen Road (City Project No. 101384). The construction estimate of this project was $4,174,351.00. However, the bid came in at $6,050,859.05. Including project management, inspection, and contingencies the revised project budget is $7,480,000.00. The project is $3,062,000.00 short of the current budget and staff is recommending to acquire these additional funds from 2018 Bond Program. Description Amount* Design $190,000.00 Construction $6,050,859.00 Project Management/Inspection/Contingencies, $1,239,141.00 Etc. Total Project Budget $7,480,000.00 *Numbers rounded for presentation purposes Funds for this project are included in the 2014 and 2018 Bond Program. Available resources within the General Fund will be used to provide interim financing for these expenses until debt is issued. Once debt associated with this project is sold, bond proceeds will reimburse the General Fund in accordance with the statement expressing official Intent to Reimburse that was adopted as part of the ordinance canvassing the bond election (Ordinance No. 21241-05-2014 and Ordinance No. 23209-05-2018). The 2018 Bond Program funding was included in the 2020-2024 Capital Improvement Plan for project PB0003. In order to administratively track the spending of all funding sources in one project, an appropriation ordinance is needed to move appropriations from the programmable project to the jointly funded static project. This action will update the 2020- 2024 Capital Improvement Plan. Construction for this project is expected to start approximately April 2020 and be completed by approximately September 2021. This project will have no impact on the Transportation and Public Works Department's annual operating budget when completed. This project was advertised for bid on September 5, 2019 and September 12, 2019 in the Fort Worth Star -Telegram. On October 10, 2019, the following bids were received: Bidders Amount Ragle, Inc. $6,050,859.05 Rebcon, Inc. $6,055,633.80 Ed Bell Construction $6,729,404.50 Fort Worth Civil Constructors, LLC $7,350,509.07 IBCTX, LLC $7,403,796.00 M/WBE OFFICE — Ragle, Inc., is in compliance with the City's BDE Ordinance by committing to 12% MBE participation on this project. The City's MBE goal on this project is 12%. Funding for the East Long Avenue Bridge Deck and Pavement Rehabilitation Project is depicted below: Fund Existing Additional Project Total Appropriations Appropriations 2014 Bond $0.00 $4,4418,000.00 $4,418,000.00 Fund 34014 2018 Bond $0.00 $3,062,000.00 $3,062,000.00 Fund 34018 Project $0.00 $7,480,000.00 $7,480,000.00 Total This project is located in COUNCIL DISTRICT 2 FISCAL INFORMATION / CERTIFICATION: The Director of Finance certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the current 2014 and 2018 Bond Program Fund. Prior to an expenditure being incurred, the Transportation and Public Works department has the responsibility to validate the availability of funds Submitted for City Manager's Office by. Dana Burghdoff 8018 Originating Business Unit Head: William Johnson 7801 Additional Information Contact: Jeffrey Perrigo 8117 CITY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS ADDENDUM NO. 1 To the Specifications and Contract Documents For EAST LONG AVENUE BRIDGE DECK AMC} PAVEMENT REHABILITATION UNIT 'I — PAVIN0 IMP ROVEMENT UNIT 2 — BRIDGE IMPROVEMENT Ftom East of Oscar Avenue to West of Deen Road City Project No. 101384 Addendum No. 1 Issued: October 1, 2019 This addendum flanges the Wd opening for this project. Bids must be submitted on or before October 10, 2019 at'1:30 P.M. CST, and beds will he epelied publicly and road aloud at 2.00 FM CST in the Council Chambers. This addendum farrrls part of thte Specif cations and C ontract Documents for the abovE- ced Prtalect and modifies the erig.1nal Spec iftcaIlcng and Contract Docurner>ts- aidder shall acknowledge receipt of this addendurr1 in the cpaca provided below and acknowledge receipt on 1he outer envefopq of your bid. I allure to aQknowledge retreJpt of this addendum could subject the Udder to dlsclualll«cation. The :specif icatians and corltract documents for EAST LOI G AVENUE BRIDGE DECK AN1) PAVEMENT REHA131LITATI0N are hereby revised by Addendum Rio, f as foliaws: The Project Manual Is amended as follows: 1, Replace SECTION 00 42 43. PROPOSAL FORM, with SECTION 00 42 43 attached Two laid item were removed.. quantity changer! on three b I d iterl'ms, four bid ltErlls were added, and units and lterrl number wps changed on one bid item, The Construction Drawings are arnendiad as follows: 1. Replace Street 4, TYPICAL SECTION, with Sheet 4. TYPICAL SECTION aftacNd- 2. .. . Replace Sheet g. SUMMARY OF: QUANTITIES, W th "Shee0, SUMMARY OF 0IJANT1'rIE S attached. A-1 Uam I qng AVURLW 14ri II&V t)Wk and hwmcnl Rchatxtlltolioll lily PinjevtNo. 1013M 4, Replace sheet 20, REMOVAL PLAN, tiA+M h Sheet 20, REMOVAL PLAN attached. 5. Replace Sleet 21, REMOVAL PLAN, with Sheet 21. REMOVAL AL PLAN attached, 0, Replace Sheet 40, NORTH BRIDGE PLAN A ❑ QUANTITIES, with Sheet 40. NORTH BRIDGE PLAN AND QUANTITIES -attached. i. Replace,Shoet 42, SOUTH BRIDGE PLAN A IN D QUANTJTJI= , with shut 42, SOUTH BRIDGE PLAN AND QUANTITIES attached. 8. Replace sheet 44, CONSTRUCTION PHASING, with Sheet 4-4, CONSTRUCTION PHASING attached. 0. Replace Sheet 45. CONSTRUCTION PHASING. with Sheet 45, CONSTRUCTION PHASING attached. 10, Sheets 143A — 143E, RECORD PLANS, are added afid attached. IJI, ontractar/Bidder Questions & Comments: 1, Do the steel girders have any hazardous coatings on the rn? RESPONSE Na asbestos v s del act ed ire the s.amples collected a€id submitted far Isbaratcry analysis. Lead -containing paint �LCPj was identified in one of the two samples collected and submitted for laboratory analysis 2. For the cl n/pa.int steel girders, is the Intent to leave any hazardou.51nan- hazardaua coatings In place acid jList pressure wash and paint over eve ryth I n g? RESPONSE Intent is to not remove the exiistIng coatings, fee note 1 inn sheets 40 and 42, 3, Note 1 on sheet 40 states there's about 21,60G SF of paint area. Is #this just the outsJde beams of tthe bridge? If not. please clarify the ilrnMits of painting for item 56. RESPON8E U mits are the outside face of the giInder and ci-ass hearn, Additional record drawirigs are included in adde-ndurn #t , 4, Is Item 45 strictly far the detour traffic control? RESPONSE-- Yes, 5, The. detour will noert to remain in effect for the jaritire 16 months without being - taken dawn. Is th[s your Intent? RESPOWSE, Flo, t h a detour 1� prcwided The situations whew the cofiiraddr. will be performing work on the bridges Ovef NE 33rd stobet drily. See addendum #1 for revision of goantity. ADI3ZNI}L.dM YJ A•2 FLLii Limp Ava„Lire $ridg!u-De- k auld I'i %Tl elu Mi.etEe#�ikatail4ktk CityPrnjerLoM)r 10139.1 6- What pre the railroad c�cmpan les aperating on the tracks b3etow the prvjedt? RESPONSE. Union PaciFrc, P N S F Rarlway C:OP1IPany, Fert WoFth Weztern Rai Trinity Metro (co rnrnuter rarl within FVANR ROW) 7, VVIII at. -grade FRRoad crossings be all owed? R ES PONSE- No. Access will be From Deen RDad, EVE 33rd and1w 5chwortz Read, 8. Will the City consider m2king Ehe Rai flagging itern are allowance item? That way they wl11 pay -only for the flagging that Is needed for the prof act, regardless of the agencyfrailrnad, and the corltractors,can bid apples to apples. Another case for making it an allowance item is the passibill Ily of riultlpie fl6gging companies and different rates for each. There's one Flagging bid item, RESPON E: See add end um'N]. Pa-hid Item for Rai Iroa6 Flagman liawan.re added Pay item for Railroad Flaglxlarx re-mcived. 9. IDi6rent RR companies may have diffirrent Me$ when It. comes to woflcing within RR ROW. Some may require boomInq down, scale may require vacating the ROW completely (inn. equipment}, and some require Mapping wort only. Depeiiding on the number of trains per day on each track, there Is a HUGE risk of Iosincg entire days and large delays due to train traffic. The contractor needs detailed train schedules for each RR wrnpany to adequately prepare a cast for these belays, RESPONSE Train schedules are dependent on switchirig yards north and sut0h of project Ismi(s. See adderiduni #1, R,e-loot! Item for Railroad Coofdinarion has been added for cnardlnation, tfaining, Instrraf ce, etc 10. RegardIncg Humber of trains per day, we also need the types of trains, #sw+itch movements. average "ad, etc. for EACH train company. The most rigorous insurance r-equlrements will be carried for all of them as additional insured. RESPONSE: Train schedules, Lypes, etc are dL pendent on sw+itctling yards north and south of project GrnIis- See addendurn#1. Pre bid item for Ralli-ead Coordination has been added For f:cinrdinalion. training, In wran , etc. 11. Item 6& What are the exact limits of eagh steal structure mpnlr`7 RESPONSE Assome.5{-LF r)Er bridge. See adderldt)m #f. Unil price. and quantity has been revrsed 92, Item 68: S1nce It w111 be impossible to -determine if a sectior3 meads repair or replacement prior to the bid, the contractor should bits 6 replacement sections as worst case, correct? If the engineer can speak to this micro clearly and solidify what is remcvedlreplaced vs what is repaired, everyone needs to know before the bid. RESP0NSE: Assume 50-1, F per bridge, See addandurrl # t Unit prlce artd quantity has been revised_ AIDEN. UM#I Am3 F.iw Lwji, Ayenuc Sddge lklck iukd Pavounent Rchubil I Lalian Cily i'rajca No. 101AM 13. Item 68: In the event a replacement is rie�eded, what are the limits orf steal girder and diaphragm replacernenV RESPONSE Assume 50-1 F per bddge. See addendum #1. Unit price and tlu2nlily fins becri revised 14, ltern .58: VVIII t1mb be riuspended while new steel girders are fabftata€i? RESPONSE Sleet girder fabricaiiun is riol o parr of thiF, praj�:(,I- 15. Item 68: What happens if harardous.Inaterials are on the steel to be replaced? RESPONSE Hn,z;iMous roaIe0at rs not gMidpated 16. Item 68: Will FortWorth provide abatement services, plans, permits? RESPONSE, Nc. See respopise to question 9.1, 17, Item 68_ 011 Fart Mith work wfth the State Health Department if necessary? RESPONSE NotIficaIloo cif c[emalition to the TX DSHS is Feq aired_ Reter to project maisual Spf-,f 00 73 00, Section 6.09, 18. Do the existing steel girders have nelson studs holding the deck In place? What spacing? RESPONSE- S ee addend Lirn P 1 AdditionaI record plartis have been providedl. 19. Are there any mare as -built plans for the bridges you :can provide? R PONSE See addendum # I. Addiflonal record glans have been prrmd*-d 0. Jtem 60 — adjust Steel Shoes: On the bridge plan please provide a location of (Fie metal shoes to be ad]usled. To do thlis, thre contractor roust Jac1 up the girders at each location, and there might be multiple locations. Ttris is a pretty big deal (expensive) especially If the shoes are On bent caps wlthlrn RR ROW. R cS PONSE Locations indude the 2 abuirnents and mulbpie bent locoVom; within the NE 33n" street ROW. No locations will be within the RxR FLOW, 1_ The steel sljoes can be adjusted while the deck is oft, correct? F~ EISPONSE Yes. 22. 'f he existing bridge Is belleved to have nelson studs on it already. The provided as'builts In the ptans do not show the Iocation of the'studs, Are there any other record dra lnrg that could be provided to show tho location of the studs? RESPONSE., Additional record Marls have been provided, 23. It was discussed that there would be some additional details provided for the steal rep -airs, RESPONSE; Sea addendk4m #t revIsed plan sheats and record draWings, 24, It was discussed that there would be a ad dad Item far the staking, RESPONSE See addendum #1. Pay item -added for construr:tion staking. ADDENDUM 11I A.d Elwil I.Apnq Aytnue .McI a Dunk 111LI I'dVeMleeu Heha�i10M11nu City ProiUCL No. 10 13 94 25. Possibly changing the item Railroad flagrnan frcm a WQ Item to either force account cr a contingency item paid by invofce? NESPONSE. Sea add endumr #fi. Ira -hid itei-n far Rail Fvad F1ayman Allowance added- pay Rem for Railroad 1= ingrnan removed. 26. Please clarify the fel I DvoriMg. i"ar bfd Items #27 and #28 do Me se items fail under are work zone pa►+emerit markings or under the #43 Traffic control bid lterrr. The way the plans read it is a little confuslrig sllrce on sheet 81hey are under the Traffic Contral Phase 1, 2. and 3 sheets. Then when yotl g❑ to those sheetr it shows that they would be under the work zone pavement markings. RE S PONSE Item #27 and #28 are far the work zone pavement markings shown in Traffic onn] Phases 1, 2 and 3 Work zone pavement markings are paid for separately frdrn Item #43. 27. an you clarify the reinforcement for the 9" Concrete Paving for the aboVe referenced project? The Roadway Typical' i,cticn on plan sheet #4 calls for #6 bars at 8" an center both ways. The individual details on plans sheets 88 through 92 shows #4 bars at 18" on center both wags, RESPONSE- See i9daendum 91, Typicat section sh7 -et has-been revised. to 94 fear at 18' 9VV 28. Verifyjoint spacirig details. RESPONSE: Joints shall be constnir3e-d as shdwn on sheet 30, 29. Verify Lime Treated aUbgrade quantlt . RESPONSE: So& addendLiari #1. See riLv1se-d Typical Section for revised rate and Summary of Quantities sheaf for revised quaritity, 00- Confirm pay Item #33-10' Curb Inlet includes demolition of the existing 5' curb inlets in air enflrety. RESPOM SE Soy -addendum # !. Pay.Item added for rern6aI of Inlets 31, Related to the 10' Curb In[Qt, the a feting storm drain Iead pure shows to be 8". will these existing lines be lap shed 8nd is there a pay item for that scoprx of work? RESPONSE. See nale on sheet 34- Prop Gsed 15" RCP arrd oowiecban to exist 15' RCP it subsidfary to proposed 10' mlet, 32. What pry item wail light PoI6 Removal be paid? RE PONS I[emi 39 Salvage Street Light Pule. 33. Will an allowance be established for "Railroad FIagr fen" 7 RESPONSE- See addendum # 1- Pre -bid item for Railroad Flagman AIIow8nce added. Pay item for Railroad Flagman rarrloved, 84. Canfirm Pay Item #I 1 Hydrated Lime quantity fof- subgr8de treatment is correct; 15OLMY seems excessive for 8" depth stabilization, RESPONSE See addendurri #1- See revised Typical Socuon for revised raze and Summary of Quo nIi ies sheet for revised q u antity- ALIDENFA J M HI A-S East Loud AwenLu Bridge Muh fond PaNmnullr R ,-hmbliitol uPk City Projrc(No, 3,01381 ]E Wm m§B ridge Deck be sea led v R H nseed0l or 76n ?If so, +11ebdi# m be cmnLed or associatedvvi mn pay item? RESPONSE No. . Pay I Lem #57 R oil.whI ch a] tube shouIld we use for this m% rmpEcr & or ReRmngdm? (SEE ATTACHED DETAIL) RESPONSE-94pli | 37.R mbBh pay la! and fof GonstructIon Staking& Filial SuTv. R ESPO IN SE -. SeO ad de rld um gt PayPie m added \ram nstrucilmg# bm An9FNDUMgi a4 EmLi Long A wil_nridge I�Wk mpPAVV LLW-dtRta¥Ii r O§ £« & .m124 This Addendum No. 1, fogns part of the Spncificintlons & Contract Cbcuments for the. above referenced project end mod ifles- the original Project MBrtu'al & Calntracl DDtumen is of this same. Aoknawledgn your re slpl of Addendum No. 1 by cornplettng ti-re raqunsled infbrmatiorl at the following iocatlons; (1) In the space providsd in Section 00 Al 00. Bid Farm, Page 9 of 3 (.2) Indicale In upper case letreas on the eutsida of your sealed bid envelope: "fdEGEWED & ACKNOWLEDGE ADDENDUM IVO- 1" Include a sIgnod copy of Addendum No. I in the sealed hid onvetep at the time of told s04r� Mal. Failure to acknowledga receipt of Addi. ndurn No. 1 bel6w could aaLise the subject bidder to be considered "NONRESPONSIVE", resulting In disAiialiAcation. RECEIPT ACKNOWLEDGED VRX, Inc. JON C. KING ....... �A 101 J2019 ADDErgr)1_lm A A-b ELs# bmg Amine Bdrlgc IJcck Mild F-';11JCMCn1 t2[1lilhili1JLLi*T1 OLY ProjcCl No. 1013F4 pRopnF.At. FORM UNIT PRICE BID I'll .1_.IJ Aod,"W"AI III V-'.i r:4 kw I':y: L .-I 8 Bidder's Application Nojcu rrcml I'dohnaliun n illmiuP RuJ I&I I3C9ariRa 4U-Speulfir4UUn &-.wuR Ru J In" ill 111d Uuanb+y lloii Fried tt:d Vi{IU¢ 171fiIL No I I I We u c Utter 1 - F'auJnil InmproyEarrunl i �a �c nee IFeakf t4dffJlli:liH3FH ni na I WS 4 2 Rug Fl w�- i �fh 2A 11171_dt01 L=&%1rajicNon BLaklii� of 71 23 LS t ;�' 02411000 RemaveCone #?wnt i1F4115 5Y 48FO 4 6241.-110 F omovu A&ptrall Kunst t12 41 15 SY 4it58 5 0241,13d4 Rernava GIFIM C Wb&Gulhir 02 41 15 LF flfl7 5A dZwl.4001 RamoW 10' Cugb Inlet 024-1 14 EA fi e tii15.3411 '1," C,6NbT TIVC SCFI air M 26 05 33 LF 2,167 7 3110.O 101 SLtfl paailrip S1 1 r314fl LS i e 312:iO101 Unr.IAs-OF-dF.xr,)valirmlaVl=1an 91291s CY $414 9 3124.010-1 EmbLankman t by RlaTi 31 2400 CY 024 1C :H25L-0101 $WFFP -2 1 arre ;i1 26 GO rO 1 I I 32'I 1, MIM Hydr4r13d Limrf 3 11 ,Z9 TN T5 r33 12 3211.6502 Ji- Ume TTeatnm 1 1120 SY .55f13} 13 9212.Q41)1 t'MAC,Temnslllon 321218 TN 1241 14 3213_03a4 0"ConcFYmr 321313 Y 46M 15 '1213.0301 4" Ganc 3itlE!w;dl( 32 13 26 '5F �O' 16 3213.031 t 4" Coat 51dewalk, Adjarom to Cwb 32 13 40 F1�93 17 3�Ia. Q6ps FwrlarFLm]limp;TyptrM, 521�2121 F-9 2 18 a2Ta-L15% Barrier free Ramp, Type M-1 92 1:3 217 EA 1 151 1213.3]5U7 Boo ri8rFina RarlIp, I ypLt P-7 32 13 20 EA 1 20 3218.411a1 O" Corso 6ditI WWJ GUM( 32 Ica 'I3 LF $fi2 21 3217,001!)2 4" 5LD Pvmt rglarkrng HAS {4} 32 17 23 LF 1051!3 72 3217,011M 4" BRK f}Mmt MJ3rking HAS (WJ 37 1723 LF 1 d M 2a 3217,4401 A,- sl, r3 R+rmi Marking HAS (W) 'Q 17 23 LF E130 24 3217.0601 2C 3Li} Rural Miu*inR HAE iVV1 32 17 23 LF 18❑ 25 32 id,21N RETL Raised McirkerTY!-C 32 17 23 EA 211 26 3717.21N REFLRaivedMnrkesTYlr-4-,-R 321739 EA 142 27 3217.31ir1 Tstr MFIlT er*Y 4V Z12 17 2� EA 3440 28 3217.3102 Tab dldrkAr TY Y 32 1723. EA. 6032 29 3217,4WI3 RL3mLaye 24' RvMI M7 krkipg 321723 0= 35 30 3217,d307 RPTn6Vb FiigiSWJ MATkar 32 17 23 EA 956 1 3201.0100 'r'npsoll 32 � t 1;4 CY 91+4 32 3192.4' DO 131nck Sad I�lIacgmbnl 32 92 t3 SY W132 9:i 3349_5001 1G' C1Jf.h IHIM 3J 49 ZQ Ell ii 3+4 3441,141�11 W8Ins ulaktidJ=JfrcCmiilr 344'l'IIj LF &T?4 ;39 3 141.1414 NfJ 8 Ram Ehiv Cifndr 3441 if) LJ= 2887 3s 3441.1!a42 Grmurd Box Type B. wlApran 34 41 10 EA 8 37 3441.30t12 Rally IilurrL Asmmul!V TY 5,11,D-25, and 0 31? :14 +41 20 FA 16 3 LG )441.33t] 1 RLtwy 11lrsrn Foundation Tl" I , 2, Li nif 4 34 41 20 EA 7 ;34; 344-1_$k1 Salva;Je 5uaet LIDIhL r0l4e 9441 n EA 1.5 441 3441. O04 Ftlmistllinslall Altlm Sign Ex 13a1e MaLial 34 4-1 31) EA 1 41 3441. 44)W install AlLim 5.sgn Ex Pole Mgwmn �441 ap EA 4 42 3s4IA109 Remejvi3 Sip F`eTid 3441 311 EA 5 4'� 947'1,iH1 l TrnTt3r, C.nritfrat 34 71 6 M0 18 44 9471.0002Flo rt~iWeMewooe8iR11 3471 19 WIC 1515 45 34-11,CIO 1 ❑ Q ty -! lrL-5t5 t Riari Lied trial 51rL?LrrP [:iIONLIfo 34 71 13 Mo � 5 4$ 9$99.0061 C44"I ui.ticm All"arlc+e L)b i38 1i5 EA '1 U001000.04 2ii0,13WaM 47 0200,Q042 Miss. Ublil.y F?Qlutijt3orvALFJIJSjaJtanti, 138 !!9 99 EA 1 $ 20.Mlt,111) N).t!00,00 E IA11yrrAVFPf11!15IIRCLIaEVKH FTF4'OrMET MKM AMFP.IYFAIF..Nr*m.i wnuFmiom STATr7 ARD i1dP477ATTW t¢ $rtCWWAY ION brWIJ-MFNT& i I A I #b I F,p,bidJ11IiAI]a y'x.SJJ.uJuniYL. WKl4rOffliv UNIT PRICE BID PRIP6 AL1=0RM N4jcci i1eu1 rntor.la.an f3Wl iilr Tin.11. T}r=srrpran 1` 47,1 8889.11003 Ralim-9d GQnrd1rEQIP.n L 47R 49[T9. 113 Ftallrorid F12grltun Alliman e �!h#: LJ Ad&.". e I Ld-n VRt?RLhAi IUue 3 LF3 Bidder's Application fEiddciti T'rapu� I)nu ak �aP[G7tlfal�{i14 eCSIUn No.Mrwire E3iJfJlEontlly EaILiI PfECe Dida[tie 09 Flu 99 LS 1 jr3,QOQ.f}[l $ 50.44[?.Ua E39 99 90 LS 1 541-0.1011G.OU 5 5111)jN f1-00 .SPb TvIai 1sn.1E I - rn%hir I Pirrn% nwiml &I S750,10611,0C unit 2 - 1 ge Irn rQ4t4i71011t 46 pLhtOVFNGCON C(APPRSLAB) FXDD'[ 1fl4410.27 8Y 426 49 CffM STABIL AKf-L TXD0TA50.6005 t Y 256 L0 R1=H+JF CONG SLAB (HPC) TXDOT 422�6041 SF 339139 51 J RIDGE SIDEWALK f HFFC) TXEJOT 4-22-F.0-14 SF 4i172 52 APPROACH SLAB JHPC) T 00T 422aki1}18 CY 249 53 CONC STR REPR(REh617N oM40 REPt 9ACXVVAI,L) 77ZOT 429-H10 CI-1 a 5A WRAP (MOW STRJF )(4 IN) TXnQT 432.6445 EY 49. 55 STR STEEL �3HFEEAR CONNE}TOR) TXD0T 447--J01C Lll 24%1 54 �LCAN & PAINT Ex'rST STR (SYiT.Em 6) TXDOT AAirE3042 �S 1 57 RAIL (TY C4N)(HPC) TXDOT 4�0�035 LF 18rsfl 58 SEALER FXPAr%fSIQN JOINT (4 IN) (5FJ - Al FXDQT 45"001 1 - 471 59 REVdV STR (ERIDGE SLAB) 'I X001 4519-901 a EA F 6) Af..dUST 4TL SHOES I xi,X)l 49114MIN EA ir3 b I h1Tl_ VV-13EAM 60 K'FN (TtM POST) -f7 00T 540�001 4F 6M $? MT1. 13E;AAA OIJ Fr=NTRANS [fHRIE-tlF1lMj IxLx3T 54i?-aom EA 4 ir3 OnWNSTRFAM AP4rHdR J'ERVIINAL SECTION —I mb-i 1,4mola EA 1 Fi4 RFM{.1VL- WIP-1'hL J AM GUj-,R0 f:ENCE TXDQT .%2-&001 LF 1129 65 GUA1 GRAIL END TREA"I'E EN-1- (IN °&TALL) TXDOT fi44-600-1 EA 3 5fi GLJ.ARDRAILENDTRfATPAENT(RE MOVE-) TXDOT5444MQ9 LA. 4 57 CHAIN UNK FENCE (INSTALL) (81) Tx00T 550-605 LF �613 f19 1 CPAiRtF±'�F�I�h:GESTLBRI[H3EhbFME3ERi T}CE3oT78�-600i{� t LF fi [QO SOP TUAI 141 it 3- 61-1t gil hnlrrov.�laeW� L?N, a, }F-m ricwt F LOW AViNUE hdIDOE DEC14 CTn' a 1F rf1KT Wi3r?11I ANn PhYr.?a7h7 AEI EAMILdPAMI, 5'I'h wn.{ un r{1x51{E�rl7rua .yPE:ruji.-x'nDN DUCLIMEN'1l5 11113E4 Fum 14nrd 2111%11J J1, 1 h.d.end�*r; ju-jNil `A]lF �..,�. +a YID 1 v. �._ ....._ � ` r •1 4 a f •ml�t�r br�4�r +< .ram EXISTING ROADWAY TYPICAL SECTTON a S33'X4" �r 74OMX.g$iYd1 PROPOSE13 ROADWAY TYMAL SEC_n0N wslw 1•,r.* r Sryiri,. F:,arwrul�, 1�,� . T99ClLA=rlri I, � 4 ur. �JJJJJJI 7 "If�l"TTilf]rS"11[� l'Si !SY J:J�JI �.h41' der Y��i a tad. �iJJJJJJJJJJJ�!!'J JJJ�JJJ�_!� JJJJJJJJJJJ! -��-1! �i JJJJJJJJJJJJ!=�L� ____ �- i-�i� i��JJJJJJJJJJJ�JJJJJJJJJJJf JJJJJJJJJJJaii-ii i JJJJJJJJJJJJ[ -�- � ��i�� i JJJJJJJJJJJJ!-ii !i-i�I�ii �.L JJJJJJJJJJJfiiiiJJJJJJ�i-_--_ L'J ��JJJJJIJL�i�.+I��JJJ�L`•ii-i L I_ >i'::�JJJJJL'!�JJJJJL']. JJJ�JJJJ�JJJJ�iJJJJJJ��JJJJJL' I ��ii�27•—��i ft'.':.'""L � � 1-1>•i iii ��� 51FJ, loc i rom al h.`—rtr w11" R+I IF114 riles rl..cm.mTu X 4 CITY-0r r8 iM111F1I TEMA% 7»jv:BPCRrATIor! Wm Fuel,c WVRsa WMEE! AAM 8T6ArdwA rm 019"NATION: �x11T4P�1 JLYF.NlIr�l1 moa H7L''C 'RVlOff j00E+�iI ILA M1Y JUN ! ¢1 FfLFLFNAR 5i)kim.U'v o€ ciuAKn]LE% w I Y lkm 1 �"hl 1'—ljwara ld UJIF r r wWlu 1p11WlF r ON ryl lw rpar pn jol—ld ' HI E, ��n ayf W,,jjj,r ---------- W-H'-J].Lr-F ----------- all, iwiii a4-if'b rT Alm[ . 11L nl.W ik. fT JU d unr iw 1 ANAM 2 1014M, 41to F JO fat WT 71, M E L" in PLZWaRKS :JSWlTEjAr-J% ;F1 [Fa r JK11,13 WQhL*.AMDrE L .. M tMiL.I.IYr AIIN Y L' tiilii nr. FS L}�'•G��L�'i�4+� tw.t tniiiiii ' Wk Irt1Nl��rL���lfl�/1 C1'J/i Yl { + a.+Llq�ll�llJL�r'%YR{fIP'.JMIitR F 4 'Fy Yr� y +�' m W4 1 * to 1 i.- " �fi4il YIIN s! awdaarxlr�w r' 1• lR11li�t�l.�n�k AYrIYIl�lxlx '+ • y�•'. '+� � + YfY!!`ryu�J��OX Yi�itl a4LI1niF Ix 11. R�Y�IL'1111. II LLA '• i�+Ll+���� •1 7 uiLuk lr .4 r fk IF LOW kk{ ''�' K L..IIr ew wl. Lr uRYv a, _nYL4xw�l\.xor Yl �r.IH lulr uLuax �,� �l I a+in L M116Wi [.A111\I x�g1�L .Yl .� C {Ji �#Yu si�tslt WI IL a hLf 1�GGL4Y f {YID MIY r A.. F tea 16'I6NIY "f ¢ u� I r ■ . �`IIIXA';.!- 1✓ I ]IL i I.. 4 e11 K_ L' ------ _ _ _ o � '-�F - �" -'�iiii itili"ia ia'il" •• � y+" r~ Y!@ E LUHD AVE 11I�-"�—" _'a �• '^' um llS LI a W44 Y f�l�r l lur L'Y - 7•�'! i'il! i.'i1.lr. 1� r� ' 3610, •llilQ. F Y.....tt r� il.ni lr+'nM ,y�ql , S RI+K WTi Ii11W�ln I; 1v�YYLIx •�n.�C+Jgi+IT"y wl W =s.�: W�1111 .�I;r.pTvl6il Crl. .._"."_". �. t .•"Yi p ffll' 4iA !R J ! bom WE I L]'+t1 �411 Y. lw lui Lu dillm % I I••- ' "I :3'l1YEgTAil) Sr8111+N',i�l� .0 r —_-- 'orahloprLS F' ..........—•.•.t.e — �� y"- - jaLi}1yWpyILAFg},1J��fF� _ "-- - I lrtx�i: PRIfrt1E �EC,N7r 1r .. .-• or �gU�JE!{IAEryJIIBdR,4TIC7J I — -� .�Ir.L ia1++'tIUYI.fiY if Y Y O6RFillir i lr,eI mu I Y F i • - +yoxlWl w.�r wrn'� '* I tx [Iar q+iholLno- my rF+[ iP Ix. - gLUOVAL ILkN I� I' tIBLNW {rldl c.a si i Y'riS.4 a la t �oluE' Rey 5 1 ML :L Mfg-M MFW"h Ir,w - crnR•xvls»w411+nlhxlnlw r ^xatil. mkdmpji—r I�AY IY�YXA.IXI XI.II11/1•iryF '�;C,Cfir XIOJSI(Qi LI�yOw v .IrFLA +I ilF llll�ll.11� iaur lu l- /; .�R �. I. L l J� 96uiil pxToog� kAN{14JKiLlltl ' fr JL • ��Ilrl. YLJ•A V LL11 IV.IL • •Ik .rp l.y •+R.+• fr aviin" Ek-FLMLNRN 41 r+'IFl. I I.Ory. ;h+ ilk rni RR xfF� /XA Y!'Yr3- h' ]IfBi � ti �aumucLJn'I II:,rti �7L511..LL. rs I.I.I 'f a J rdI uxy.�li !Mri. iY YWI ,Ma.ILIM rIIYY..41WJLL eWN M YL+II ILL .-VrkrY,rE". cIN. te"'iTRANSD4TAow I6¢ w+* Y IV ,w�Puni,inwa�Hu M.M.W. r'if•'EE?JSrn [WIL d pp �I.I�•� L�1.�[pp� q�s�. j��I� k� n IE6m?DrAnuas ■rri,Iu ai I.1 IUWIR.hm n-.n, FJ.1 of I� FiYPEIC 11LrfJL %Ip LiI04 [.'^A� alr �Ih ua rrN to Jo. r IGJ + r ' I L X,}' L w ILL. Iq nt 4 IxI* sn� •r.0 YE 14nfI I, •.+ InxL. ,m YF+.rrt Wrlw w ��p� w.I �' + ly��pH� �p�r�J r�L[ J !r. rJ�xareJSiooe m_L•r � ' � *I Lr.[JY {'ir �1•I triuShc'tr�i IaoaY'�tli".5 rr KIy II ILKmL I r<hii 'k411lf1f_S k ..,� ioh"�yJk`I:LXx •4 +SIL Wl �IIP 'R .,, " t 'S iY t lsli E� {'i J �IHf l LIB- ' ss' r 'µ-•�Y_m�I-`/7rrr�rr�r, .yl�plrp�plr�Ap14r y�I,II_��I -''�*•�~`� l •5 •� •� ydyir�,l li u, �I O4 Trp�RiYll�, {�SrMy tf , 4RS F+� RSMYI -__ rye I44�[{k sninoE `` 5' 'Now - SIZE -- m ! i Mimi N. rr amr sly y� �1, y,.iYL �N �1pk �y i� i1pl FiFIIL {I f�YI�IL�lI�rlf�yR�r�,y�IL4p� I1[ i7 M1Tllrjj I�TWlF N7f��Rf'� W 44 Kr' �•e�� Y MIi11 MF q'IiMIFyWJL'r+`l r"k+LL�[r p ilr]iY1rLFY 1"�FII1 41'IPIR IS"1R1'I 7ITAV YNir4I YF 4o1NN. e :1_dY, i�Y.yi�hpYIIINp6 add, 4W'LL�4�rpi�� hf• lGrC� rt{YI4��,y I�L����N1rS��{'y� '' � rv4rl'l,�L'.,I II�FI M1111 fYF 1�NRr�1 yUFMa 1- N ftl ■ li I, 16 i I oW' hird�IF�L y`� NI iLiY L i�L4LM815LF ilrwi' yoL 1. i6� �il� Ir ii1 iL Y! i� iiL '4 41u I1f1 NlIR rH �!R !w 'Y 1 rA 1 "fR �L4F[R 51'1' WRlR +YS !'nlrl ua�s Fy r� r� . !b�'pAU�LY ��}ii{,1Y,1Il�M Ip� FyriFl r i �Fp�L !Ir I `rl� i rii IL'1 ld.!Iw HLLIL! Ikl i�E L IHH q. IUY+iI tlfli[R 4YlJ7L I .�i . Tlu �Lo ]'T rnl.+•YTM rF 4I !um �F415IL£ ' I 1 IL�j�L DID 'LL,,lkar'rrl I,Yllll Iao4l a rW.lh YLriL4 IYIW 4i1 SIIAV S "11.11 !H IL'JAr 31!!L SL.i 1'L�V}4l. IL•'4'r ,r�RryrLJ1�Gtl{A[j 1•yfLF.Iry + 1 YLRLMsEL j �iLLi � r�5 �r;+Tl '. ?�iiw ql +r� r,mi� rs 'ar r+�FIM+lTI1F 11�Iiva�19H1r111j4�ApFlRi N[ �j rw< Hrf !W II AN wu1n . I i F1ff IL4 mil AQASEII " PI rr. ,4Yiu ar•r„YYlt�f1,4,M1i'4r nl,l �4olmc++'Mii'r'no-nl+ oo,,,rtr.r�rrs�iwt�o ,il, ralli nrsrr,•w wH,liilw{Iri•iF• i hmriRmilcr nu Hw,-x,4 w�Y wl�iSlu j BE f.w ", �y, flLrvlwrmnH Hmea rin Lr �LTrLT5715115 �r.�f y�y�J T.T FJ51�wrATk1�{ I hNI7fLIIkIG�H'}�4X: o TnE£rAp,7 �rTwNs TIONS PATER orF� eWf lart4r..r IIYu:IL' PA F 11 SC n limmaff m Aq N t t wvL OdXW hL pip FJUF {TIrl �.T ZE;Y, 7 kL TFit Ex L-.1 I Ng SE ITO Lug VCT Im *K1.11 r I Mumullumfti, ygrijw rMst ri d-h. w1:1 rk �L,7"A =" r r 2 g:- " � Kv 14 P. 1� n�vlm ;:�. lw_� ll�l 1 "NA . �A ft lip Ii 1 li'-ir CAIrY .�ICL4 1 l��- ^ 241IY11W 11 I! ice• W3a YYY4 L r • Y' J .1 °iL Y iM ly 11 -Y•It IWIII 1 ofI'Y' 14f.'17+R CMNNZ iLl mxu`omvrnrx � 51�YIY he iYMLC1L ■x" tF31a 121j wT"I tALIgm NN IMAM IIFI d Y.1_L Ll 11. Ii:J' i .�' 1. �•�Il W -1• I u.' wl ft X 11-r- �ii• E �,�• � _ Nr �a3 - S4'. oa ;;� I u n, .w �kY911 I� + # # •Yn lrtalir�n�F�ol t�l�.� ■ � ■ L a I E II14�i 6 µ:hem a `�rrl �'k r+ Nled s� 90b11111 LTYYfryC1R„ i� li.! V YU it r' r .• iIL' i[_ mil= ' r Nh 7NMJL'il !IY.I lhk Ir rNJll SE<'IT�ICAL kCT30!! EFIMAL7 w -a Y {.Y ar1�P X r L nFYa �+In+ya411I +T xdn � TRAMPUFJCJLM rlAm y a PuBLILl Wo L a 1 EITrIEE-r4ND EITl]KFAVATER .i P!7AT �r Yy�gpLrrl�llYl QUE45T =y i i'4iMTmr.Y-jm 7E!#SIMi t 1 EI .i �.z 4>m. TX—T 17— I FA- A�d ol mk-"- =V.. 3 jm dv w FFIdR EMTRACTGVS aw g jUrCMWATPEIN Mf�.F 1�7 %UPPLI�& . NtE..E�4FMkA =k d r kmxg --ARLAN a..QC4NFQPLL--NMZ- 13TP r � - Q2Vk3R R—LI-4 Ori &I lr1 - r f .u9x r•sf •YN d7ll }d„r.� 5s #"f � ra. •,+ r� LKrJfJlfa�- F-...rrs+4- �e4 '1LI-or aa' - " asp-�a,fk* Y^•-�'11+� �ZIfi�LL `,N hrCb1�.{net [wf -0' FF •f+ra l+WUavl �y "III iJ'-rrrl- `a'•;'. I ' ! v'.-:I"I•.„�d' Tr.'rvrcl s.n Y•+tr'r. .rtJ I v W.A—t 1 Is I' _ — yllM La*raur- �our�l unri� i r'• iHF� Y+ IF' � '�,I ii�i + +'� •f i r as.. r AM' r.._��yplf . i...aalf'•fitr - -�' , �� ' s�. r a+,244. $s}��_a•._�,+..r Jiw�1-�I prtq. �iea'.n_T",.e�L ��• � s�a4oiM.'�ai►lM'[rs _ r�,_t,.+.�..-_a a.,. Fw r,y. { 1111 4Y*,H4 .n ib `� - _ -- _ - - --- --- - ------'-'ram— I - ---- 'ASL tr4 rrn i .P616Na 12flWP-QJr.!rqM ,parnlLLrow-,, raF.� I p�i.i.l p6w atr'YAr i 5+� L" ]D Errarr/ Etla* AI-Y Y4-i�ii�J ' 1' [�f ---� — --_ "{.ly MF+n4.� xa.� lwY a J I AYa' 41 r I eW y -�nNk r 11 r.w s�. r 4rlb" Idr' SEG7 ik4 �•J nu+;• 1 .0 Ja�4FT4'� r� qRi� .a � -96Cf CII h1 w•�. /'� y' rlYi' PLl1Y. 3L "0 a.siyiN ow SF+�EaI �TXIL.- Lhdl+±laBL ..Jr rlaa METAL a.. Y. -as�x k .SFLF Hy,: t.0 r.., +.•'srt, tr-..-+..rtfuVRr � - W �W i -• .N�..r.,..r .fy.fwy +r. JIl i y..� { Efl--I[�77L.Y��1F� 4t�mJCL 'Y +�V hJ: +-Ji F .Yr- Mi•i4 rrrt�wv !, !1 OLUN Ydlu Aaw U iEt }jJYLF OaIiTIRY � �_ .h./f b' +'n'r ✓u� N11�fMfM�N 1MFyb'�'+h y+,I j'4Nr r.,•h'xy +�."I +•rJ / h ..Y/+� ►/ il.ti, �'i r fr1M' a1 lcFl i".;� i%rr i/ 0n r'y�.nr.il 4tii/s }}d4-ir+�r 14' sr�.• . �•+r L .Yr +,6 ib. Fc l! M N/ari N14a mil.'.+ fri �Sf 1YF J. F. ih��rr rr iYr f{.�f4r,4-i f.�'JV.FV r�i.+elrk'fi�.r.wv..n.r _b`*tLI_gZ.1L r a is 8..-f.- r. r'�"f at"J'._� stlR e ULrJOw kp`� 3 ,f i i.• I 1+U44' A7 ,•/ 1.5r=. i.d o4 ++a++M. go- p.v-Mr en.. J. 4 .lyr..MF Qi is 7FI{ ..4 ..., fM+�irulrrxEel ik JRxI�iNlJ ip ppv�yylrc. ua rt+ lyy�� �I. - ��y ...y...ryy�.m.* +Lrlr. .wit A• d„� ' ¢Mm ZLAI�aRAf I� /1a8•�aF�k ahcb dwK iN d r1 ;k lrr.r / .*.Y AQmGr%ED dUIh1T QE�#.LL9 !e-rfJi it A...+ �y fw�, r1 Ahr t.r.4er d+F 1aF• 1 O! LJ• rrt.1! L �wN J �, cM . r rP l� � � •-• r: �' n aCNe'aA n'• 4_L-b. n.oas/ Abe I• A�.v�o +j"sti"� i.•. SL,48 bStiCW;�� - S Y II I rR f �r5 an5�• �c Y/JR� Ar/ 'Ylr.{`•..1.� � —�.. X � :, L f 'i xx ✓�-•alr dnyrakr �4'.tYso-�i/ 'trnl�/,yl�. !• ah•yr a4y trr a' I1� il� M K I; III i � :i: .t ' :.T�- -_ YY r a•..:--- ii � lF{ ' i i } 4:+N.rN..d,. •-+w IF•,7�-y a...J n..a �.-. ■[l-ra aw,n•� ey'n acr�l_ r P. ! # Ja. rt+..,t wr 6r ' +k ✓ I TYPE Y cuzzb DQAlN SM[ " Ll Aw +a •w •as• rim �4H►+147-t��V P16M� i��v.,_-� fM Ha' AIIM aoG ' zJrl I r� lam..+ dl.rll� / Is<• iW� rN.*A Irra LAMP buACK_T E)STJSIL r.. i...aTy..d': i 4+sd A 1. .1i TYPE Diar- 04"em4-.lW �rv+a•� -Lk �` xrA•� r. Id • I� P psi-,1i.F4-'- 7 H.r rr •J# TY�S '� 41AA�LT J�_.F .w 1 Pwft i­dft cm�M�z auy=.J Hr Alpp�6. ...,r �M �r lranrra •+,+ A. g..vnw: ��yl�x e.errrk r;rrt #fi �i.rJwy...-r4 �t•da::-wv ..ar.� 1r YI-7hl-.."h1 •rA�r :f:Y F.yM ++4w: r��•[:yr +hurt ;+..N crrLAi,: FAH C13IblI1ACMr 9 I RFARipTlaW OWY ,1, eho[nmlpn iaryr ��fi7iR l[wr LA.}�' ,%G74r.aq Y. 12�= ��� g�wrn a�,gi,,esltn •4'� - f - — tr- ` r j—.� 61 1 r.t ly7Mr f1 ryrW T1F ES E-4-- PM F•$ll _ _L - �ks.TFRLrtTE 5%!rp[!FE ACLTS _ - _ � _ •ice _ — :+.'•_•-1W rr .!' .wr�.r .•... r+5o.. �,.a1-Jyu �M`r' w�z[w-ur;r rr r�.,al,.i.., �„eu'A�rMAOf =-FC :fir{ 5rY ti 7PiIgF:p,L METHOI'j , y OYRrI,i OF FXBPICa—oW 1✓f I rw #",rr1 P4� Ow 4 4tY�� •f/' wr --a.. w , •� , .ter r. ♦lir.�1 r-� � ,ry.�, � ., r , L- Fb#•r•Y ik1�+M F +mow w •;' i.v� F Rr i•r y}!J +�, A4 +rt� bra•• f +'r,• cf�r+ .wfi1/�- 11 �� /wYs i1Frr + D1TY OF FORT WORTH, TEXAS TRANSPORTATION AND PUBLIC WORKS S ADDENDUM NO. To the Specifications and Contract Documents For FAST LONG AVENUE BRIDGE DEC AND PAVEMENT REHABILITATION UNIT 'I — PAVING IMPROVEMENTS UNIT 2 — BRIDGE IMPROVEMENTS From East of Oscar Avenue to Vilest of Deer Road City Project No. 101384 Addendum No. 2 Issued: October 7, 2019 Bid Opening: October 10, 2019 This addendum forms part of the Specifications and Cantract Documents for the above referenced Project and modifies the original Sp"ificatloris arld Contract Doc umer3ta, Bidder shall acknowledge receipt of tWis addendurn in the space provided below and acknowledge receipt On the outer anvelope of your #yid, FaIture to acknowledge receipt of this addendum could subject the bidder to dJsquallfication. The specifications and contract documents for EAST LONG AVENUE BRIDGE DECK AND PAVEM ENT rEHASILITATION are hereby revJ red by Addendum No. 2 as fniJnws_ I. The Project Manual is amended as follows; 1, Replace SEOTI0N 00 42 43. PROPOSAL FORtMA, Wlth SECTION 00 42 43 attached. Quantity was chaniged on one bid item and one bid Item was added, 11, The Conatruclibil Drawings are amp nded as follows; 1. Replace Sheet 2, INDEX OF SHEETS, wlth Sheet 2, INDEX OF SHEETS attached, 2, Replace Sheet 8. SUMMARY OF QUANTITIES, with' Sheet 8, SUMMARY OF QUANTITIES attached. 3. Replace Sheet 39, ILLUMINATION PLAN, with Sheet 39, ILLUMINATION PLAN attached, 4, Replace Sheet 46, N0RTF1 BRIDOE 290.000' STEEaL GIRDER UNIT-- I (SPA 1 1-5), with Sheet46, NORTH B R1 DG E'290.000' STEEL GIRDER UNIT--1 (SPAN 1-5) analched, n!]DrhrDUM k2 A-1 hn$1 Long AvuIli it BeiilE;r Honk and Faavem[ul Rehhh�lPlulla,u CAtY FrDjeeL No_ 101384 5. Replace Street 48, NORTH BRIDGE 161:000' STEEL GIRDER UNIT — 2 (SPAN 6-8), with Sheet 48, NORTH BRIDGE 161,00(1' STEEL GIRDER UNIT -- 2 (SPAN 6-e) attached. 6, Replace Sheet 50, NORTH FRIDGE 40.000' STEEL GIRDER UNIT — 3 {SPAN 9), -with Sheet 50, N0FZTH 19RIDGE 40.OW STEEL GIRDER UINI'T -- 3 {SPAN 9} attached. 7. Replace Sheet 52, SOUTH BRIDGE 290.000' STEEL GIRDER UNIT --1 {SPAN 1-5), with Slieei 52, SOUTH BRIDGE 290.000' STi=EL GIRDER UNIT —'I (SPAN 1-5) attached_ Replace Sheet 54, SOUTH BRIDGE 161 .000'STEEL GIRDER UNIT— 2 (SPAN 6-8), with Sheet 54, SOUTH BRIDGE. 16'1,000' TEFL GIRDER UNIT--2 (SPAN f--8) attached_ 2. Replace Sheet 56, SOUTH aRIDGE 40.000' STEEL GIRDER UNIT — 3 (SPAN 9), with Sheet 55, SOUTH MiD i= 40.000' STEEL GIRDER UNIT — 3 (SPAN fir) attached. 10. Sheets 137e-137 , TX DOT Standard SG MD are added ant atlached. Contractor/Bidder Questions & Cornments' 'I. Now that we have the as-bulIts of the beam 1 cart see there are 3 sheer studs at 4' centers on each beam. Item 55 is for STIR STEEL (SMEAR CONNECTOR). is the pUrpose of this item to replace any shear surds damaged from removing the neck? Please clarifythis item}. Also, please clarify the size and layout of the new shear studs. Or, are all of the exlshiii shear studs to be removed anti replaced with new? (stil[ need type, de!.W, and layout) RESPONSE: Do nol rerrrove the existing Surds. See notes an sheets 50 and BA. Place shear connectors at fit" spacing on girders 1 and 5; Mace a'hear connectors at C" spi36nQ For girders , 3 end 4, 1f a new shear cannector cunflicLa with? an existincg ran raecter, provide a n6w connector 3 Inches apart from existing. See steel girdefi and beards rrrisceflaneoui� details (SG MD) standard for stud connector details. Provide AST A709 Grade 36 steel for sheer connector. flrovlda mInirrrum 6" heighI and 718 MIA shear c 6neclor. 2. Hdw is removal'of-the ehear surds paid? RESPONSE. See sheets 59 and 59 notes. 11' a f1evsr �qhear conrrerEor cotl111r#S wlilk an existing connector, provide a new connector 3 inches apart from existing." 3. RegardIng response to question 3 In Section III: Am I correct in mar assumption Uie cleaned and painted area ( ystern il) is only the outside face and underneath the outside beams on each bridge's RESPONSE, Yes, do not paint in het eon top flange and foncrete deck ADDENDUM 42 -A-2 Boo Lflug Awiii»: 1=1ridgc I1eck auud t'nvameal RARbNrtatkili Lily Proircl No_ 101361E 4. Regarding response to question 9; Are you saying there Is nc war to know the trAlin schedules for any of the 4 operators because of the switching yards? RESONSE: Union Pacifio httnsLll+�v w.up.comltust€rmersl;3n uricementslirntermaadalldomesticse�vlcelanesandghedul es In ex.htm 13NSF https:llw w,bnsf.cotrilshla-wit♦-bnsflinterma allse Ice-options-akjo-dataiEslpn -tx- �rhedule�4*.n.l r-WVVR httwl/www, Ewwr.ras--tAwwr-r-usIomer-took.pho Trinity Metro Eti s• ritl�trinftmeJ;ro.�r tex EI schedules S. RegardIng response to question 9: There could be hours and days the oorftactar is shut down. The trains schedules will help'the contractor prepare for these delay coEits. RESPONSE. See response ku Qu&MInn 44. 6, Regarding response to question 9. The now JAR CQordinaflon thorn covers the costa of insurance, training, etc., but will it also cover delay expenses from riot being able to work clue to irain traffic and trains sitting under the bridge? RESPONSE. No. 7, Railroad Questions: WJII you please provide a copy of C ROE agreements for till'of the railroad companies we will have them with? R ES PONSE. R OW permills wiiI be Issued individually by the rallrdad to. the contradtor. 8. The specificatl'ons show insurance requlrernents for IANSF and UPRR, What are the requirements of the nthw railroad comp�nies7 RESPONSE: arnple.requlrements are included iri the project manual FVVWRITrinity Metro Commercial QaneraI LIabiilty IPis urence - Con}tractuaI LiabilJty wilh a singie limit of 1,000.000 each occurrence and an ,aggregate JI'mit or at least $ ,000,000, Dullness Auto InsurarTce.-Comb] ned single IIM1I aF 1,000,DOO per occ;uirence Warkers ompen 5ation and Employers J...Jability IP5uraRoe - EmpJoyera liab1hty with limits of 1,OO,il00 per occriri-errce,7,0[]0,000 disaaso policyr limit, ei�d -1,000,000 diseased each employee ADDrNDTJ M P2 -A-1 Last LariK A-Yeiw, Brldge-DeLk Euad Pavaineut Rc igh[IJLaLiou City Piu,I;�ct No. 10 13 84 . Please Provide cchta0 1nforrnatian for each RR company an this project, (Needed for fiag[giqg, ROW rules and reg1ilrement5, safety training regufremants, weekly meeting Info, etc.) RESPONSE: Uniun Pacific Railroad, Beal Estate Deperlment, 402,5 4,500Q Fort Worth Western Railroad, 817.763.8297 BNSl=, Fermi(Management Office, 856_498,6647 Trinity Me ten Ra11, 817,215,8600 For information only. Railroad flagger: Natiarial Railroad Safety Services (h11ps-./Mww nr: sinc,neli) 10, Regaa-dirig fesponsa to question 11 in Sectior[ ill: Does "4sSurne 50' per bridge" Mean e should expect one contlnuous area of 50' repajr? What I'm getting at Is there's still na way to tall when-e the repair Incatlons will be, It could he fifty V repalr sectlons.. Tn adegtaately bid this the contractor is either going to have to gamble on the num bar oif repair locations for each bridge OF assLrmp the wi}rst case, RESPONSE- Contc'atur can ,assurnp 5 sections fora total of 50-LF. 11. Please provide a detail showing the Intended ra'paidreplaicerfiaera methods of Item 68 for kidding purposes. RESPONSE. See notes sheet 39 and 4'1. "Repair Ilse &Jer ,nni rrosa frame If the plate Ihlr;knet s ccrr-oded by ler's than 40%, repair by 114 )t (top flange Width — 1/2") plate TO rastore the plate, use 114" continuous fillet welds along both sides and end of the piste. if material loss exceeds 40% replace the entire section" 12. Regarding response to Add and uM 41 ques#Ions 12, 13, 14 in Section I11: If steal girder fabrication is not required, that means the replacement of steel girder 5c-- Clio n (leer note 8 on sheet 42), if required, is only pertainIng to the tap flange of the 9lyd8r? RESPON SE; Yes, trap flange of the girder or dI,aphragms. 13. Regarding response to Addendum #1 questions 12, 131 14 in Section l l l; Will any dlaphraagms need to be replaced In thMr entirety? R ES PO IN SE; No, only tap flange of diaphMOM. 14_ Regarding response to Addendum #1 questions 12, 13. 14 in Section III: If the top fiarige is beyond 40% material loss, where do we cUt on the web to remove it? RESPONSE - Cut of the top of the web. 1.5. Regarding response to Addend urn #1 questions 12, 13, 14 in Section III; Will the type welding required to reattach the flange be allowed on the existing gkder? Shear surds? RE PONSE_ Yes, see TX DOT standard SOME) added as Bart of addandum #2 16, Regarding response to AddendLIM #1 questions 12, 13, 14 in Section I11; What weld tests are requlredd for reattaching the flange? Shear studs" RESPONSE_ See T UGI� staridard SOIVID added as part of addendum #2, ADDENDUM 42 A-4 Lam Long AverurBridge DeCIL mil P#VV11iCn1 Rell6kiI[Rd-011 {-ity I'roler.L No. 1014 17. Regarcling response to Addendum4l.-gr.ieat'ionp 1.2, 1.3, 14 In 'ection I I I; Will For# Worth pay for all weld testing? RESPGNSE-. Weld irig lesting shall be subaldiary Itom 6a "RepairiReplace STL Bridge i4 erhbers". 18. Is the rebar for the bridge decks epoxy coated? The plans for the bridge deck say to .provide epoxy coated bar laps where required" my rebar providers are look!r;g for ciariftation, as there are no notes we can flnd that say where they are r&quired. RE PCN SE. Yes, till rebar hi bridge deck wl11 ba epoxy coaled. See revised hTirlgo sheets Ir} addeiKIUIT1 42_ 1 q_ I'm looking at quoting the Illumination Items cn (lie se two job. -Can you tell me ff ntractor will be purcf3asing pates a savaging the exlstJng pales? If we reed to buy pad . I'm not finding part number/Catalog. RESPONSE. Existing bridge mounted jllurriination poles will be removed and replaced wJtti new Ty 8 1Ilurnination poles per City of FVV Standard 34 41 0-0521. Existing ground mounted Illurnionalion poles will be salvinged and relocated to new illtrmlrral.lDn lvund2liong. AI)DENDUM �2 A-S E"I bang AYcruic Bridge I nk and PnUK'Cnrllr R C liabi lhat;au Uty r fij.j ra No. 101194 Thus Addendum Na. 2, forms part of Ili S peciticalions & 0.cjntrant Gacumants for the above referenced project and modifies the orirginaI PFr)ject M anual & Contract Docum ants of the same. Acknowledge your receipt Of Adtfer+duM No. 2 by completing the requested Information at the followin0 ifrcations. (1) [n the space provided in Section 00 4-1 00, Bid F4urm, Page 3 & 8 } Indicate In upper case lottsrs an the outside of your sealid bid envelopa. "RErWE?VED & Include a signed copy of Addendum fro-, 2 In the seated bid envelop at the Uccle of bid suhlniltal Failure to acknowiledge receipt of Add gndiam No. 2.' bel w could cause the subject bidder to be conslbcre_d "NONRESPONSIVE", resulting in dlsquallflcallon. R117CEIPTACKNOWLEDGM VI , Inc. . ......... ............... q JO I to . KIN ci 1 0r7r1)h9 ADD MT FDUM Y� A•fi 13a5[ LQng Avgnue ViFrdgc Dvok and Flor+rnwrrn Rehu1Alt;LliLill C4Y Prgjert No, 101384 PROPOSAL FORM UNIT PRICE BID Bidder's Application ]'rorrcr Iwrn Infonnnhon 011WcP'R "go Bid hul Doc iipliai 41LncifLcalinm &Horn No. LWLur Bid QumLrry Umil ]'rrct IM Vrciu- I IgnL hra Mranm 1• Q4W3.�Ra0wiii-GeEnOlnoit]¢A n 4 ` &'4 rgag-PAg 04 Arg-I Wy9 1599 2A C11?1.61(11 Consiruclion SlnkmG 1H 71 23 LS 1 0241.1000 RviroueCQncPvmt L}7d1 15 19Y 4t1rf] 4 0241.1100 Remove As13119IL Pvm 1 0.241 15 Sy 4IN 5. D241.1300 Remove Grano Curb&Gutter 0.2 41 11� I_F $07 BA 64 41 4Q0 L Rornova 1 d' CUm inInt 11241 14 FA 6 8 26D5.301-1 2. co4bi. _Fri/d scl 140 (T) 26 05 3s LF 2367 7 1110 01Ill 5ite.Cleanr�p 31 1000 1,S 1 fi 3123.0101 UtIdEra511104d r-YtAwaLlan tvy PL(du 31 23 T4 G`r' 'I014 1J 3124.11:101 Frobwiwnant by Puri 31 24 Q4 GY dflt 10 3175 ()101 SVNPPF a 1 acre 31 2500 fry I 11 3211.D400. wlydr.Mod L1ma 3' 1 T 29 TN fil 49 12 37I 1 {1502 R' 1.ImF Trentmertl 2 11 29 8Y 555) 13 3217,414f}1 HNIAGTronpllicm 321.21e Tt'k 1241 14 321�_d1o+1 9'Corm Pyrnt u 1-�13 sy 4630 .15 321;7.D:i'm 4'" t arw S�walk 32 1'3 26 SF 4501 16 3213A311 d" Conc Sidewalk, Adocant to Curb 32 13 2r5 8l= 9693 17 3213.060-5 Hamer Free Ramp, Type M-3 3� 13 2i} F-A 2 18 371�MISO6 Berner Fray Ramp, TypLx P-t 32 13.20 EA T 19 3213.11-501Srirrror1'reeA'amp,TpoP-2 3213.20 E 1 2D 321-60101 £,"C13nrCkirband {'uftor 3? 16 13 LF rn9 2-1 32T7 0002 A" SLL) Pvmr Marking HAS iY} 32 17 23 �� 14156 22 z)217.CA66;1 4" BkX Famt Markln'p H,43 JUV) v 17 ?3 LP 14�1) 25 3217.0?01 a" S; rD r'vmf Marking MS (VV) 32 17 23 I F S0o 7+4 321T_ff5p7 2A-SLO Pvrrlf MarkLnO HAi' (4V) 17 17 23 1_.r 151P 25 3217 ? 102 RFFL Raise MB*cFTV I-(: 37 17 23 EA 20 26 3217.210.1 Rr=�L 1';alstd Mwker 7Y11-C-P 32 1723 EA 142 27 3217_31ot Tat) Marker TY W 3�). 17" rA 3440 28 3217 3102 T q� Marker TY Y 347. 1723 FA M 32 29 3217_+4309 Rarllovtj 24- 17vmt MaukirLg 32 1.7 i3 L1 35 30 321?_4M7 Remove. Retsed Markey 32 17 23 EA 1}SG 31 3 91.01fl0 Topwl 3291 11] CY 814 jl2 3292.61416 Sloa{1odNacemeni n921.9 f3Y 33 3849,W1 1p'curb irlie; 33+49n CA. 6 34 3441,1409 N411 Insu4eiad Elec Candr 94 4 T 10 LF- 5974 3Fa 3441.1414 N& 8 Rare f lez Con[fr .14 4 1 1C] LF la87 111 3441 1JKQ1 Oround Eb?x Type R. wlApmn 34 41 1b EA 9 37 3441.3062 Ft[twy 111 M Asgrrrhly 1.Y $,11,L]-25, area 0'30 34 41 2G Er1 y : rA 34A1,3603 Adwy IlluArn Bunbly TY IS. '1 FILL, 19 and U•40 34 Al 20 EA 38 2441,33Q1 Rdwy tllurn Fouridatlan TY 1,2, and 4 34 .41 211 FA T ,3@ 3441.:imi 9(Alvaga,Siree,L 1_IgrIr Pole 3441 20 FA 16 41) ,A41,4{104 FumishnnPl r11 Ahim 51gn Fx Pole 1uloian; 3441 30 EA i 41 2441.4067 Inntgil Alum Sign 1:x i5u1c Mount 34 4 f .30 EA 4 42 34-1-1.41W RamLxwoSipmPaned 3441 90 EA 6 43 3471 {1gQ1 Tralirc dnNrot 3471 13 MU 18 A 4 347-1 060.2 Ooda�la [ifisgugs 8Igri 34 ' 1 II 'WK 1 fib 45 14 F 1.OL410 Clly Streets J i esiderFUa! iIveeta Cfoswe 3471 13 mo ;I Q 46 $999.13M 1 C:pn.%1nm km AD3Wsrlca 913 99 99 5 A 1 47 99+3J.Ot]02 M16411 Orlify 91} f19 99 FA I $�it4,o�,o.ffo] � �L}17,�btl_tlU rL mWrAY01LTd rdRJMVL U PLUR CUT cw FORT wofflrW AgLYFAvrmv-kRk mmijrhurm s?Abjnhff13c4 NxfkUrrMaW_L71Ca7I0Ii.dQaD" NTS 1Gr3H4- r'w KuLed lWlffi2u Add -I, 0 317Knx7nurU PROPC?SAI FORA UNIT PENCE BID MUJC l W 311I1{rormabun iiid lid ilta5 �n Ue5�rH1tluu 47A 999+3-Q4fl7F2ailYoAdGarirdlnatleln tJ 479 R6�r ,O60a R8droa0 FIB main Alton lid o X 4.1 1511s YHOPe1LaL Nc.'of I Bidder's Application ti�1caGCalnm S«.�1001�10 Unit el Bed iyduti[y iieoQlue 44 A6 614 L3 1 Suk Tmrt Umfi I - Pmi Blaldal'd Fhnpoul 4HUr (}w Sid beuia �6�,da4,islj � tl4,00d. Unit 2 • E3ddfl€ tmvrmmmnr,r5t A$ REMOWNQ CONG (APPR BLAB) TXDGT 10+1-6027 SY 42% -10 CEM STASIL SKFL 1'001'4J{1-6150Ea CY 256 50 RFINF CONC: SLAB (HF}C:1 17CDQT 422-FM41 SF 3399i� 51 t MCIGE SH)LYVALK fi-1PrG) 1XD0'r422-&R14 SF 4972 52 APPR06CH SLA8 (HPC) T.XDOT 42�,5*16 CY 74i3 5 CONG STR REPRIRFIVD A4l3'R�PL eAGHYV LL1 TXDDT 4,?9-6111G OY $ 5A r4lr-R. P (MOVW 8TRIP)14 IN TX001' 432.604S CY 4:1 55 STR STEEL. (S1FIEAR CONNECTOR) TXQOT 442.1 1O1{1 LB 24OB1 bra GLEAN & PAINT EXIST ELTTZ (SYSTEM 11) rXUCT 446-8Da1 LS 1 97 kAIL (TY G162}(HPft) T XbOT 4.5'],uxz. LF I45x3 fib SEALEO EXPANSION JOINT (4 IN) (SC.O - A) TX00T 454-FrN I LF 471 s4 RtMOV 57R MRI❑61= SLAfi) T900Y 4 W-Ir il13 EA z 66 ADJL&T STL, SHd0 TX1}OT 49�4061 EA 111 $1 MTd, 44+-t AM 00 BEN (TIM POST) TXUFQT 54fl-,M01 LF 650 82 MT REAM GO PEN TRANS (T1-1RIE,HEAM) 1 XL10T 540-6001-3 EA. 4 6 DOVWN�TREAM ANCHOR TtRMIrgAl. SECTION TXDQT 540-Fi(3IFi Ffl i 64 r?5MOVE MLTAL 13EAM G[JAR D FENCE TXDOT 542-61}flI LF i i2P 95 GUAR DRhH. FNO Ti�EATMENt (INSTA A-) TXDOT 544-6WI CA .a 4$ 0LIAR DRAIN. VNE3 TREATMENT (REMQVF=) TXDDT 541"Ofl� EA A 57 CWA�WLJNK rENCr- (kNSTALLI (W' 1 of §5tj,@ 5 IL MA fib 1' EPAIRBEPI.ACE STL aRIDCE MF:;MaER,3 AITNUOT 784- 041A i LF 1 100 Ad Tniail 4oI[ # - IIt I1IfaC Sr pro �+ RDsn+f r*[11113ia78o,00aao A r,r+n OF sgc7'IQN 1e IMrr1 a VMTF Iouti{ N nFM arr or r.4BT }1 wrif A14P FAVEMENT RF gAUUTATJOH STANEWU3rg1Wmwrr %4%C1 rrNTH W ,�hIPNt] . 101364 ram [taLnl edI iO[MIJ g ndlik,&.+t acK PN.UlliiU INCO, OF EET& ear L!®1 Y. i•O FII`Y • 1 1+A4.{rl wrcgpn.o w�. err.` I y . 1. •lrwyihYl�ww .�rv.a if � I. miwvvx•.41w Fr..l• I. itr 11 w..,..•1ur1, X u +x1 h � srlwn �WIIL• N Y 4k+I��Sli14 .. � IhYI'1J LiokOri. Y �141 !RI'1+1 w .II�•.nhniii m0 •brrvarsr 1•.r !IuhW InRI u Y .uhi.�..Ni+wwrwllV. + ••rll�ilwrti� # 1rMril4�'•11 Yr♦tlr� MT..li1 �lf.+� � �I ,.-rvwr i,cy YIIMi1�111V011, 111ih';,r� . y oiiln.�.iu.¢nsaw.ur .�.,t.1 y -'i{I rlla1114a4'R•',aY.�lrxr^gun »ux.. �wIYYXMw.r YULL.+MS hR I iu�!I r lo.�rw•tanrifirr�te��.r����.. wxr wgLl,IMrt•Y 15W.11Y-,:++11161.ar+�'++�•i' � IA1� Yrf,Y �Ou.�l G aMlifn Y/+Y A w IkYJLMl IIm J.4X FH 1-Iru141 u y' wl.mooTu. w .I �I✓<iGriJM_HhI1RMlM w.+l�� +i�LYI u u ��u•wao-l+w n�-.wry n rr4w+milr�w.•.tir{ s• 114i.' L1Y3i1I Wni�l.�.II OLI ll� hLEAL 11 1. prnpra I ; S.LW M-'+Iy X I:Mfr4]1-41 1, �S.L�FNfI. Yot.��rolo onw �. ti�l YI .` !M .... w.�HWlinlM1ur �.+.lr r+Tm1 nc-...x w„r+Nnnn• 11 4il.rnirr.�wiu unu.am.a .w••�m•us.,� IaJ-Lr�rw xr� w+ LL.HS I +r- su nl oM • M. x1n Iwwlrr�r r.. Yr.,Y•lwL,.w.rh•l r.1wl ��. iiivriTnErnarww j4 YY,FKNi klX.�Lhi W- * arl i •x t•Yaw IY4L1Nr...W. } 1YIi IF1!I Yl w�r 4,rJY. ill YMFM,IwAJ.y.I i �uiw�r+4w w.L wrFiiiii lif+Y ✓t aw:�.rr.�n�su�minw�,W 141 ahliln�.-ten wr•++.�nws twuN..�,Yl m.�naT'wFuun�ipw YI wY r�511Fiiin Rh.T+rFY+i4+Y1114+ff! m F Y I+ 1h �alr •u 1R 11?I �� �4 4-4�i4n IM!IlTrllL l\I �15i�.5f. 4'_l•IIf�L i.a iMi hhv+rr.�SIY m I vl ,.�n faf I4lI ={fSrir LT.T4'r rTF1 L]TYM ThTIniH IL,cr,r1 TMAWEPrA rhTIr1N ANh PtiftuCpq:AjM STPEkT&M*Tr�{ryh{' OR CPFRAT3019 Thor 7_M r1E Ha'�Y1R?M �Ir1Ra� L1[ l[. W' F�F M�Nr RE NF yore PMDCf F 9HEETo arty rj F�l f r I -AV —1 - .. ------------- 0 W .n w I . ILI mijul IN ME A - oil RI rf b.ii— ii— Lgi i,jLWhriV- ue T�p , I Loi Uri& �= r 1 V �, T- I .. Fr47.. 7in 4 LGHP 44YE ill I Es r LaWr, AVE 13= wmar. p . .. WPHR swi Pew •av Pi mil, Ilx AEI ll„4 EME17. ELLUMNATE94 FLM ■. "M Fx R]!Rl �-- �I IWlI .rrr }�.. rr rh7n IT NIN ` 1'.r]� r l r f M1'r oat wu d +r Nl4 L OY. n --T� I R iw MP x�� L •�ti L4+ 4 xn �l �f I :l F 1br111+ dlnunE rr.-iRl F-tf r,r'. m:T "'d_-__�—'_ .+k •Wk w t #rl i �-t ILw +f C-1 M f y r L mr +1 �4CI�i�ELS�tlk�! AI.r rlmrypLwO M-i r 3}�� YiS�' S��4y :r Fylr°p5+L1r or�aL xngYl oyL �If�1p r�r. y y�r `p pia R �a}i a��rl,�w, alF ll Lf ra irYl H� I I i r,a kL•L LL 1 IQ Jr, HI Y.LV.IrF r I [.11e I TRE'f OF LETJJ*IIL =MrT?Ikn Ik111'' yyTT �r• M Url .rL lip= ,IF rtL�' I a 4wY FI4 HAIR 1 uIoL' ■ r !`' F LIJ IW�' C 8 ' Y�. .: Ye�I�Yll�r W!R rYM- _ _ � �7[rlfaRF 5a 1 rt iYll. Wr4i �N i&HY HL�r IL OIL r4[ ii� IIISSS��� TL y1L[[sLu �mr�� I hillL5 1Lfi��Ll. �r rl Fes+ ■[ rlwr tillm - Ij'f o.d�IrL�p�r'1oFyi.I[r}rLJrLLyISr'LAA.1 LYNNNFy��I,hSI',�j�(M1� yM1ryYLpp ��dr � �811Y 4 ILn 1 *ufr q„j [li Ir MFIGV �� W 1ilAI H[ mjl ,lHIm in111 I,.YIu'4 rm "IR 41". {5}W.rlrl.11aa �rau uau�loo SJ—Al i wpVW j lF�.L 1T�r�a .rupa iF,�LLII���.[I411 .f+G1�11 •,@ 74 ILS' ��'M+ ry,y �. AWL �'•d IfaliYJ4 •�;� slu usr�M LLJ iIlILL l/I !LJ trilLF .Irk ri..iiAurriuL Al Yhi '� • �' I, Sim d1LLI'Ylwi i .._ a f lmml 106L4pLY +i .yl-F.SFFLIFrrYf[AIII.TLIL..i Y T##j75pWtT'ITfp I u Rr1� FLELIC ViT]H�L4 14 I ,,. i.rl rn�a;ar -r Iv 1 k+ #. �Y►IM' r ■+<�ta+ i� kil lwr .. lid -TM Y.r - rLldtr' 1 YMln 11�Y0[ x-¢' f-hu�,��{'XE7r rI.�C4tl[N7 9GpIRh�k 1 RmMN i�ii.iF��i�`w�L' `u', �i a ii'aa� �n N N�LY u115a WU a 6sTIMAFOOktiTITICE M" 'Iil ib! 45 UIIIF r k vl G MJ 11Rui IY..WL IkLYWiI iJ Irt.s �LW •or aaa-ua w.11•r eaM �y �L law Ii Yllir �IM #jj�i�14 � gpy���/.�Fldlalp���'rSWLf i•1r LYY ud �,11 ii`��srtf�ir!�IQ xrY YO ,��ar r w"MT., wiEw �'ap�.•`[�Y.,Uyw����1�1�yyr }■l�p�gi},�µyL M WL Y[}e pY ipr�iW 11— Y M.11.1 M —1 FGl YiiO\YrrY aYiia �fA��L •Rr ■T.. R �IwY R1�wF ue wie[calw�irY xr,�iY w,wu.�*n a�vr Y�m�. y� ii9[Kii M15`ia IM+'rP I.Oi +Ir l' IYr rW ? —4 • Y Y 11YLL L eYr.IIiYY#YN M11 ILL rM u.. YI.IIILY lil.liP.Vtl• 1041M 1.1 i LPG, lla ILk. . A$Mlwll *r ■nd YiL■ILLL iIY. RL �i,i44 YFnr "61 - f ti Q Pm YY1 it YALL1..LIN RIB T¢ilLl .mnw n..A x •14111T�RL' elF�7iM1ipA�y.y r ba ��a.r..rxxwlne t �.b..iu �IYnoa. 0 crrx nr-azr avanMrt4?+� ; Ana ce M*RflllPWgr Li afFIEtT eHn 8 f>�'IM44'LT�1� a7aERkTlGiH t2 I ... •'Fsl c-Fv wr-3 1 Th P-E-M LLLLIAU Ln comi 14,+ie�L Irt L-I—I 4lia YJxI� Js--- r�{q� IMP ii,mM l I_I} —k.i. 1a M1IIr8II,r1 AF M 4i.N 4 rtar 11Y ire a LitrIlrl4 itlle�I mpp ~a`yy lY IL rGi .iJ,lf4 r YlII.4f�. IM IiYIT .{I'"' A r.W IL'Ir �,0 e,• l.n.... .wxlial. T-u. ur&gs. •v .:ic =r Y"JFU'd Iysl.r.Inu aawlow oorclno� i . .w.t 1EY��i Fes• Iwi /MM r.i fh R'�14i � 7mmiI�Iwlu Ia —ElYA 'F[ ME drAf haf� � r � I. � Llrau.li Ii�lIIIIIG +1111 o FS. f rlr�r [iIYc�FcrlTwUarn rex�e ��.�4.'�I���'{�Y�rrurrl �fnw.�,� u5 ` �f4I�ll�f+i !&r�N �IJ'�f/L LhY;N1I � TFI%I�ilf�IljFt?fl�t� L, Fri -,IL WAIu W YdYL Y4 INUM m%l4 rin s�qi. BT1lF1=1F==ER ri .:i:}4 i i1,rwI=mpbiaa � M. M10* LIB WERATID" m W LIWIM W41LL w � min irrif, OF&MEEW tl�r C:�IlH/l��INlRV�4 LL rx",0H w .F> J.�,� a OpiAI Wn . PAyENErJTFIEJi+ .+� MM WI I� Uhl MI11LLM ri l Wr ILrcpjr 4L Iiu= ray „wii,.ia+=}A rL, M. IIt�IFYee.:. s i( W6IM. I" I'IUf 1 IR fim �l4 iQf{Illnrw vnlrnni 'wy - il-dIM larr� a,fl.r 'iwlr� iAly irrP.+L9 �. - wC Lw ---- ------ ----- e ~ i au' dLin' —NI �F'SIPi� Y f ni ndrr,f r- SPC 'fi 81'R J wY i 11-y+rinl F Illm.l } .4wi Y alMrli 1110 it. li-r-,,. - ...... - _ ITT119 �� �to ornlu •1" �rpp[,g,�� � 77�r 4��5il111��4 r'"Aa f ,L r5��rr — r . �n y �. FIXI .it RN •, �4 :�I rY IyY� p.grwir rE�rpflCf�JLYr�Ir F4`�Hri4purr'it��L�rr,�lpc.FrxlC4rX— NT�■� aus� l�Ytl FIn1yII . 1FM � I LR RI. ■ r �.'A ' Y• I' 1 i�h,p1k!�4r. LIIrr�� L�p5.I��yr1,�M ` �L/Oh5�iW LL' C9YY11fO *eaLe ar tai �rx4a EG ulimplri Cs MIT W. ^ q 1 mi a - LY— fl.. �NRIY+W Iay�IAri RIB IA R�i 1144 l��Y.�IM I•LMIN. 6lY -1- i U4H 4`L ` 11�Y5 alrr��. 4]RIfA: L STJCTJi r��nw Iwri?ar� s:se ��I� hn5rc� �{��ypr��ilsl�� I��1irYt��•I4���I~nini�.iilmL ,u�+wwl r! T�1lR4y�J hrL w �F�RF1y itlt �osri�WlrJ�la Lx1F Y�f lrrlm4]l�d�lyu4 ��1SwM111ppppr l�ppp/111TI _IT4 }%# `bM1�''ly.Y 1�Cr[p �1LLl�{Y�IUG Iyiryl �W ihi�L�f1YAl1.+'!F ILLI T41Mil�rl�l�illrq y2[ T�iapQk7hT�i'1 a M4 FIJtlI.IC Yh1171{� FIM MIL Y4+.M FF- R! rvr.M MLI. M1w YOY. B Fir Q Sr�WL'MT�H Fai mm IAL I ES, F�Ih.0 YYtl Yr� Yl �lYli ul1W ;: �M Y QPEJiILTfLL',IB •16'.`��q� y� 4" AI' IILS11L5 kjl h.lLL ��JlilmrlNaY.I.a J.rlHLoI YIGOL LI.If-q�[. cftMLL ,!MluACIril lrY . ;92IIILT.f phpl_I.n7411aM rRh,l..pq�• L�yJ w LIi4 �� 1[FILiR •hG3FY TILL Yl.0ILW.rLwlil�5 MAP W—LI r6p R.. MUILL 1 li + 11'f 1. WAIR - �7 { ww wrL 11[ IIIR KW YIIIRC.�M Rr.ILF 11LL��"J! .lT mp Ylmri7FFGY_Ml Ri IIin kI�L..�m jj(PILL OIYI-11 2 dirtj T31, 1 9 ,6 WN ILI 'A' V AIA— a lrUn wl L N� n Vkl.! .1 MUTIP MIME Fk rfflERFrl�. PLAM9P4T Lb Z=v rmvMa %u= di lk, 4 ;.14L A Ailb rrl.4-.W, ,., �mqjm�r ju MI& m1ml dh��-Ua rdi p , TAOLF.qF gorwArED Qi4hwrlT1G1 wrT 0 pp r,,, LI iATIChiJD LIM F:=WWM fi 10MUAM w&toM AIL wo-MW�. b--'44 14"4p aI, J.Ps rM,4,V rElk L.kli-r so- ElWIM Ahim UPE�AM lrz�rIl ftl W-M..L.wm.�Liml 1.1 mrklakjr�.p km 4M= W-M T r-ym ql.Y�" PA PA )FTfff*LUUR 710 NJA= 9WI I, f� d I 41111 1 MPH". �IpKim w�rjm mp Wk 44kh Kill -lh�� �11ILLI L mf i4 _ ly �r4¢A! MprJ 45 - " I_Iul* I.ilrr_I ,r r� y r. R 113I 7Y yp y�� �I psyrr r•Jrart +.ml 5 ur+n SLY. 4wr� tl. ae.�i •+ y� � i I!•J. - loIlrr ! c ii 4K 4 IiiLF ill' r yui]oIill IOTii IIr} �� p� r�/�Iq� yR�J��+p,�1��r� Ip,�1 �• �Lr�y�p� ���ir�Iuplri��x��li oirlw yin nil s� EYfl I MST 1 �15\, IR14rrFPl I LL'4 YYI.I ruri rllw[R 1Dli Iw11nMW LJi tr/ wlil T�9Lf q xn l.a j1'I - r.rwAfl�+�,�� rw *e; wins1- 'k Crr*m,atr s'rtwrr Am! �� 1 iS m+ &IIFim„ TPI eWr+'TXnoN FM IYIL i<Ilkl il111`LY4 tll iwrl4�u rlA r-ILL %.F7I1P�I�IGXS��� 4Ali&L�I--Ir01Fi: Ly�R4 .�r wr rum l.�uo . IAEE r b*D 9TaFlMf!A �I+rlrr ao.i (rr..,-a,r ar /!,rwli J%tl Yh ®1W'W14L {71if!iflT�ur 4rlf Ytlli11 Nl1r�l �rlr @ RXS L IC�f� �lir 4 I1114L5 !w �118Y LIUr. ;..� �I.rxrhyr�I�G ! � �r _ Re r�.�r �ru �u �w La,w>w qD Jx lyklol Ef S�rldY � 'EAM !rl WIIIOw IrRF1p Mr �i li Ltl EUY WIIINM 1V11 -0[r�,145 rw RL jliihi FM1{�5k1trIFPEF lh T} F11�1i f rL4W WF+YS lrR4 R4�IRR uP� ! ifrlYf L� RA4K I4 91Yn� hO k,w wires `I r•i a'.L4 nYrl1[.6�A14.9 MTlR} C M + >f�81• LIr 4Rl4 !f W 41lALL. ua rn Hr.LII1111111XIL MMS fir=I�II01Er �.INI I 3]Nlio fireor.-Ar. MA0A Lij=vArzu.v TVplc,AL SEAM:UlKir WEla ACCf.55 illiji CEI'AJdC'J 515CTJIEW a;s d d —d . ..... SPL17.rWV LTIFYFLYIll MU'PIA I SKEW OhMLk I Al L-', WEIR *FAWN ArJEJA) DBTAOL r LA±2�Emluw el � TAIgiE A M. MTAM 5TFEJ W.96CRa ArfD 91CA605 wrYN "Aly[W r1j'FtGl4' {R',3 �iJglrru vn»k ii r0 nr ar+5r w r�iflu o� ptArr�naf�d*s r� AI�' .�*w�..+.,i I„` "i+ Y�LYi+x.r � Y.x.l iir• L�irlri rYPi2 EPYIIr.Y�#� F APt Gkf r /,w a�t�Iu GyTF' PFT�1J� wiry..'..:w• y rVPF Xrr ttttlU W-4 OWSS.F&AM E-5 rirWitn T}fjW h'f3 cFGi: FJr.4RIE5 yy rl+ rrrr- eft��I s+�o�s��r.wrYa.+� TYPE xF M.'} KF CWSSx FJTM€ TAUS .I i1 +- +:I ri'. ■ r — , useit rr�a a bl+E.E+r4R-0 &F .DIbtF .+. I 11r #rr•r+r T! W6/M 1{ Orr MM Lr •li,i r•r r. rrr11 iypC €D U+At'HPAGMI TXREF rl.'+ rr• F•li •i+ secr�nr� r{� i 1 /rr : 1 rWl Irrtr�Ilf hhhh rlrrrr ni,+� r��Tars� ,y:- IJJur r � + OAPPfrJrRfJEkl �1rdS +K••,I�n�F: .. r., . r Ftallaa k+12a!!r rleawsJ�'ruNs . JLfuz, rw fin�uc:t st+�rar tl�ra�� e• nFrJau wuJ, r.; r 4] snia COUArEcu A OZ-TA115� rrf FLA46E 7'kfr{k'NE:S; TDhA'Sfrl d4 LdAurA Ir1J4r frxmf Apkirf Wftfmo rlila :%PLrfF uffxr: BOLTED }PLf[E 23ErAf4. WIN ■lrll_C ' +IPx�+•1 .,�. T-+�;111 r r rar f u AY•I .Yr.wr.I.•r auFy,+I!+1Ww�� � 4*15+jv+w IM i•i.1 �M`..W a+�'M+W ma•rtr J•Jw., IyirrYF e • r, 4� W AMCHMW *2 ME YMih+ { WL rrA IY ■1 Ie� ,I x�V,:�i, r. Yr'1++h'..:, •,n ix,.lu+aaaww���''•• ,II iltirr _riL rf,yr /Wwn,Yl an, Mx �i l+Srd•,iyr+0.Sr +M{ ,�. L as W.l w a.nw,w a ,++ �.'I+�'i 1lRl zh + Mr rr'r ll,Rwn'r..,l r...'wr,M iYrMy �67r��F��.JaArr-O�$ DETAILS 5Tt£L GrADEAS 61 Y1 frP'A��S 00 11 13-1 INVITATION TO BIDDERS Page 1 of 2 I SECTION 00 1113 2 INVITATION TO BIDDERS 4 RECEIPT OF BIDS 5 Sealed bids for the construction of E. LONG AVENUE BRIDGE DECK AND PAVEMENT 6 REHABILITATION City Project No. 101384 will be received by the City of Fort Worth 7 Purchasing Office: 8 9 City of Fort Worth 10 Purchasing Division 11 200 Texas Street 12 Fort Worth, Texas 76102 13 until 1:30 P.M. CST, Thursday, October 3, 2019, and bids will be opened publicly and read aloud 14 at 2:00 PM CST in the Council Chambers. 15 16 GENERAL DESCRIPTION OF WORK 17 The major work will consist of the (approximate) following: 18 4,630 SY 9" Cone Pvmt I9 18 MO Traffic Control 20 33,989 SF Rein£ Cone Slab (HPC) 21 1 LS Clean and Paint Exist Str. (System 11) 22 1,956 LF Rail (TY C402)(HPC) 23 24 PREQUALIFICATION 25 The improvements included in this project must be performed by a contractor who is pre- 26 qualified by the City at the time of bid opening. The procedures for qualification and pre- 27 qualification are outlined in the Section 00 21 13 INSTRUCTIONS TO BIDDERS, 28 29 DOCUMENT EXAMINATION AND PROCUREMENTS 30 The Bidding and Contract Documents may be examined or obtained on-line by visiting the City 31 of Fort Worth's Purchasing Division website at http://www.fortworthtexas.gav/purchasind and 32 clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The 33 Contract Documents may be downloaded, viewed, and printed by interested contractors and/or 34 suppliers. The contractor is required to fill out and notarize the Certificate of Interested 35 Parties Form 1295 and the form must be submitted to the Project Manager before the 36 contract will be presented to the City Council. The form can be obtained at 37 https://www.ethics.state.tx.us/filinginfo/1295/ 38 39 Copies of the Bidding and Contract Documents may be purchased from Jon King, 972-309-9700. 40 VRX, Inc. 2500 N. Dallas Pkwy Suite 450, Plano, TX 75093. 41 42 Set of Bidding and Contract Documents with full size drawings: $200.00 43 Set of Bidding and Contract Documents with half size drawings: $100.00 44 45 PREBID CONFERENCE 46 A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO 47 BIDDERS at the following location, date, and time: 48 DATE: Friday, September 20, 2019 CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 22, 2016 101384 1 2 3 4 5 6 7 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 00 11 13-2 INVITATION TO BIDDERS Page 2 of 2 TIME: 10:00 A.M PLACE: Transportation and Public Works, Street Services, 5001 James Avenue, Suite 9201, Fort Worth, Texas 76115 CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. INQUIRIES All inquiries relative to this procurement should be addressed to the following: Attn: Tariqul Islam, City of Fort Worth Email: tarigul.islam@fortworthtexas.goN Phone: 817-392-2486 And/Or Attn: Jon King, VRX, Inc. Email: j.king�global.com Phone: 972-309-9700 ADVERTISEMENT DATES September 5, 2019 September 12, 2019 24 END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 22, 2016 E. LONG AVENUE BRIDGE DECK AND PAVEMENT REHABILITATION 101384 0021 13 - 1 INSTRUCTIONS TO BIDDERS Page 1 of 9 1 SECTION 00 2113 2 INSTRUCTIONS TO BIDDERS 3 4 1. Defined Terms 5 6 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 7 00 - GENERAL CONDITIONS. 8 9 1.2. Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the 10 meanings indicated below which are applicable to both the singular and plural thereof. 11 12 1.2.1, Bidder: Any person, firm, partnership, company, association, or corporation acting 13 directly through a duly authorized representative, submitting a bid for performing 14 the work contemplated under the Contract Documents. 15 16 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or 17 corporation acting directly through a duly authorized representative, submitting a 18 bid for performing the work contemplated under the Contract Documents whose 19 principal place of business is not in the State of Texas. 20 21 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City 22 (on the basis of City's evaluation as hereinafter provided) makes an award. 23 24 2. Copies of Bidding Documents 25 26 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations 27 resulting from the Bidders use of incomplete sets of Bidding Documents. 28 29 2.2. City and Engineer in making copies of Bidding Documents available do so only for the 30 purpose of obtaining Bids for the Work and do not authorize or confer a license or grant 31 for any other use. 32 33 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 34 35 3.1, All Bidders and their subcontractors are required to be prequalified for the work types 36 requiring prequalification at the time of bidding. Bids received from contractors who are 37 not prequalified (even if inadvertently opened) shall not be considered. Prequalification 38 requirement work types and documentation are as follows: 39 40 3.1.1. Paving — Requirements document located at; 41 https://projectt)oint.buzzsaw.com/fortworthgov/Resources/02%20- 42%20Construction%2ODocuments/Contractor%2OPre ualification/TPW%2OPavin 43 %20Contractor%2OPre ualification%2OPro am/PRE UALIFICATION%20RE 44 UIREMENTS%20FOR%20PAVING%2000NTRACTORS.PDF? ublic 45 46 3.1.2. Roadway and Pedestrian Lighting -- Requirements document located at; 47 has://projegVoint.buzzsaw.com/fortworthgov/Resources/02%20- 48 %20Construction%2ODocuments/Contractor%o2OPregualification/TPW%2ORoadwav%20an 49 d%20Pedestrian%20Ligl tine%20Preaualification%20Program/STREET%2OLIGHT%20P 50 REOUAL0/o20REOMNTS.pd1'lpublic CITY OF FORT WORTH F. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised August 21, 2015 101384 002113-2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 3.1.3. Water and Sanitary Sewer — Requirements document located at; 2 https://pro %20Construction%2ODocuments/Contractor%2OPrequalification/Water%2Oand%2 4 OSanitary%2OSewer%2OContractor%2OPrequalification%2OProgramfWSS%20pre 5 qual%ZOreguirements.doc? up blic 6 8 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within 9 seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 10 45 11, BIDDERS PREQUALIFICATIONS. 11 12 3.2.1. Submission of and/or questions related to prequalification should be addressed to 13 the City contact as provided in Paragraph 6.1. 14 15 16 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low 17 bidder(s) for a project to submit such additional information as the City, in its sole 18 discretion may require, including but not limited to manpower and equipment records, 19 information about key personnel to be assigned to the project, and construction schedule, 20 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 21 deliver a quality product and successfully complete projects for the amount bid within 22 the stipulated time frame. Based upon the City's assessment of the submitted 23 information, a recommendation regarding the award of a contract will be made to the 24 City Council. Failure to submit the additional information, if requested, may be grounds 25 for rejecting the apparent low bidder as non -responsive. Affected contractors will be 26 notified in writing of a recommendation to the City Council. 27 28 3.4. In addition to prequalification, additional requirements for qualification may be required 29 within various sections of the Contract Documents. 30 31 3.5. Special qualifications required for this project include the following: ONUTTED 32 33 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 34 35 4.1. Before submitting a Bid, each Bidder shall: 36 37 4.1.1. Examine and carefully study the Contract Documents and other related data 38 identified in the Bidding Documents (including "technical data" referred to in 39 Paragraph 4.2. below). No information given by City or any representative of the 40 City other than that contained in the Contract Documents and officially 41 promulgated addenda thereto, shall be binding upon the City. 42 43 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and 44 site conditions that may affect cost, progress, performance or furnishing of the 45 Work. 46 47 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, 48 progress, performance or furnishing of the Work. 49 50 4.1.4.Omitted 51 CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised August 21, 2015 101384 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 9 1 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or 2 contiguous to the Site and all drawings of physical conditions relating to existing 3 surface or subsurface structures at the Site (except Underground Facilities) that 4 have been identified in the Contract Documents as containing reliable "technical 5 data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, 6 at the Site that have been identified in the Contract Documents as containing 7 reliable "technical data." 9 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of 10 the information which the City will furnish. All additional information and data I 1 which the City will supply after promulgation of the formal Contract Documents 12 shall be issued in the form of written addenda and shall become part of the Contract 13 Documents just as though such addenda were actually written into the original 14 Contract Documents. No information given by the City other than that contained in 15 the Contract Documents and officially promulgated addenda thereto, shall be 16 binding upon the City. 17 18 4.1.7. Perform independent research, investigations, tests, borings, and such other means 19 as may be necessary to gain a complete knowledge of the conditions which will be 20 encountered during the construction of the project. On request, City may provide 21 each Bidder access to the site to conduct such examinations, investigations, 22 explorations, tests and studies as each Bidder deems necessary for submission of a 23 Bid. Bidder must fill all holes and clean up and restore the site to its former 24 conditions upon completion of such explorations, investigations, tests and studies. 25 26 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the 27 cost of doing the Work, time required for its completion, and obtain all information 28 required to make a proposal. Bidders shall rely exclusively and solely upon their 29 own estimates, investigation, research, tests, explorations, and other data which are 30 necessary for full and complete information upon which the proposal is to be based. 31 It is understood that the submission of a proposal is prima -facie evidence that the 32 Bidder has made the investigation, examinations and tests herein required. Claims 33 for additional compensation due to variations between conditions actually 34 encountered in construction and as indicated in the Contract Documents will not be 35 allowed. 36 37 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or 38 between the Contract Documents and such other related documents. The Contractor 39 shall not take advantage of any gross error or omission in the Contract Documents, 40 and the City shall be permitted to make such corrections or interpretations as may 41 be deemed necessary for fulfillment of the intent of the Contract Documents. 42 43 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of 44 45 4.2.1. those reports of explorations and tests of subsurface conditions at or contiguous to 46 the site which have been utilized by City in preparation of the Contract Documents. 47 The logs of Soil Borings, if any, on the plans are for general information only. 48 Neither the City nor the Engineer guarantee that the data shown is representative of 49 conditions which actually exist. 50 CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised August 21, 2015 101384 0021 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 9 I 4.2.2. those drawings of physical conditions in or relating to existing surface and 2 subsurface structures (except Underground Facilities) which are at or contiguous to 3 the site that have been utilized by City in preparation of the Contract Documents, 4 5 4.2.3. copies of such reports and drawings will be made available by City to any Bidder 6 on request. Those reports and drawings may not be part of the Contract 7 Documents, but the "technical data" contained therein upon which Bidder is entitled 8 to rely as provided in Paragraph 4.02. of the General Conditions has been identified 9 and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is 10 responsible for any interpretation or conclusion drawn from any "technical data" or 1 I any other data, interpretations, opinions or information. 12 13 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 14 that Bidder has complied with every requirement of this Paragraph 4, (ii) that without 15 exception the Bid is premised upon performing and furnishing the Work required by the 16 Contract Documents and applying the specific means, methods, techniques, sequences or 17 procedures of construction (if any) that may be shown or indicated or expressly required 18 by the Contract Documents, (iii) that Bidder has given City written notice of all 19 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 20 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 21 etc., have not been resolved through the interpretations by City as described in 22 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 23 and convey understanding of all terms and conditions for performing and furnishing the 24 Work. 25 26 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 27 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 28 Paragraph 4.06. of the General Conditions, unless specifically identified in the Contract 29 Documents. 30 31 5. Availability of Lands for Work, Etc. 32 33 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for 34 access thereto and other lands designated for use by Contractor in performing the Work 35 are identified in the Contract Documents. All additional lands and access thereto 36 required for temporary construction facilities, construction equipment or storage of 37 materials and equipment to be incorporated in the Work are to be obtained and paid for 38 by Contractor. Easements for permanent structures or permanent changes in existing 39 facilities are to be obtained and paid for by City unless otherwise provided in the 40 Contract Documents. 41 42 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed 43 in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- 44 of -way, easements, and/or permits are not obtained, the City reserves the right to cancel 45 the award of contract at any time before the Bidder begins any construction work on the 46 project. 47 CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised August 21, 2015 101384 0021 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 9 1 5.3. The Bidder shall be prepared to commence construction without all executed right-of- 2 way, easements, and/or permits, and shall submit a schedule to the City of how 3 construction will proceed in the other areas of the project that do not require permits 4 and/or easements. 5 6 6. Interpretations and Addenda 7 8 6.1, All questions about the meaning or intent of the Bidding Documents are to be directed to 9 City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions 10 received after this day may not be responded to. Interpretations or clarifications 11 considered necessary by City in response to such questions will be issued by Addenda 12 delivered to all parties recorded by City as having received the Bidding Documents. 13 Only questions answered by formal written Addenda will be binding. Oral and other 14 interpretations or clarifications will be without legal effect. 15 16 Address questions to: 17 18 City of Fort Worth 19 200 Texas Street 20 Attn: Tariqul Islam, Transportation and Public Work Department 21 Fax:817-392-7969 22 Email: Tariqul.Islam@fortworthtexas.gov 23 Phone: 817392.2486 24 25 26 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by 27 City. 28 29 6.3. Addenda or clarifications may be posted via Buzzsaw at 30 https://RroiectDoint.buzzsaw.com/fortworthgov/Advertised?publie 31 32 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or 33 INVITATION TO BIDDERS. Representatives of City will be present to discuss the 34 Project. Bidders are encouraged to attend and participate in the conference. City will 35 transmit to all prospective Bidders of record such Addenda as City considers necessary 36 in response to questions arising at the conference. Oral statements may not be relied 37 upon and will not be binding or legally effective. 38 39 7. Bid Security 40 41 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five 42 (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting 43 the requirements of Paragraphs 5.01 of the General Conditions. 44 CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised August 21, 2015 101384 002113-6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award 2 have been satisfied. If the Successful Bidder fails to execute and deliver the complete 3 Agreement within 10 days after the Notice of Award, City may consider Bidder to be in 4 default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. 5 Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all 6 other Bidders whom City believes to have a reasonable chance of receiving the award 7 will be retained by City until final contract execution. 8 9 8. Contract Times 10 The number of days within which, or the dates by which, Milestones are to be achieved in 11 accordance with the General Requirements and the Work is to be completed and ready for 12 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 13 attached Bid Form. 14 15 9. Liquidated Damages 16 Provisions for liquidated damages are set forth in the Agreement. 17 18 10, Substitute and "Or -Equal" Items 19 The Contract, if awarded, will be on the basis of materials and equipment described in the 20 Bidding Documents without consideration of possible substitute or "or -equal" items. 21 Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or- 22 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 23 City, application for such acceptance will not be considered by City until after the Effective 24 Date of the Agreement. The procedure for submission of any such application by Contractor 25 and consideration by City is set forth in Paragraphs 6.05A., 6.05B. and 6.05C. of the General 26 Conditions and is supplemented in Section 0125 00 of the General Requirements. 27 28 11. Subcontractors, Suppliers and Others 29 30 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 31 12-2011 (as amended), the City has goals for the participation of minority business 32 anal/or small business enterprises in City contracts. A copy of the Ordinance can be 33 obtained from the Office of the City Secretary. The Bidder shall submit the MBE and 34 SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor 35 Waiver Form and/or Good Faith Effort Form with documentation and/or Joint 36 Venture Form as appropriate. The Forms including documentation must be received 37 by the City no Iater than 2:00 P.M. CST, on the second business days after the bid 38 opening date. The Bidder shall obtain a receipt from the City as evidence the 39 documentation was received. Failure to comply shall render the bid as non- 40 responsive. 41 42 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person 43 or organization against whom Contractor has reasonable objection. 44 45 12. Bid Form 46 47 12.1. The Bid Form is included with the Bidding Documents; additional copies may be 48 obtained from the City. 49 CITY OF FORT WORTH R LONCT AVENUE BRTDGrE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS ,AND PAVEMENT REHABILITATION Revised August 21, 2015 101384 0021 13-7 1NSTI?UCTIONS TO BIDDERS Page 7 of 9 1 12.2, All blanks on the Bid Form must be completed by printing in ink and the Bid Form 2 signed in ink. Erasures or alterations shall be initialed in ink by the person signing 3 the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit 4 price item listed therein. In the case of optional alternatives, the words "No Bid," 5 "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, 6 written in ink in both words and numerals, for which the Bidder proposes to do the 7 work contemplated or furnish materials required. All prices shall be written legibly. 8 In case of discrepancy between price in written words and the price in written 9 numerals, the price in written words shall govern. 10 11 12.3. Bids by corporations shall be executed in the corporate name by the president or a 12 vice-president or other corporate officer accompanied by evidence of authority to 13 sign. The corporate seal shall be affixed. The corporate address and state of 14 incorporation shall be shown below the signature. 15 16 12.4. Bids by partnerships shall be executed in the partnership name and signed by a 17 partner, whose title must appear under the signature accompanied by evidence of 18 authority to sign. The official address of the partnership shall be shown below the 19 signature. 20 21 12.5. Bids by limited liability companies shall be executed in the name of the firm by a 22 member and accompanied by evidence of authority to sign. The state of formation of 23 the firm and the official address of the firm shall be shown. 24 25 12.6. Bids by individuals shall show the Bidder's name and official address. 26 27 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner 28 indicated on the Bid Form. The official address of the joint venture shall be shown. 29 30 12.8. All names shall be typed or printed in ink below the signature. 31 32 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of 33 which shall be filled in on the Bid Form. 34 35 12.10. Postal and e-mail addresses and telephone number for communications regarding the 36 Bid shall be shown. 37 38 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of 39 Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance 40 to State Law Non Resident Bidder. 41 42 13. Submission of Bids 43 Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, 44 at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, 45 addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed 46 envelope, marked with the City Project Number, Project title, the name and address of 47 Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent 48 through the mail or other delivery system, the scaled envelope shall be enclosed in a separate 49 envelope with the notation "BID ENCLOSED" on the face of it. 50 CrTY OF FORT WORTH E, LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised August 21, 2015 101384 0021 13 -8 INSTItUCTIONS TO BIDDERS Page 8 of 9 I 14. Modification and Withdrawal of Bids 3 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office 4 cannot be withdrawn prior to the time set for bid opening. A request for withdrawal 5 must be made in writing by an appropriate document duly executed in the manner 6 that a Bid must be executed and delivered to the place where Bids are to be submitted 7 at any time prior to the opening of Bids. After all Bids not requested for withdrawal 8 are opened and publicly read aloud, the Bids for which a withdrawal request has been 9 properly filed may, at the option of the City, be returned unopened. 10 11 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 12 time set for the closing of Bid receipt. 13 14 15. Opening of Bids 15 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 16 abstract of the amounts of the base Bids and major alternates (if any) will be made available 17 to Bidders after the opening of Bids. 18 19 16. Bids to Remain Subject to Acceptance 20 All Bids will remain subject to acceptance for the time period specified for Notice of Award 21 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 22 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 23 24 17. Evaluation of Bids and Award of Contract 25 26 17.1. City reserves the right to reject any or all Bids, including without limitation the rights 27 to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids 28 and to reject the Bid of any Bidder if City believes that it would not be in the best 29 interest of the Project to make an award to that Bidder, whether because the Bid is 30 not responsive or the Bidder is unqualified or of doubtful financial ability or fails to 31 meet any other pertinent standard or criteria established by City. City also reserves 32 the right to waive informalities not involving price, contract time or changes in the 33 Work with the Successful Bidder. Discrepancies between the multiplication of units 34 of Work and unit prices will be resolved in favor of the unit prices. Discrepancies 35 between the indicated sum of any column of figures and the correct sum thereof will 36 be resolved in favor of the correct sum. Discrepancies between words and figures 37 will be resolved in favor of the words. 38 39 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists 40 among the Bidders, Bidder is an interested party to any litigation against City, 41 City or Bidder may have a claim against the other or be engaged in litigation, 42 Bidder is in arrears on any existing contract or has defaulted on a previous 43 contract, Bidder has performed a prior contract in an unsatisfactory manner, or 44 Bidder has uncompleted work which in the judgment of the City will prevent or 45 hinder the prompt completion of additional work if awarded. 46 CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised August 21, 2015 101384 002113-9 INSTRUCTIONS TO BIDDERS Page 9 of 9 1 17.2. City may consider the qualifications and experience of Subcontractors, Suppliers, and 2 other persons and organizations proposed for those portions of the Work as to which 3 the identity of Subcontractors, Suppliers, and other persons and organizations must 4 be submitted as provided in the Contract Documents or upon the request of the City. 5 City also may consider the operating costs, maintenance requirements, performance 6 data and guarantees of major items of materials and equipment proposed for 7 incorporation in the Work when such data is required to be submitted prior to the 8 Notice of Award. 9 10 17.3. City may conduct such investigations as City deems necessary to assist in the I 1 evaluation of any Bid and to establish the responsibility, qualifications, and financial 12 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 13 organizations to perform and furnish the Work in accordance with the Contract 14 Documents to City's satisfaction within the prescribed time. 15 16 17.4. Contractor shall perform with his own organization, work of a value not less than 17 35% of the value embraced on the Contract, unless otherwise approved by the City. 18 19 17.5. if the Contract is to be awarded, it will be awarded to lowest responsible and 20 responsive Bidder whose evaluation by City indicates that the award will be in the 21 best interests of the City. 22 23 47.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award 24 contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than 25 the lowest bid submitted by a responsible Texas Bidder by the same amount that a 26 Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a 27 comparable contract in the state in which the nonresident's principal place of 28 business is located. 29 30 17.7. A contract is not awarded until formal City Council authorization. If the Contract is 31 to be awarded, City will award the Contract within 90 days after the day of the Bid 32 opening unless extended in writing. No other act of City or others will constitute 33 acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by 34 the City. 35 36 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 37 38 18. Signing of Agreement 39 When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the 40 required number of unsigned counterparts of the Agreement. Within 14 days thereafter 41 Contractor shall sign and deliver the required number of counterparts of the Agreement to 42 City with the required Bonds, Certificates of Insurance, and all other required documentation. 43 City shall thereafter deliver one fully signed counterpart to Contractor. 44 45 46 47 END OF SECTION CITY OF FORT WORTII E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised August 2I, 2015 10I384 003215-0 CONSTRUCTION PROGRESS SCHEDULE SECTION 00 32 15 CONSTRUCTION PROTECT SCHEDULE PARTI- GENERAL 1.1 SUMMARY Page 1 of 10 A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Project Schedule B. Deviations from this City of Fort Worth Standard Specification 1. None. C. ReIated 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 D. Purpose The City of Fort Worth (City) is committed to delivering quality, cost-effective infrastructure to its citizens in a timely manner. A key tool to achieve this purpose is a properly structured schedule with accurate updates. This supports effective monitoring of progress and is input to critical decision making by the project manager throughout the life of the project. Data from the updated project schedule is utilized in status reporting to various levels of the City organization and the citizenry. This Document complements the City's Standard Agreement to guide the construction contractor (Contractor) in preparing and submitting acceptable schedules for use by the City in project delivery. The expectation is the performance of the work follows the accepted schedule and adhere to the contractual timeline. The Contractor will designate a qualified representative (Project Scheduler) responsible for developing and updating the schedule and preparing status reporting as required by the City. 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 2. Non-compliance with this specification is grounds for City to withhold payment of the Contractor's invoices until Contractor achieves said compliance. 1.3 REFERENCES A. Project Schedules Each project is represented by City's master project schedule that encompasses the entire scope of activities envisioned by the City to properly deliver the work. When the City contracts with a Contractor to perform construction of the Work, the Contractor CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD SPECIFICATION AND PAVEMENT REHABILITATION Revised JULY 20, 2018 101384 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 10 will develop and maintain a schedule for their scope of work in alignment with the City's standard schedule requirements as defined herein. The data and information of each such schedule will be leveraged and become integral in the master project schedule as deemed appropriate by the City's Project Control Specialist and approved by the City's Project Manager. 1. Master Project Schedule The master project schedule is a holistic representation of the scheduled activities and milestones for the total project and be Critical Path Method (CPM) based. The City's Project Manager is accountable for oversight of the development and maintaining a master project schedule for each project. When the City contracts for the design and/or construction of the project, the master project schedule will incorporate elements of the Design and Construction schedules as deemed appropriate by the City's Project Control Specialist. The assigned City Project Control Specialist creates and maintains the master project schedule in P6 (City's scheduling software). 2. Construction Schedule The Contractor is responsible for developing and maintaining a schedule for the scope of the Contractor's contractual requirements. The Contractor will issue an initial schedule for review and acceptance by the City's Project Control Specialist and the City's Project Manager as a baseline schedule for Contractor's scope of work. Contractor will issue current, accurate updates of their schedule (Progress Schedule) to the City at the end of each month throughout the life of their work. B. Schedule Tiers The City has a portfolio of projects that vary widely in size, complexity and content requiring different scheduling to effectively deliver each project. The City uses a "tiered" approach to align the proper schedule with the criteria for each project. The City's Project Manager determines the appropriate schedule tier for each project, and includes that designation and the associated requirements in the Contractor's scope of work. The following is a summary of the "tiers". 1. Tier 1: Small Size and Short Duration Project (design not required) The City develops and maintains a Master Project Schedule for the project. No schedule submittal is required from Contractor. City's Project Control Specialist acquires any necessary schedule status data or information through discussions with the respective party on an as -needed basis. 2. Tier 2: Small Size and Short to Medium Duration Project The City develops and maintains a Master Project Schedule for the project. The Contractor identifies "start" and "finish" milestone dates on key elements of their work as agreed with the City's Project Manager at the kickoff of their work effort. The Contractor issues to the City, updates to the "start" and "finish" dates for such milestones at the end of each month throughout the life of their work on the project. 3. Tier 3. Medium and Large Size and/or Complex Projects Regardless of Duration The City develops and maintains a Master Project Schedule for the project. The Contractor develops a Baseline Schedule and maintains the schedule of their respective scope of work on the project at a level of detail (generally Level 3) and in CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD SPECIFICATION AND PAVEMENT REHABILITATION Revised IULY 20, 20I8 101384 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 10 alignment with the WBS structure in Section 1.4.H as agreed by the Project Manager. The Contractor issues to the City, updates of their respective schedule (Progress Schedule) at the end of each month throughout the life of their work on the project. C. Schedule Types Project delivery for the City utilizes two types of schedules as noted below. The City develops and maintains a Master Project Schedule as a "baseline" schedule and issue monthly updates to the City Project Manager (end of each month) as a "progress" schedule. The Contractor prepares and submits each schedule type to fulfill their contractual requirements. Baseline Schedule The Contractor develops and submits to the City, an initial schedule for their scope of work in alignment with this specification. Once reviewed and accepted by the City, it becomes the `Baseline" schedule and is the basis against which all progress is measured. The baseline schedule will be updated when there is a change or addition to the scope of work impacting the duration of the work, and only after receipt of a duly authorized change order issued by the City. In the event progress is significantly behind schedule, the City's Project Manager may authorize an update to the baseline schedule to facilitate a more practical evaluation of progress. An example of a Baseline Schedule is provided in Specification 00 32 15.1 Construction Project Schedule Baseline Example. 2. Progress Schedule The Contractor updates their schedule at the end of each month to represent the progress achieved in the work which includes any impact from authorized changes in the work. The updated schedule must accurately reflect the current status of the work at that point in time and is referred to as the "Progress Schedule". The City's Project Manager and Project Control Specialist reviews and accepts each progress schedule. In the event a progress schedule is deemed not acceptable, the unacceptable issues are identified by the City within 5 working days and the Contractor must provide an acceptable progress schedule within 5 working days after receipt of non -acceptance notification. An example of a Progress Schedule is provided in Specification 00 32 15.2 Construction Project Schedule Progress Example. 1.4 CITY STANDARD SCHEDULE REQUIREMENTS The following is an overview of the methodology for developing and maintaining a schedule for delivery of a project. A. Schedule Framework The schedule will be based on the defined scope of work and follow the (Critical Path Methodology) CPM method. The Contractor's schedule will align with the requirements of this specification and will be cost loaded to reflect their plan for execution. Overall schedule duration will align with the contractual requirements for the respective scope of work and be reflected in City's Master Project Schedule. The Project Number and Name of the Project is required on each schedule and must match the City's project data. B. Schedule File Name CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD SPECIFICATION AND PAVEMENT REHABILITATION Revised JULY 20, 2018 101384 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. o 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. • Arterials • Aviation • Neighborhood Streets • Sidewalks (Iater) • Quiet Zones (later) • Street Lights (later) • Intersection Improvements (later) • Parks • Storm water • Street Maintenance • Traffic • Water D. Schedule Calendar The City's standard calendar for schedule development purposes is based on a 5-day workweek and accounts for the City's eight standard holidays (New Years, Martin Luther King, Memorial, Independence, Labor, Thanksgiving, day after Thanksgiving, Christmas). The Contractor will establish a schedule calendar as part of the schedule development process and provide to the Project Control Specialist as part of the basis for their schedule. Variations between the City's calendar and the Contractor's calendar must be resolved prior to the City's acceptance of their Baseline project schedule. E. WBS & Milestone Standards for Schedule Development The scope of work to be accomplished by the Contractor is represented in the schedule in the form of a Work Breakdown Structure (WBS). The WBS is the basis for the development of the schedule activities and shall be imbedded and depicted in the schedule. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD SPECIFICATION AND PAVEMENT REHABILITATION Revised JULY 20, 2018 101384 003215-0 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 10 The following is a summary of the standards to be followed in preparing and maintaining a schedule for project delivery. Contractor is required to utilize the City's WBS structure and respective project type template for "Construction" as shown in Section 1.4.1-1 below. Additional activities may be added to Levels 1 - 4 to accommodate the needs of the organization executing the work. Specifically the Contractor will add activities under WBS XXXXXX.80.83 "Construction Execution" that delineates the activities associated with the various components of the work. 2. Contractor is required to adhere to the City's Standard Milestones as shown in Section 1.4.1 below. Contractor will include additional milestones representing intermediate deliverables as required to accurately reflect their scope of work. F. Schedule Activities Activities are the discrete elements of work that make up the schedule. They will be organized under the umbrella of the WBS. Activity descriptions should adequately describe the activity, and in some cases the extent of the activity. All activities are logically tied with a predecessor and a successor. The only exception to this rule is for "project start" and "project finish" milestones. The activity duration is based on the physical amount of work to be performed for the stated activity, with a maximum duration of 20 working days. If the work for any one activity exceeds 20 days, break that activity down incrementally to achieve this duration constraint. Any exception to this requires review and acceptance by the City's Project Control Specialist. G. Change Orders When a Change Order is issued by the City, the impact is incorporated into the previously accepted baseline schedule as an update, to clearly show impact to the project timeline. The Contractor submits this updated baseline schedule to the City for review and acceptance as described in Section 1.5 below. Updated baseline schedules adhere to the following: 1. Time extensions associated with approved contract modifications are limited to the actual amount of time the project activities are anticipated to be delayed, unless otherwise approved by the Program Manager. 2. The re-baselined schedule is submitted by the Contractor within ten workdays after the date of receipt of the approved Change Order. 3. The changes in logic or durations approved by the City are used to analyze the impact of the change and is included in the Change Order. The coding for a new activity(s) added to the schedule for the Change Order includes the Change Order number in the Activity ID. Use as many activities as needed to accurately show the work of the Change Order. Revisions to the baseline schedule are not effective until accepted by the City. H. City's Work Breakdown Structure CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD SPECIFICATION AND PAVEMENT REHABILITATION Revised JULY 20, 2018 101384 0032 15 - 0 CONSTRUCTION PROGRESS SCHEDULE Page 6 of 10 WBS Code WBS Name XXXXXX Project Name XXXXXX.30 Design XXXXXX.30.10 Design Contractor Agreement XXXXXX.30.20 Conceptual Design (30%) XXXXXX.30.30 Preliminary Design (60%) XXXXXX.30.40 Final Design XXXXXX.30.50 Environmental XXXXXX.30.60 Permits XXXXXX.30.60.10 Permits - Identification XXXXXX.30.60.20 Permits - Review/Approve XXXXXX.40 ROW & Easements XXXXXX.40.10 ROW Negotiations XXXXXX.40.20 Condemnation XXXXXX.70 Utility Relocation XXXXXX.70.10 Utility Relocation Co-ordination XXXXXX.80 Construction XXXXXX.80.81 Bid and Award XXXXXX.80.83 Construction Execution XXXXXX.80.85 Inspection XXXXXX.80.86 Landscaping XXXXXX.90 Closeout XXXXXX.90.10 Construction Contract Close-out XXXXXX.90.40 Design Contract Closure I. City's Standard Milestones The following milestone activities (i.e., important events on a project that mark critical points in time) are of particular interest to the City and must be reflected in the project schedule for all phases of work. Activity ID Activity Name Design 3020 Award Design Agreement 3040 Issue Notice To Proceed - Design Engineer 3100 Design Kick-off Meeting 3120 Submit Conceptual flans to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3150 Peer Review Meeting/Design Review meeting (technical) 3160 Conduct Design Public Meeting 91 (required) 3170 Conceptual Design Complete 3220 Submit Preliminary Plans and Specifications to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3250 Conduct Design Public Meeting #2 (required) 3260 Preliminary Design Complete CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD SPECIFICATION AND PAVEMENT REHABILITATION Revised DULY 20, 2019 101384 0032I5-0 CONSTRUCTION PROGRESS SCHEDULE Page 7 of 10 3310 Submit Final Design to Utilities, ROW, Traffic, Parks, Storm Water, Water & Sewer 3330 Conduct Design Public Meeting #3 (if required) 3360 Final Design Complete ROW & Easements 4000 Right of Way Start 4230 Right of Way Complete Utility Relocation 7000 Utilities Start 7120 Utilities Cleared/Complete Construction Bid and Award 8110 Start Advertisement 8150 Conduct Bid Opening 8240 Award Construction Contract Construction Execution 8330 Conduct Construction Public Meeting #4 Pre -Construction 8350 Construction Start 8370 Substantial Completion 8540 Construction Completion 9130 Notice of Completion/Green Sheet 9150 Construction Contract Closed 9420 Design Contract Closed 1.5 SUBMITTALS 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, .xm1, .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 ofA ward. MY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD SPECIFICATION AND PAVEMENT REHA131LITATION Revised JULY 20, 2018 101384 0032 I5 - 0 CONSTRUCTTON PROGRESS SCHEDULE Page 8 of 10 The City's Project Manager and Project Control Specialist review this initial schedule to determine alignment with the City's Master Project Schedule, including format & WBS structure. Following the City's review, feedback is provided to the Contractor for their use in finalizing their initial schedule and issuing (within five workdays) their Baseline Schedule for final review and acceptance by the City. 3. Progress Schedule The Contractor will update and issue their project schedule (Progress Schedule) by the last day of each month throughout the life of their work on the project. The Progress Schedule is submitted in electronic form as noted above, in the City's document management system in the location dedicated for this purpose. The City's Project Control team reviews each Progress Schedule for data and information that support the assessment of the update to the schedule. In the event data or information is missing or incomplete, the Project Controls Specialist communicates directly with the Contractor's scheduler for providing same. The Contractor re -submits the corrected Progress Schedule within S 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 i Activities added or deleted a Expected Baseline Finish date o Variance to the Baseline Finish Date B. Monthly Construction Status Report The Contractor submits a written status report (referred to as a progress narrative) at the end of each month to accompany the Progress Schedule submittal, using the standard format provided in Specification 00 32 15.3 Construction Project Schedule Progress Narrative. The content of the Construction Project Schedule Progress Narrative should be concise and complete to: • Reflect the current status of the work for the reporting period (including actual activities started and/or completed during the reporting period) • Explain variances from the baseline on critical path activities • Explain any potential schedule conflicts or delays • Describe recovery plans where appropriate • Provide a summary forecast of the work to be achieved in the next reporting period. C. Submittal Process CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD SPECIFICATION AND PAVEMENT REHABILITATION Revised JULY 20, 2018 101384 0032 15 - 0 CONSTRUC'HON PROGRESS SCHEDULE Page 9 of 10 • Schedules and Monthly Construction Status Reports are submitted in Buzzsaw following the steps outlined in Specification 00 32 15.4 Construction Project Schedule Submittal Process. i Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules or construction status reports are required from the Contractor. 1.6 ACTION SUBMITTALSANFORMATIONAL 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 Contractor's Project 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 Contractor's scope of work. C. The 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] 1.13 ATTACHMENTS Spec 00 32 15.1 Construction Project Schedule Baseline Example Spec 00 32 15.2 Construction Project Schedule Progress Example Spec 00 32 15.3 Construction Project Schedule Progress Narrative Spec 00 32 15.4 Construction Project Schedule Submittal Process PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OR SECTION CITY Or rORT woRTH E. LONG AVENUE BRIDGE DECK STANDARD SPECIFICATION AND PAVEMENT REHABILITATION Revised JULY 20, 2018 101384 003215-0 CONSTRUCTION PROGRESS SCI-IFDULE Page I0 of 10 Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD SPECIFICATION AND PAVEMENT REHABILITATION Revised DULY 20, 2018 101384 0032 15.1 _ 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page I of 5 SECTION 00 32 15.1 CONSTRUCTION PROJECT SCHEDULE — BASELINE EXAMPLE PART1- GENERAL The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the baseline for the project. This version of the schedule is referred to as a "baseline" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a baseline schedule. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's proj ect schedule. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised JULY 20, 2019 101384 0032 15.1 _ 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 2 of 5 ............ .... ..... .{---------- ______------ }---------- F---------- ---------- {----------- --------- {---------- {___ ' J I I ..�.._._._._..—•—•--•i-------—I------•--- — ------ —i•---------i---------- t .--._..-.-. 1 i;---------------------;---------- ----- ;; - _ 00 0 p R* 3L _ rI 15!:ll A IR 11 E w.:e I - 44 I r P W ii Il I II*WI8- 45 V�rr �: i�y�M W +il+l .@�Ig ouh r�j r----'pm Qi � fln 1j i 11 W 40 M 4Iw ���Ia►� .,� �r �,. M��.; _:_�_ .�a .. �.v�olr �T lw �o� �r1 �� tziJ Cr S+ . 7 ii - R +. A V ♦- . S1' w _ Iry hi f1I�y44i vP �'�1 u. r u � 'p r U IF, i �M I!M II!�'_ •l\gqVS.��pp ��' {, d F!-I13Lp .'1'�s oo?a�o a YF � fX l' 51 1 b ri I CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised IULY 20, 2018 101384 In 0032 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE -- RASIiLINE EXAMPLE Page 3 of 5 r4 C;`rlE,*..I., [—d I r 31 Pt 4, R. q ti xi •• ii a! �' 2 ch L CITY OF PORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised DULY 20, 2018 101384 0032 15.1-0 CONSTRUCTION PROGRESS SCHEDULE — BASF -LINE EXAMPLE Page 4 of 5 CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised JULY 20, 2018 101384 0032 15.1 - 0 CONSTRUCTION PROGRESS SCHEDULE — BASELINE EXAMPLE Page 5 of 5 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Initial issue CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised JULY 20, 20I8 101384 0032 152-0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page I of 4 SECTION 00 32 15.2 CONSTRUCTION PROJECT SCHEDULE — PROGRESS EXAMPLE PART1- GENERAL The following is an example of a Contractor's project schedule that illustrates the data and expectation for schedule content depicting the progress for the project. This version of the schedule is referred to as a "progress" schedule. This example is intended to provide guidance for the Contractor when developing and submitting a progress schedule. See CFW Specification 00 32 15 Construction Project Schedule for details and requirements regarding the Contractor's project schedule. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised JULY 20, 2018 1101384 00 32 151 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 2 of 4 p I ........... ---------- ---- . ....... ------- ------ ----------- -------------- 1�4 F1 E I Lk-j w --I LIU A ft h.w "I PO ?4 iy el H.17 W. *1 IL P'lla it 1 '1? 6 PYVFO.`w 0 4C!-['.C -E -C 4C sk!r a d2 V 7 2 V H H H -j L, , rl d 19 InH, 1111 'T V m IDS Coo)} QJ C? 0 LA &* 9 9 9 des Kk �.j :2 V st T Nil It 0 > <I; " 0 E Lq I I I Iice, , IryI hI . 11 tri I qA lit fli W 12. I Big I -j CITY OF FORT WORTH F, LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised JULY 20,2018 101384 Im a G 9 0032152-0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Page 3 of 4 ui o u,u o iv n 'yl'ON o fir, .n m rr,i rn r m o' n, ,.� ,► ,,, 05 f� { Z � . h k .,, ! , „ _ .. :I f{ ;j L 0 0 ` P, h ,57i f x„'� ooaal _ w "'ems u .t F 4 '+ CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised DULY 20, 20I8 101384 00 32 1 s.2 - 0 CONSTRUCTION PROGRESS SCHEDULE — PROGRESS EXAMPLE Pago 4 of 4 END OF SECTION Revision Lag DATE NAME SUMMARY OF CHANGE July 20, 2018 M. Jarrell Tnitial issue CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised JULY 20, 2018 101384 00 32 15.3 - 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 accompil!snea in the reporting perroa. I. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) h. List of activities to ae accompiisnea in the next reporting penoa 1. (insert text here) 2. (insert text here) 3. (insert text here) 4. (insert text here) 5. (insert text here) 6. (insert text here) 3. List any potential delays and provide mitigation actions 1. (insert text here) 2. (insert text here) 3. (insert text here) u. ►-rst any actual oelays ana provlae recovery acuons 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 E. LONG AVENUE BRIDGE DECK TPW Official Release Date: 7.20.2018 AND PAVEMENT REHABILITATION Page 1 of 1 101384 0032 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE - SUBMITTAL PROCESS Page I of 7 SECTION 00 32 15.4 CONSTRUCTION PROJECT SCHEDULE — SUBMITTAL PROCESS PART1- GENERAL 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 E. LONG AVENUE BRIDGE DECK STANDARD CONSTRuunoN SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised JULY 20, 20I8 101384 0032 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 2 of 7 i-�,1I w- cI-- -n16 Xgb-_,�Xii-' FloIa%ri :ow LdF.7 ,I�kl�I� I �0 FOA.Q&WV i I — E7-M gldr-arwrs L�1%d1edwesrndex.x15 nmdcAft 15,334 Mrvosuft BOALY... E]-a EWRespaises e Construction (d� Cw wIGu1L Contractor '.... i" Cwrespmdrsice Generalcw"CIOocurrntsard5l p -, � Project 0rdrai[rc� E ?jRealrroperry 141-ft 00705-urbrsY agesCentr&Oe ter! e a O0705 -LVb- V-ageSf.*J C1-1�: 1 00206-LFbai V-aDes SECA ter B�TrY I+ lb O'0706.Uban Y$igc55E Ca5terNear [i. KI -MTA-5w 7mySe wRehab Can6ae W.0A 00M-Ma 0hand2DQ4CMYear AJ' p-el 00768 -D 6Rand-BWnthrn to Grt h�-% 00778-Lebos.Ch.-1A Ch 00786-S�-Cra&&Sy�Sch --�+,'f-� LM787-(ia„ibrey Road-RtrmeSa toA dbstrr2sMiaTn„llerm7�:ooreen4Fl�+dtl.6Mki7YKoiljDwhltlnlilR'6 — Two files will be uploaded for each submittal. A native schedule file format either Primavera .xer or MS Project .mpp and a PDF version of the schedule will be uploaded Verify that the file name contains the 5-digit Project ID, Project Name, and Submittal Date and follows the standard naming convention. Initial schedule submittal will be labeled as `Baseline' for example: 00701-FlaxseedDrainagelmprovements-Baseline Schedule submittal updates will be labeled with Schedule Submittal Date `YYYY_MM' for example: 00701-FlaxseedDrainagelmprovements-2009-01 Expand or select the Schedules folder and add both the native file and PDF file to the directory. From the Toolbar Select HAdd Document CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised JULY 20, 2018 101384 003215.4-0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 3 of 7 5 E& 0�w Ta& hl* — 4- AM X1 1.4 Rid 'X I I �j �LL d"-, :0� N arg"19 Note wzmi�- Uk 0070L -11ax-0 Drain ap Miprurzrc.Fj 6 In Elf Forms I Rd Responses Cry lbnts Cr -& for GE A:CDntmdDmftavufSpe. Projutt)m *QS Ir CJ pa-:Neer-w kc. a R 10 Q3-Sd—wduks IndmA rl ut� W ]h D=6 -t:tBn V-;agesMc4ustLrNnT-kN..: & ft 00706 -Ubm %1"eSSEC1mtaf iew Ee W. ft Er, 41 00755 - Neqwlk Rid --'M CIP Year i gJn R 00M-MmRoad-brymUn itek" tI DOWB-Lfbmchwrid IlA, 00786-Sue ffQeek&S--er+a�eSow w P*ji.103 FjedGdrQft t6,384 Wquu:fk Select Browse and go to the location of the files on your desktop. Select Open Wmtdc Lk, 12 6;*i; Et FE. 7 hy CWrAor m1mmowmM. M9.A.&.t8Rf..rd -1E—dftP—Pdf Et.Ms&Ms Mcl-Type-F-tg S�2WS acm PMMdaftPM An 6t0tNH1LLVW JMOWS3*WFWBx Sim ZI FRO& CWA *QrW� .Rq�Z= *.EMdQU;& Earth qmtx�Bp� Rd. Qak.pdf tliskn ter ! rz WPha t=wtPrr& '�'FieeS4l'rld Rem. der AMP&f-,CerAw PSVasyc� dkieesmmdRemrder exe dlop%-�-rttT jr, Qpgk� ri A A Fie rare S4i^ .FlnffLw� owd The file will appear in the B uzzs aw Add to Project — Select Documents window Select Next. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised JULY 20,20 18 101384 0032 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE - SUI3MITTAI, PROCESS Page 4 of 7 Do not select Finish at this time. ce '7'-e�tdoa�ndmadddothe pa*t-jebVic. Yz=ena.Qoddma0amrltRN;pbmr �tlolllreli'$ ��a71}1�e OFaine Tmaviemeilv,22�'14, �Ea [i'(brue�enloanf.1pft Send tuner ii�ul+mtlr.� f= ..H.. i �rr�.}iohlntiuJ P, I Li"r > � lkb You will be placed into the Attach Comment window to enter a record into the Project Schedule Submittal Log. Enter the Project ID -Project Name -Submittal in the Subject Line. Type Submittal and Company Name into the Comment window along with Contact Name and Contact Phone Number. Select Next. iAa�erfds flArMd4C m4+re E,-M NUDFcALM PE tre`tramaon-it dut he !ties dsaVton am hntdtr den for tts bw added. Rdrslep ie [phooii r hmcmeeetmneeasaii�m f Fa ----A III Lf.� �L GA Fm—f m i7l it iW -1-1 -1 3�tce: +OOTai a - Es�Base'ae [Qedi ti)-rk> I fah al CAFMIJ "-*- .I CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised JULY 20, 2018 101384 0032 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Pago 5 of 7 You will be placed into the Send Email Notification window. Select To and the Select Recipients window will appear with a list of Project Contacts. Select the Project Manager as the To Recipient and the Project Controls Group as the Copy Recipient. aSFwdTwiw�1 Ly_ _ „iL�;r�� Twl t T'eY SL.. rroY W... �;,, II.�..'i'i�'-q+`�r.�u1►-.fig T• L.. .M/L.. i\� T... A.. C..... C. r.., w... nr... iZl... vk... y.-. J " :ate VkWMc... V... M... CF._ ice... Y1e5he ... F... WacS W.. W... P... Mi]... v WM0 -•. CP... -V. W�H Owr... VA L. NA n.... P� C1i.« Nw« FIB• a... W.- I.... M... Ne_.. rar... rt#-• h.}.r[�w+*� I 1VI�lu L.. W.« I... Q'... 13j... LA... �MIK ' 2ach IhF... F... i... F... Na... Ne... di... ..r. d rr..rrpNr...nrx,u J Select the Paste Comment button to copy the Comment into the body of the email Select Finish. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised JULY 20, 2018 101384 0032154-0 CONSTRUCTION PROGRESS SCHEDULE — SUBMIWAL PROCESS Page 6 or7 c{ 0 S-A 10 bIfWJWCr`{LnftMs iYlhFri10 i6m Gl the re a updated h'es. Pin sled m upset- Select DO tfft—MS �Ittit�ll 1 rl5ondf;rnaal [Red iffin �C.'- �IF'roiect ContdsYeam A$je[L' �+J7D1-HaacseedDrisa�Imorovemenfs�asE'�e - --- Schedi'= Suhmittal from'Commnv Mai- e' — Sched't Submittal from 1Cornpwif Nava a for work pelbrmed up to January 31, 2W9 Name Phone The schedule file is uploaded to the directory. An email is sent to the City's Project Manager and Project Control Specialist. k Gli i�* Ioro xl= _ �t] 1_1 ✓a I M4 Or 1kj cal:rrn � „1; ailrtiAlifiT! N M W7n1-F1MW"Dri MWftpfOblo *Fw a 11 &d F« to IN Bd Resp — {d� Cantnxtioti - .�Cattrxlor ;'� Cared'rce L�- C—.-C-b.1D.a—&ad Spar & a&&ble»iys -J M- ReC fop" E-� Sarin rz— N � W705-lilban i�ige&Cc-=e L-ia�Sbrl p�pp WAS-Ihbn lr3npESCFnhi G6FiBr Sea V 0GX6-ftwl 3MSECYKtff"-Rh F1% 007W-Ubmi & MSEQd1WarEar E13 W73n-Sariterr S--RdabC."dn m W755-A7sµ8=Rd �09CIP Yts<3(Oes �t � WA56-DiksRoed-:'lantGvnmCS»d .� ep W77R-lehow tlwmt Upload the PDF file using the same guideline. 4"m FixdOiFfh MAN 1,ro ftEx- i'l... StR112M ALNObl... PkZW ; AFie 1ANTIN 9eb. END OF SECTION CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised .TULY 20, 2018 101384 0032 15.4 - 0 CONSTRUCTION PROGRESS SCHEDULE — SUBMITTAL PROCESS Page 7 of 7 Revision Log DATE DAME SUMMARY OF CIIANGE July 20, 2018 M. Jarrell Initial Issue CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised JULY 20, 2018 101384 0035 13- 1 CONFLICT OF INTEREST AFFIDAVIT Page I of 1 SECTION 00 35 13 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. https://www.ethics.state.tx.us/forms/`conflict P1 CIQ Form does not apply Q CIQ Form is on file with City Secretary 0 CIQ Form is being provided to the City Secretary CIQ Form does not apply Q CIS Form is on File with City Secretary 0 CIS Form is being provided to the City Secretary BIDDER: VAIt I RG Compa y P.0.6VAX [I30 Address rotess , City/State/Zip By: V (Please rint) Signature: Title: ►� �C���t��� (Please Print) END OF SECTION CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised August 21, 2019 101384 00 41 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager clo: The Purchasing Division 1000 Throckmorton Street City of Fort Worth, Texas 76102 FOR: E. Long Avenue Bridge Deck and Pavement Rehabilitation City Project No.: 101384 Units/Sections: Unit 1: Paving Improvement Unit 2: Bridge Improvement 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Form Revised 2015oa21 101384 00 41 00 BID FORM Page 2 of 3 d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequallification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. Concrete paving (less than 15,000 SY) 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 540 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work (and/or achievement of Milestones) within the times specified in the Agreement. S. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBF Forms (optional at time of bid) f. Prequalification Statement, Section 00 43 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Form Revised 20150821 101384 00 41 00 BID FORM Page 3 of 3 subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. Total Bid 7. Bid Submiftal This Bid is submitted on MWkxy, y`✓, Respectfully submitted, By: S' T" 9t (Printed Name) Title: l u Company: alle Address: 10 b 0t $0.00 by the entity named below. State of Incorporation: rr, ` q Email: +Xt%M Ctfi N 01 MV, illG •Wm Phone: g l ! . 1�5 • wpo END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 Receipt is acknowledged of the fallowing Addenda: Initial Addendum No. 9: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: lll{51!ItItII110[1,j�/� 29te In 1���1�C SEAL - - 1993 -, ••'••'NarAN�'••. 1, E. LONG AVENUE BRIDGE DECK AND PAVEMENT REHABILITATION 101384 0104243 BID PROPOSAL, Page 4 of 9 PROPOSALFORM UNIT PRIM BID Bidder's Application Project Item Lnformation I Bidder's Proposal Bid list Item No. Description I Specificalion Section No. Unit of I Bid Quantity Measure i I Unit Price I I Bid Value Unit 1 - Paving Improvement 211 Q1±i.A1X �1 Canshtmilan Slakfrl�� 01 71 23 L �riril nn,nn _ 3 0241.1000 Remove Gone Pvmt 0241 15 SY _ 4670 _ _ $8.0_0 _ $37,360.00 w 4 0241.1100 Remove Asphalt Pvmt 02 41 15 SY _4063 $2.00 _ $8,126.00 5 0241.1300 Remove Cone Curb&Gutter - --- . 02 41 15 .. LF_ 807 $5.00 , $4 035.00 �A 57¢O,♦a0 -_ $4,5 0.170 -- �.AWil AOVQuebJt»e+t, _ _ _. 17 11' r m.3 6 2605.3011 2" CONDT PVC SCH 40 (T) ^ _. ^ 26 05 33 LF 23.67 $7.80 M$18 462,60 7 ....__ 3110.0101 Site Clearing 31 1000 LS 1 $300.000.00 $300.000.00 8 3123.0101 Unclassified Excavation by Plan 31 23 16 CY _ 1014 $50.00 -150,700.00 9� 3124.0101 Embankment by Plan 31 2400 CY 824 $20A0 , , $16 480.00 10 3125.0101 SWPPP ? 1 acre _ 31 2500 LS 1 $308,000:00 $308.000.00 11 3211.0400 Hydrated Lime 3211 29 TN 12 3211,0502 8" Lime Treatment _ 3211 29� _. ^- SY a_. .M 5560 $5.00 rv$27 8800.00 13 s. 3212.0401 HMAC Transition 321216 TN 1241 $150.00 $186,150-00 14 3213.0104 9" Cone Pvmt 32 13 13 SY 4630 $60.00 _ 277 800.00 15 3213A301 4" Conc Sidewalk _ 32 13 20 SF 430 $10.00 $4,300.00 3213.0311 4" Conc Sidewalk, Adjacent to Curb 32 13 20 �SF _ 8693 _ _ $5.00_ _ - $43,465.00 _16 17 _ M 3213.0505 Barrier Free Ramp, Type M-3 _ 32 13 20 EA 2 $2,000.00 $4,000.00 18 3213.0506 Barrier Free Ramp, Type P-1 32 13 20 EA 1 $2 5�00 00 $2.500.00 19 3213.0507 Barrier Free Ramp, Type P-2 32 13 20 EA 1 $3 000.00 $3,000.00 3216.0101 6" Gone Curb and Gutter 321613 LF 582 $25.000 _$14,550.00 _2_0 21 3217.0002 4" 5LD Pvml Marking HAS (Y) 32 17 23 LF e 1056 e _ m�® m®� $1.40 $1,478.40 3217.0003 4" BRK Pvmt Markinq_HAS�_ 32.1723 LF 1420 $1.50 _____$2,130.00 _22 23 _ 3217.0201 8" SLID Pvmt Marking HAS (W) _ 32 17 23 LF 600 1.80 -$1,080.00_ 24 3217.0561 24" SLID Pvmt Marking HAE (W) 32 17 23 LF 180 $3.00 $540,00 25 3217.2102 REFL Raised Marker TY I-C 32 17 23 EA 20 _ $7.00 $140.00 26 3217.2104 REFL Raised Marker TY II-C-R 321723 W_ EA 142 $4.50 $639.00 321l i3101 Tab Marker TY W y 32 17 23 EA� 3440 $1.70 $5,848.00 _27 28 d 3217.3102 Tab Marker TY Y 32 17 23 P EA 6632 $1.80 m$11 937.60 29 _ 3217.4306 Remove 24" Pvmt Marking 32 17 23 LF 35 $2.90 $101.50 30 3217.4307 Remove Raised Marker 32 17 23 EA 956 _ _ $0.85 __$812.60_ 31 3291.0100 Topsoil 3291 19 CY 614 $20.00 $12 280.00 32 3292.0100 Block Sod Placement 32 92 13 _._ SY 3682 _... -_ $6.00 _ $22,092.00 _$22-.....,�..,. __. 33 _ _ _. _ .__ 3349.5001 10' Curb Inlet w ._ 33 49 20 _ EA---- 6 _. $7.000.00 g,,0000.00 34 3441.1409 NO 8 Insulated Elec Condr 3441 10 1 LF 5774 $1.30 $7,506.20 35 3441.1414 NO 8 Bare Elec Condr 3441 10 LF 2887 $1.25 $3,608.75 36 3441.1502 Ground Box Type B, w/Apron _ _ 34_41 10 _ EA 8 $875.00 $7 0,-__00:00 �� 37 3441.3002 Rdwy Ilium Assmbly TY 8,11,D-25, and D-30 34 41 20 EA g. $4 27n n0 334,100.80 A a411 3t71Dc OWy �Ilstttt Aaembl TY 1 , 18 19.and D-{0 3441.3301 Rdwy Ilium Foundation TY 1,2, and 4 34 41 n. 34 41 20 _ A EA _7_ 7 K2,70,40 $1,750.00 S2n 8gn.nn $1_2,250.00 38 39 3441.3501 Salvage_ Street_ Light Pole _ _ _ 34 41 20 EA 15 $950.00 $14,250.00 40 3441.4004 Furnish/lnstali Alum Sign Ex. Polo Mount 3441 30 EA 1 $1,D00_.00 $1,000v00 41 3441.4007 Install Alum Sign Ex Pole Mount 3441 30 EA 4 42 3441.4109 Remove Sign Panel 34 41 30 EA 5 $100.00 $500.00 43 3471.0001 _T_raffic Control__ _ _ 3471 13 ilA_O_ 18 $10 000.00 _ $18D,000.00 44 3471.4402 _ Portable Message Sign 34 71 13 WK 156 _ $150.00 23,400.00 45 3471.0010 City Streets 1 Residential Streets Closure � 3471 13 _ MID e- 't2,00n.00 $16,600.00 46� 9999.0001 Construction Allowance 99 99 99 EA 1 $200,000.00 $ 200,000.00 �47�� 9999 0002 Mist. Utility RelocationlAdjustments - 99 99 99 EA 1 $20,000.00 $20,00000 E. LONGAVENUE BRIDGE DECK CITY OF FORT WORTH AND PAVEMENT REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101394 F.- Revised 20120120 Addendum 42; ICK 1017l2019 UNIT PRICE UID Bid list fem Np, h7A 9I1A9.0043I�ailrued 478 919f19 4404 RAdroad PROPOSALFORM Project Item Information Description Allawapre 00 42 43 BID PROPOSAL. Page 5 00 Bidder's Application Bidder's Proposal Specification Section No. Unit of Bid Quantity Unit Price Bid Value Measure 99!99 99 LS 1 4.400,0p $ 64,000-00 99 99 99 L3 1 504,000 60 Sub Total Unit I - Paving Improvements $2,638,887.6t Unit 2 - Bridge Improvement 48 IREMOVING CONC (APPR SLAB) TXDOT 104-6027 S_Y_ —CY _426_ 17.00 _$ 7,242.00 _ 49 CEM ST_ABIL_BKFL_—_-- TXD_OT_400-6005_— 256 110.00 mm mm25.00 $ 88,160.00_ 50 REINF-_C_ONC SLA_B_(HPC) TXDOT 422-6041 SF 33989 _ m_ _ $ 849,726.00 BRIDGE SIDEWALK (HPC) _ TXDOT 422-6014 SF 4972 12.00 $ 59,664.00 _51 52 _ APPROACH SLAB (HPC} _ _ TXDOT 422-601.6 _ CY 249 550.00 $ 136,950.00 53 CONC STR REPR(REMOV AND REPL BACKWALL) TXDOT 429-6010 CY� 8 2,500.00 $ 20,000.00 54 RIPRAP (MOW STRIP)(4 IN) _ _ _ TXDOT 432-045 _ _ 6 CY _. 43 450.00 $ 19,350.00 55 STR STEEL (SHEAR CONNECTORS TXDOT 442-6010 _ LB 2408_1 ®., _ _ 4.50 _ $ 108,364-50 56 CLEAN & PAINT EXIST STR (SYSTEM II) TXDOT 446-6002 LS 1 700,000.00 $ 700,000.00 57 RAIL (TY C402_)(HP_ C) _ __ __ _PANSION TXDOT 450-6035 LF 1956 $ 234,720._00_ 58 - __ _ SEA_LED EXJO INTS_ IN) {SEJ _ A-) e �� TXDOT 454-6001 LF 471 - _ _1_20.00 90,00 �$ 42,390.00 5_9 RE_MO_V STR (BRIDGE SLAB_)_ TXDOT 496-6013 EA 2 _ 500,_000.00 1,000,000.00 60 ADJUST STL SHOES TXDOT 499-6001 EA 10 6,500.00 _$ $_ _66,000.00 _61 IMTL _W-BEAM GD FE_N_(TIM POST)_ TXDOT 540-6001 LF_ 650 _ _ 20.75 _ $ _ 13,487.50 62 MTL BEAM GD FEN TRANS (THR1E-BEAM) TXDOT 540-6046EA 4 �1�405.D0 $T r 5,620.00 63 a DOWNSTREAM ANCHOR TERMINAL SECTION TXDOT 540-6016_ v _EA 1 1,000.00 _$ 1,000.00 _ 64 REMOVE METAL BEAM GUARD FENCE TXDOT 542-6001 LF 1120 4.00 $ 4,480.00 65 GUARDRAIL END TREATMENT (INSTALL) TXDOT 544-6001 EA 3 _ 2�650.00 $ 7,950.00 66 GUARDRAIL END TREATMENT (REMOVE) TXDOT 544-6003 EA _ 4 275.00 $_ 1,100.00 67 CHAIN LINK_FENCE (INSTALL} (8') TXDOT 550-6008 LF 568 117.55 $ 66,768.40 88 _ RVPAIR1kCA,AtYE STL. �RIO�aE MEIJI� 7]{QQfi 76#-Eig4TA LF 100 400,00 $ 40,000.00 Sub Total Unit 2 - Bridge Improvements 1 $3,411,971.40 Total Bidi $6,050,859.05 END OF SECTION Z< E. LONG AVENUE BRIDGE DECK CITY OF FORT WORTH AND PAVEMENT REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 101384 Foam Revised 20120120 Addendum N2; ICK 10/712019 SECTION 00 43 13 BID BOND KNOW ALL BY THESE PRESENTS: 004313 BID BOND Page 1 of 2 That we, 0 , known as "Bidder" herein and 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 E. Long Avenue Bridge Deck and Pavement Rehabilitation 0 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 day of , 2019. ATTEST: Witness as to Principal 'Phase sec bo bom PRINCIPAL: BY: Signature Name and Title CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Form Revised 2017110g 101384 Witness as to Surety Attach Power of Attorney (Surety) for Attorney -in -Fact Address: SURETY: BY: Signature Name and Title Address: Telephone Number: 00 43 13 BID BOND Page 2 of 2 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract from the by laws showing that this person has authority to sign such obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. END OF SECTION CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Form Revised 20171109 101384 Bid Bond CONTRACTOR: (Name, legal sialus and address) Ragle, Inc. P O Box 444 Newburgh, IN 47629-0444 OWNER: (Name, legal stales and address) The City of Fort Worth 200 Texas St. Ft. Worth, TX 76102 BOND AMOUNT: 5% Document A3 10 TM ® 2010 Conforms with The American Institute of Architects AIA Document 310 SURETY: (Name, legal slaws and plincipal place r f minew) Fidelity and Deposit Company of Maryland 1299 Zurich Way, 5th Floor Schaumburg, IL 60196-1056 Mailing Address for Notices 1299 Zurich Way, 5th Floor Schaumburg, IL 60196-1056 Five Percent of Amount Bid This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. PROJECT: (11'mne, location oraddre= andl'rgjectnumber, if ally) Ft. Worth-#101384, E Long Ave Bridge Deck & Pavement Rehab, City Project No. 101384 The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) ethers into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the,iurisdiction of the l'roicct and otherwise acceptable to the Ovaier, for the faithful performance ofsuch Contract and for the prompt payment of labor And material furnished in the prosecution thereof; or (2) pays to the Owhher the difference, not to exceed ilia amount of this Bond, behveen the amount specified in said bid and such larger amount for which tho Owner may in good faith contract with another party to perl'umt ilia work covered by said hid, then this obligation shall be hull and void, otherwise to remain in lull Vorce and cliect. Tlie Surely hereby waives any notice ul'an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by (lie Surety %hall not apply to any extension exceading Sixty (60) days in the aggregate beyond the lime for ucceplunce ol'bids speci lied in ilia bid documents; and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection With a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been lurvished to comply with a statutory or other legal requirement in the locution ol'lhe Project any, pmvisimt�ll�i3i3ihFhr�r! this Bond conflicting with suid statutory or legal requirement shall be deemed deleted herel'rom and provisions confornhing to s `�h`hh ague, statutory or other legal requirement slhall be deemed incorporated herein. When so Iiunished; ilia intent is that this Blond shall.�tA" Sst"'d ••..,� •• as a statutory bond and not as a common iota bond. cORP ORgr •• Signed and scaled this 1 st day of October, 2019. F SEAL Ragle, Inc. 99 //Na to . 62 to� (Pffncipal) fSealy lJl:'Inlese) my A. re Brick alto�!e, y*v dw Fidelity and Deposit Company of Maryland (Brit cry) "" l b- 'd-V— By: - tntle) Debra Hutts , Attorney -in -Fact S-00541AS 8110 Bond Number Bid Bond Obligee The City of Fort Worth ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Debra Hutts , its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 19th day of June, A.D. 2019. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND SEAL By: RobertD. Murray Vice President 4 gx` 1B6B: By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 19th day of June, A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOp, I have hereunto set my hand and affixed my Official Seal the day and year first above written. �4vni;t►�•a�'� f <h�'b343��t5� f��iffliZX.NI � S>>' �JJJJ1Fflti�!! Constance A. Dunn, Notary Public My Commission Expires: July 9, 2023 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attorneys -in -Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the I Sth day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney ... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May,1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 1st day of October ,2019 . SEAL ti e a zf yn � o Brian M. Hodges, Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.reportsfelaims(cbzurichna.com 800-626-44577 004511-I BIDDERS PREQUALIFICATIONS Page I of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequalification Application in accordance with the requirements below. The prequalification process will establish a bid limit based on a technical evaluation and financial analysis of the contractor. The information must be submitted seven (7) days prior to the date of the opening of bids. For example, a contractor wishing to submit bids on projects to be opened on the 7th of April must file the information by the 31st day of March in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's Prequalification Application, the following must accompany the submission. a. A complete set of audited or reviewed financial statements. (1) Classified Balance Sheet (2) Income Statement (3) Statement of Cash Flows (4) Statement of Retained Earnings (5) Notes to the Financial Statements, if any b. A certified copy of the firm's organizational documents (Corporate Charter, Articles of Incorporation, Articles of Organization, Certificate of Formation, LLC Regulations, Certificate of Limited Partnership Agreement). c. A completed Bidder Prequalification Application. (1) The firm's Texas Taxpayer Identification Number as issued by the Texas Comptroller of Public Accounts. To obtain a Texas Taxpayer Identification number visit the Texas Comptroller of Public Accounts online at the following web address www.window.state.tx.us/taxpermit/ and fill out the application to apply for your Texas tax ID. (2) The firm's e-mail address and fax number. (3) The firm's DUNS number as issued by Dun & Bradstreet. This number is used by the City for required reporting on Federal Aid projects. The DUNS number may be obtained at www.dnb.com. d. Resumes reflecting the construction experience of the principles of the firm for firms submitting their initial prequalification. These resumes should include the size and scope of the work performed. e. Other information as requested by the City. 2. Prequalification Requirements a. Financial Statements. Financial statement submission must be provided in accordance with the following: (1) The City requires that the original Financial Statement or a certified copy be submitted for consideration. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 1011384 0045 11 - 2 BIDDERS PREQUALIFICATIONS Page 2 of 3 (2) To be satisfactory, the financial statements must be audited or reviewed by an independent, certified public accounting firm registered and in good standing in any state. Current Texas statues also require that accounting firms performing audits or reviews on business entities within the State of Texas be properly licensed or registered with the Texas State Board of Public Accountancy. (3) The accounting firm should state in the audit report or review whether the contractor is an individual, corporation, or limited liability company. (4) Financial Statements must be presented in U.S. dollars at the current rate of exchange of the Balance Sheet date. (5) The City will not recognize any certified public accountant as independent who is not, in fact, independent. (6) The accountant's opinion on the financial statements of the contracting company should state that the audit or review has been conducted in accordance with auditing standards generally accepted in the United States of America. This must be stated in the accounting firm's opinion. It should: (1) express an unqualified opinion, or (2) express a qualified opinion on the statements taken as a whole. (7) The City reserves the right to require a new statement at any time. (8) The financial statement must be prepared as of the last day of any month, not more than one year old and must be on file with the City 16 months thereafter, in accordance with Paragraph 1. (9) The City will determine a contractor's bidding capacity for the purposes of awarding contracts. Bidding capacity is determined by multiplying the positive net working capital (working capital = current assets -- current liabilities) by a factor of 10. Only those statements reflecting a positive net working capital position will be considered satisfactory for prequalification purposes. (10) In the case that a bidding date fails within the time a new financial statement is being prepared, the previous statement shall be updated with proper verification. b. Bidder Prequalification Application. A Bidder Prequalification Application must be submitted along with audited or reviewed financial statements by firms wishing to be eligible to bid on all classes of construction and maintenance projects. Incomplete Applications will be rejected. (1) In those schedules where there is nothing to report, the notation of "None" or "NIA" should be inserted. (2) A minimum of five (5) references of related work must be provided. (3) Submission of an equipment schedule which indicates equipment under the control of the Contractor and which is related to the type of work for which the Contactor is seeking prequalification. The schedule must include the manufacturer, model and general common description of each piece of equipment. Abbreviations or means of describing equipment other than provided above will not be accepted. 3. Eligibility to Bid a. The City shall be the sole judge as to a contractor's prequalification. b. The City may reject, suspend, or modify any prequalification for failure by the contractor to demonstrate acceptable financial ability or performance. c. The City will issue a letter as to the status of the prequalification approval. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 0045 11 -3 BIDDERS PREQUALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor will be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTII E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER Texas Government Code Chapter 2252 was adopted for the award of contracts to nonresident bidders. This law provides that, in order to be awarded a contract as low bidder, nonresident bidders (out-of-state contractors whose corporate offices or principal place of business are outside the State of Texas) bid projects for construction, improvements, supplies or services in Texas at an amount lower than the lowest Texas resident bidder by the same amount that a Texas resident bidder would be required to underbid a nonresident bidder in order to obtain a comparable contract in the State which the nonresident's principal place of business is located. The appropriate blanks in Section A must be filled out by all nonresident bidders in order for your bid to meet specifications. The failure of nonresident bidders to do so will automatically disqualify that bidder. Resident bidders must check the box in Section B. A. Nonresident bidders in the State of , our principal place of business, are required to be percent lower than resident bidders by State Law. A copy of the statute is attached. Nonresident bidders in the State of , our principal place of business, are not required to underbid resident bidders. B. The principal place of business of our company or our parent company or majority owner is in the State of Texas. / BIDDER: vcvc Inc, P-0 - W wo Ewa TX'1(co3q END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 By: ( at Title: 0 el ^11 Date: 101 10!3 E. LONG AVENUE BRIDGE DECK AND PAVEMENT REHABILITATION 101384 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFICATION STATEMENT Each Bidder for a City procurement is required to complete the information below by identifying the prequalified contractors and/or subcontractors whom they intend to utilize for the major work type(s) listed. Major Work Type Contractor/Subcontractor Company Name Prequalification Expiration Date Concrete Paving (less than 15,000 SY) CLq tict/�V The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. BIDDER: C13 t,e. G - By: '�.0. g®x 1130 jJ I Lsj j 7-X 7&o Title: 0 V f G2, P i2,5 jdevt l Date: OC4. `LIf )- V/ f END OF SECTION CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Farm Revised 20120120 101384 00 45 26 - 1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of 1 SECTION 00 45 26 2 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW 3 Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it 4 provides worker's compensation insurance coverage for all of its employees employed on City 5 Project No. 10 13 84. Contractor further certifies that, pursuant to Texas Labor Code, Section 6 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with 7 worker's compensation coverage. 8 9 CONTRACTOR: 10 11 KcLqf e-In By: ( fp 14E- 12 Comp (PIease P . t) 13 14 F0.30A [ E 13 o Signature: 15 Address 16 177 1�Vl TA -1QJ Title: VIGe, sestd,ev7 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, on this day personally appeared 26 rQ , known to me to be the person whose name is 27 subscr' ed to th oregoing ta(?l strument, and acknowledged to me that he/she executed the same as 28 the act and deed of e— j vie— ' 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 �i' day of 32 Dry , 20W 33 34 35 ,������, �tip4Y F'Ue MAYRA KARINA GOMEZ Akin 36 _r°' ,Notary Public, State of Texas Notary Publi in and for the Ste of Texas 'Q= Comm. Expires 08-01-2021 37 •;'Foi';5 Notary 10 131229240 38 END OF SECTION 39 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July t, 2011 E. LONG AVENUE BRIDGE DECK AND PAVEMENT REHABILITATION 101384 00 52 43 - 1 Agreement Page 1 of 5 I SECTION 00 52 43 2 AGREEMENT 3 4 THIS AGREEMENT, authorized on April 7, 2020 is made by and between the City of Forth 5 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 6 ("City"), and Ra 1g e, Inc., authorized to do business in Texas, acting by and through its duly 7 authorized representative, ("Contractor"). 8 City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as 9 follows: 10 Article 1. WORK 11 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 12 Project identified herein. 13 Article 2. PROJECT 14 The project for which the Work under the Contract Documents may be the whole or only a part is 15 generally described as follows: 16 E. LONG AVENUE BRIDGE DECK AND PAVEMENT REHABILITATION 17 101384 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 SIX MILLION FIFTY THOUSAND EIGHT 21 HUNDRED FIFTY-NINE DOLLARS AND FIVE CENTS ($6,050 859.05). 22 Article 4. CONTRACT TIME 23 4.1 Final Acceptance. 24 The Work will be complete for Final Acceptance within 540 days the date when the 25 Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, 26 plus any extension thereof allowed in accordance with Article 12 of the General 27 Conditions. 28 4.2 Liquidated Damages 29 Contractor recognizes that time is of the essence for completion of Milestones, if any, and 30 to achieve Final Acceptance of the Work and City will suffer financial loss if the Work is 31 not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also 32 recognizes the delays, expense and difficulties involved in proving in a legal proceeding, 33 the actual loss suffered by the City if the Work is not completed on time. Accordingly, 34 instead of requiring any such proof, Contractor agrees that as liquidated damages for 35 delay (but not as a penalty), Contractor shall pay City Six Hundred Fifty Dollars 36 $6E _ 50.00} for each day that expires after the time specified in Paragraph 4.1 for Final 37 Acceptance until the City issues the Final Letter of Acceptance. CITY OF FORT WORTH E. LONG AVE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT RERABIL1TATION Revised 11.15A7 101384 00 52 43 - 2 Agreement Page 2 of 5 38 Article 5. CONTRACT DOCUMENTS 39 5.1 CONTENTS: 40 A. The Contract Documents which comprise the entire agreement between City and 41 Contractor concerning the Work consist of the following: 42 1. This Agreement. 43 2. Attachments to this Agreement: 44 a. Bid Form 45 1) Proposal Form 46 2) Vendor Compliance to State Law Non -Resident Bidder 47 3) Prequalification Statement 48 4) State and Federal documents (project specific) 49 b. Current Prevailing Wage Rate Table 50 c. Insurance ACORD Form(s) 51 d. Payment Bond 52 e. Performance Bond 53 f. Maintenance Bond 54 g. Power of Attorney for the Bonds 55 h. Worker's Compensation Affidavit 56 i. MBE and/or SBE Utilization Form 57 3. General Conditions. 58 4. Supplementary Conditions. 59 5. Specifications specifically made a part of the Contract Documents by attachment 60 or, if not attached, as incorporated by reference and described in the Table of 61 Contents of the Project's Contract Documents. 62 6. Drawings. 63 7. Addenda. 64 8. Documentation submitted by Contractor prior to Notice of Award. 65 9. The following which may be delivered or issued after the Effective Date of the 66 Agreement and, if issued, become an incorporated part of the Contract Documents: 67 a. Notice to Proceed. 68 b. Field Orders. 69 c. Change Orders. 70 d. Letter of Final Acceptance. 71 72 Article 6. INDEMNIFICATION 73 6.1 Contractor covenants and agrees to indemnify, hold harmless and defend, at its own 74 expense, the city, its officers, servants and employees, from and against any and all 75 claims arising out of, or alleged to arise out of, the work and services to be performed 76 by the contractor, its officers, agents, employees, subcontractors, licenses or invitees 77 under this contract. This indemnification provision is specifically intended to operate 78 and be effective even if it is alleged or proven that all or some of the damages bein 79 sought were caused, in whole or in part, by any act, omission or negligence of the city. 80 This indemnity provision is intended to include, without limitation, indemnity for 81 costs, expenses and legal fees incurred by the city in defending against such claims and 82 causes of actions. 83 CITY OF FORT WORTH E. LONG AVE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REIIABTLITATION Revised 11.15.17 101384 005243-3 Agreement Page 3 of 5 84 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, 85 the city, its officers, servants and employees, from and against any and all loss, damage 86 or destruction of property of the city, arising out of, or alleged to arise out of, the work 87 and services to be performed by the contractor, its officers, agents, employees, 88 subcontractors, licensees or invitees under this contract. This indemnification 89 provision is specifically intended to operate and be effective even if it is alleged or 90 proven that all or some of the damages being sought were caused, in whole or in part, 91 by any act omission or negligence of the ci . 92 93 Article 7. MISCELLANEOUS 94 7.1 Terms. 95 Terms used in this Agreement which are defined in Article I of the General Conditions will 96 have the meanings indicated in the General Conditions. 97 7.2 Assignment of Contract. 98 This Agreement, including all of the Contract Documents may not be assigned by the 99 Contractor without the advanced express written consent of the City. 100 7.3 Successors and Assigns. 101 City and Contractor each binds itself, its partners, successors, assigns and legal 102 representatives to the other party hereto, in respect to all covenants, agreements and 103 obligations contained in the Contract Documents. 104 7.4 Severability. 105 Any provision or part of the Contract Documents held to be unconstitutional, void or 106 unenforceable by a court of competent jurisdiction shall be deemed stricken, and all 107 remaining provisions shall continue to be valid and binding upon CITY and 108 CONTRACTOR. 109 7.5 Governing Law and Venue. Ito This Agreement, including all of the Contract Documents is performable in the State of III Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 112 Northern District of Texas, Fort Worth Division. 113 7.6 Authority to Sign. 114 Contractor shall attach evidence of authority to sign Agreement if signed by someone other 115 than the duly authorized signatory of the Contractor. 116 117 7.7 Prohibition On Contracts With Companies Boycotting Israel. 118 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government 119 Code, the City is prohibited from entering into a contract with a company for goods or 120 services unless the contract contains a written verification from the company that it: (1) 121 does not boycott Israel; and (2) will not boycott Israel during the term of the contract. CITY OF FORT WORTH E. LONG AVE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised 11.15.17 101384 005243-4 Agreement Page 4 of 5 122 The terms "boycott Israel" and "company" shall have the meanings ascribed to those terms 123 in Section 808.001 of the Texas Government Code. By signing this contract, Contractor 124 certifies that Contractor's signature provides written verification to the City that 125 Contractor. (1) does not boycott .Israel; and (2) will not boycott .Israel during the term of 126 the contract. 127 128 7.8 Immigration Nationality Act. 129 Contractor shall verify the identity and employment eligibility of its employees who 130 perform work under this Agreement, including completing the Employment EIigibility 131 Verification Form (I-9). Upon request by City, Contractor shall provide City with copies of 132 all 1-9 forms and supporting eligibility documentation for each employee who performs 133 work under this Agreement. Contractor shall adhere to all Federal and State laws as well as 134 establish appropriate procedures and controls so that no services will be performed by any 135 Contractor employee who is not legally eligible to perform such services. 136 CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS 137 FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF 138 THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, 139 SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to 140 Contractor, shall have the right to immediately terminate this Agreement for violations of 141 this provision by Contractor. 142 143 7.9 No Third -Party Beneficiaries. 144 This Agreement gives no rights or benefits to anyone other than the City and the Contractor 145 and there are no third -party beneficiaries. 146 147 7.10 No Cause of Action Against Engineer. 148 Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their 149 sureties, shall maintain no direct action against the Engineer, its officers, employees, and 150 subcontractors, for any claim arising out of, in connection with, or resulting from the 151 engineering services performed. Only the City will be the beneficiary of any undertaking by 152 the Engineer. The presence or duties of the Engineer's personnel at a construction site, 153 whether as on -site representatives or otherwise, do not make the Engineer or its personnel 154 in any way responsible for those duties that belong to the City and/or the City's construction 155 contractors or other entities, and do not relieve the construction contractors or any other 156 entity of their obligations, duties, and responsibilities, including, but not limited to, all 157 construction methods, means, techniques, sequences, and procedures necessary for 158 coordinating and completing all portions of the construction work in accordance with the 159 Contract Documents and any health or safety precautions required by such construction 160 work. The Engineer and its personnel have no authority to exercise any control over any 161 construction contractor or other entity or their employees in connection with their work or 162 any health or safety precautions. 163 164 SIGNATURE PAGE TO FOLLOW 165 CITY OF FORT WORTH E. LONG AVE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised 11.15.17 101384 166 167 168 169 170 17 1 172 173 174 175 176 177 178 00 52 4) -5 Agreement Page 5 of5 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: Ragle, Inc. By: .., • ~ ~~ J (Print~ame) Title: Address: PO Box 1130 City/State/Zip: Euless, TX 76039 Date CITY OF FORT WORTH City~{/4~ By: A 'Je,,.,J1'·ti.al'-_~t1 ~g,, r;Adtjf -Assistant Ctty Manager Date -------- Attest: -------- City Secretary (Seal) c9.,O-O\to(o M&C 20 0O66- Date: April 7, 2020 Fonn 1295 No. 2019 -556968 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 re~~t Tariqul Islam Project Manager Approved as to Form and L egality: Cl I • ■ 0 • • I /s/ Douglas W Black; Ord. 24161-04-2020 Doug as W. B ac Assistant City Attorney TI'Jl·RECO William Johnson mREcToR, OFFICHA?. ,!(11"r;m . Transportation an Public Works Clnt SiEt ?k:~r-4 ~~\ STANDARD CONSTRUCTION SP ECIFICATION DOCUMENTS Revised ll .15 .17 E. LONG A VE BRIDGE DECK AND PAVEMENT REH ABILITATION 1013 84 166 00 52 43 -5 Agreement Page 5 of 5 167 IN WITNESS WHEREOF , City and Contractor have each executed this Agreement to be 168 effective as of the date subscribed by the City's designated Assistant City Manager ("Effective 169 Date"). 170 171 172 17 3 17 4 175 176 177 178 Contractor: Ragle , Inc. By -• (5;iii!;2 ] (Print~ame) Title : Address: PO Box 1130 City/State/Zip: Euless , TX 76039 Date CITY OF FORT WORTH City~orth .--:--/ h By: -::>~ ){//~ 'd°e~J.[~Dcnftij t,' '~- Assistant City Manager (Seal) c)..D -DI folo M&C ?0-0066 Date : April 7, 2020 Form 1295 No. 2019 -556968 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 'tZZ~ Tariqul Islam Project Manager Approved as to Form and Legality: Douglas W . Bl ac k Assistant City Attorney William Johnson DIRECTOR, Transportation and Public Work · OFF ltUr, ·,·~tt\,, 1,..., crrv St£Co-Ui1.iA~Y FT. WOR H, TX STANDARD CONSTRUCT ION SPEC IFI CATIO N DOC UMENTS Revi se d 11.15 .17 E. LONG A YE BRIDGE DECK AND PAVE MENT REHABILITATION 101384 0061 13 - 1 PERFORMANCE BOND Page I of 2 I SECTION 00 6113 2 PERFORMANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 8 �; � � li .e "rL4 De 5 tj &gr anz, pf /Id r& At a corporate surety(sureties, if more than 9 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 10 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created I I pursuant to the laws of Texas, known as "City" herein, in the penal sum of, SIX MILLION 12 FIFTY THOUSAND EIGHT HUNDRED FIFTY-NINE DOLLARS AND FIVE CENTS 13 ($6,050,859.05), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 14 Texas for the payment of which sum well and truly to be made, we bind ourselves, our heirs, 15 executors, administrators, successor's and assigns, jointly and severally, firmly by these presents. 16 WHEREAS, the Principal has entered into a certain written contract with the City 17 awarded the 7th day of April, 2020, which Contract is hereby referred to and made a part hereof 18 for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other 19 accessories defined by law, in the prosecution of the Work, including any Change Orders, as 20 provided for in said Contract designated as E. LONG AVE BRIDGE DECK AND PAVEMENT 21 REHABILITATION, City Project No, 101384. 22 NOW, THEREFORE, the condition of this obligation is such that if the said Principal 23 shall faithfully perform it obligations under the Contract and shall in all respects duly and 24 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 25 specifications, and contract documents therein referred to, and as well during any period of 26 extension of the Contract that may be granted on the part of the City, then this obligation shall be 27 and become null and void, otherwise to remain in full force and effect. 28 PROVIDED FURTHER, that if any Legal action be filed on this Bond, venue shall lie in 29 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 30 Worth Division. CITY OF FORT WORTH E LONG AVE BRIDGE DECK AND PAVEMENT REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101384 Revised July 1, 2011 0061 13 - 2 PERFORMANCE BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 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 MTHEREOF, the Principal and the Surety have SIGNED and SEALED 5 this instrument by duly authorized agents and officers on this the ? Z' day of 6 , MZ0 . 7 PRINCIPAL: 8 Ra ]g e, Inc. 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 ATTEST: (Principdqj Secretary Witness as to Principal Witness as to urety BY: igi�atyu' Name Ad Title Address: PO Box 1130. Euless, Texas 76039 SURETY: BY: Aft Signature -D4rA Aa+s, +14brneq-t n-F4d Name and Title Address: 12gi Zurs OP, % . 0- 1--%ash° 5Gh,Ecibt�f'4.� l�ot�`ptA Telephone Number: ;17" 7 5.5 — 307f 41 *Note: If signed by an officer of the Surety Company, there must be on file a certified extract 42 from the bylaws showing that this person has authority to sign such obligation. If 43 Surety's physical address is different from its mailing address, both must be provided. 44 The date of the bond shall not be prior to the date the Contract is awarded. 45 CITY OF FORT WORTH E LONG AVE BRIDGE DECK AND PAVEMENT REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101384 Revised July 1, 2011 -Oend A)U",blev, 9 X 50-1 46 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 SECTION 00 6114 PAYMENT BOND THE STATE OF TEXAS § COUNTY OF TARRANT § That we, Ra le Inc. eo(VO&i Aawl': &-th C4$cv41y &V44 �111-w 006114-1 PAYMENT BOND Page 1 of 2 KNOW ALL BY THESE PRESENTS: "Principal" Alp herein, and %Q�� qP%i C1-5 w�»'f ry tan a corporate surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and firmly bound unto the City of Fort Worth, a .municipal corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the penal sum of SIX MILLION FIFTY THOUSAND EIGHT HUNDRED FIFTY-NINE DOLLARS AND FIVE CENTS ($6,050,853.05), lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 7th day of April, 2020, which Contract is hereby referred to and made a part hereof for all 19 purposes as if fully set forth herein, to furnish all materials, equipment, labor and other 20 accessories as defined by law, in the prosecution of the Work as provided for in said Contract and 21 designated as E. LONG AVE BRIDGE DECK AND PAVEMENT REHABILITATION, City 22 Project No. 10 13 84. 23 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if 24 Principal shall pay all monies owing to any (and all) payment bond beneficiary (as defined in 25 Chapter 2253 of the Texas Government Code, as amended) in the prosecution of the Work under 26 the Contract, then this obligation shall be and become null and void; otherwise to remain in full 27 force and effect. 28 This bond is made and executed in compliance with the provisions of Chapter 2253 of the 29 Texas Government Code, as amended, and all liabilities on this bond shall be determined in 30 accordance with the provisions of said statute. 31 CITY OF FORT WORTH E LONG AVE BRIDGE DECK AND PAVEMENT REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101384 Revised July 1, 2011 0061 14 - 2 PAYMENTBOND Page 2 of 2 I IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED 2 this instrument by duly authorized agents and officers on this the 7 4' day of 3 , 20 .26 . 4 ATTEST: (Princlpa Secretary PRINCIPAL: Ragle, Inc. BY: Signa 1 e Name -af1d Tit] Address: PO Box 1130. Euless, Texas 76039 Witness as to Principal SURETY: FiJ d .H 0 P ATTEST: BY: Signature (Surety) Secretary Name and Title Address: 12,qJ ,gty'cAA 65loor �.�r .,A%b Witness as to Surety Telephone Number: 3I i 4 i 5,3 - 3 ©?,l 5 6 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 7 bylaws showing that this person has authority to sign such obligation. If Surety's physical 8 address is different from its mailing address, both must be provided. 9 10 The date of the bond shall not be prior to the date the Contract is awarded. 11 END OF SECTION I2 CITY OF FORT WORTH E LONG AVE BRIDGE DECK AND PAVEMENT REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I01384 Revised July 1, 2011 -60061 4)y-#4�er 1 WM? 4 0061 19 - 1 MAINTENANCE BOND Page I of 3 I SECTION 00 6119 2 MAINTENANCE BOND 3 4 THE STATE OF TEXAS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUNTY OF TARRANT § 7 8 That we Ra le Inc. known as "Principals' herein and 9 l j of r1 corporate surety (sureties, if more than 10 one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one 11 or more), are held and firmly bound unto the City of Fort Worth, a municipal corporation created 12 pursuant to the laws of the State of Texas, known as "City" herein, in the sum of SIX MILLION 13 FIFTY THOUSAND EIGHT HUNDRED FIFTY-NINE DOLLARS AND FIVE CENTS 14 ($6,050,859.05), lawful money of the United States, to be paid in Fort Worth, Tarrant County, 15 Texas, for payment of which sum well and truly be made unto the City and its successors, we 16 bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, 17 firmly by these presents. 18 19 WHEREAS, the Principal has entered into a certain written contract with the City awarded the 20 7th day of April, 2020, which Contract is hereby referred to and a made part hereof for all 21 purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories 22 as defined by law, in the prosecution of the Work, including any Work resulting from a duly 23 authorized Change Order (collectively herein, the "Work") as provided for in said contract and 24 designated as E. LONG AVE BRIDGE DECK AND PAVEMENT REHABILITATION, City 25 Project No.101384. 26 27 28 29 30 31 32 33 34 WHEREAS, Principal binds itself to use such materials and to so construct the Work in accordance with the plans, specifications and Contract Documents that the Work is and will remain free from defects in materials or workmanship for and during the period of two (2) years after the date of Final Acceptance of the Work by the City ("Maintenance Period"); and WHEREAS, Principal binds itself to repair or reconstruct the Work in whole or in part upon receiving notice from the City of the need therefor at any time within the Maintenance Period. CITY OF FORT WORTH E LONG AVE BRIDGE DECK AND PAVEMENT REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101384 Revised July t, 2011 0061 19 - 2 MAINTENANCE BOND Page 2 of 3 1 2 NOW THEREFORE, the condition of this obligation is such that if Principal shall 3 remedy any defective Work, for which timely notice was provided by City, to a completion 4 satisfactory to the City, then this obligation shall become null and void; otherwise to remain in 5 full force and effect. 6 7 PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely 8 noticed defective Work, it is agreed that the City may cause any and all such defective Work to 9 be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and 10 the Surety under this Maintenance bond; and 11 12 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in 13 Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort 14 Worth Division; and 15 16 PROVIDED FURTHER, that this obligation shall be continuous in nature and 17 successive recoveries may be bad hereon for successive breaches. 18 19 CITY OF FORT WORTH E LONG AVE BRIDGE DECK AND PAVEMENT REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101384 Revised July 1, 2011 006119-3 MAINTENANCE BOND Page 3 of 3 1 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the �' day of QAZ 3 , 20o? O . 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 ATTE T: �&� b (Principal Secretary Witness as to Principal ATTEST: (Surety) SecTetpry Witness as to Mety PRINCIPAL: Ra lg. e, Inc_ BY: ign ure Ze -AName atfd Title Address: PO Box 1130 Euless, Texas 76039 SURETY: �yosa C-04atla n(4 04" marg )a BY: Signature 1>ebro AAff.$ A. hlornr y -;w e &Cf Name and Title Address., tAP i6k 0 !,- rfe>® r Telephone Number: 317- 7$ 3 - *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 sueb obligation. If Surety's physical address is different from its mailing address, both must be provided. The date of the bond shall not be prior to the date the Contract is awarded. CITY OF FORT WORTH E LONG AVE BRIDGE DECK AND PAVEMENT REHABILITATION STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101384 Revised July 1, 2011 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Debra HUTTS, Thomas G. WOODASON and Amy A. FREDERICK, all of Terre Haute, Indiana, its trite and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 10th day of January, A.D. 2020. hp gUps0 ATTEST: ZURICH AMERICAN INSURANCE COMPANY. COLONIAL AMERICAN CASUALTY AND SURL,'fY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 10th day of January, A.D. 2020, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seats affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. t7Et�ti` ;� a� e;0 �1�313.i SjS�t� Constance A. Dunn, Notary Public My Commission Expires: July 9, 2023 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attornevs-in-Fact. The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney -in -fact to affix the corporate sea[ thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney. -Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 1 Oth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice -President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TVSTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this 'r 34- day of 44a&U , 4. }RV 600"f flip Michael C. Fay, Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www.re ortsfclaims cuzurichna.com 900-626-4577 Tease Important Notice IMPORTANT NOTICE To obtain information or make a complaint: You may call Zurich North America's toll -free telephone number for information or to make a complaint at: 1-800-382-2150 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim, you should contact the company first. If ZURICHm "ISO IMPORTANTE Para obtener informacion o para presentar una queja: Usted puede Ilamar al numero de telefono gratuito de Zurich North America's para obtener informacion o para presentar una queja al: 1-800-382-2150 Usted puede comunicarse con el Departamento de Se- guros de Texas para obtener informacion sobre com- panias, coberturas, derechos, o quejas al: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a: P.O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Sitio web: www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS POR PRIMAS DE SEGUROS O RECLAMACIONES: the dispute is not resolved, you may contact the Texas Si tiene una disputa reiacionada con su prima de seguro Department of Insurance. o con una reclamation, usted debe comunicarse con la ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. compania primero. Si la disputa no es resuelta, usted puede comunicarse con el Departamento de Seguros de Texas. ADJUNTE ESTE AVISO A SU POLIZA: Este aviso es solamente para propositos informativos y no se con- vierte en parte o en condition del documento adjunto. U-GU-296-E (06/15) Page 1 of 1 This page has been left blank intentionally. STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OF FORT WORTH STANDARD CONSTRUCTCON SPECIFICATION DOCUIMMNTS Revision: Febnmiy 2, 2016 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Article 1 Definitions and Terminology ........................................ 1.01 Defined Terms............................................................. 1.02 Terminology................................................................ Article 2 -- Preliminary Matters........................................................ 2.01 Copies of Documents ................................................... 2.02 Commencement of Contract Time; Notice to Proceed 2.03 Starting the Work ......................................................... 2.04 Before Starting Construction ....................................... 2.05 Preconstruction Conference ......................................... 2.06 Public Meeting............................................................. 2,07 initial Acceptance of Schedules .................................... Article 3 — Contract Documents: Intent, Amending, Reuse ............ 3.01 Intent......................................................................... I .... 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.............................................................. Page .............................................1 ......................I......................1 ............................................. 6 ............................................. 7 ............................................. 7 ............................................. 7 ............................................. 8 ............................................. 8 ............................................. 8 ............................................. 8 ............................................. 8 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: rebawiy 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 ReguIations.................................................................................................................27 6.11 Taxes...........................................................................................................................................28 6.12 Use of Site and Other Areas....................................................................................................... 28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection.................................................................................................................. 29 6.15 Safety Representative..................................................................................................................30 6.16 Hazard Communication Programs............................................................................................. 30 6.17 Emergencies and/or Rectification............................................................................................... 30 6.18 Submittals....................................................................................................................................31 6.19 Continuing the Work...................................................................................................................32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6,22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscrimination.......................................................................................................................35 Article 7 - Other Work at the Site...................................................................................................................35 7.01 Related Work at Site...................................................................................................................35 7.02 Coordination................................................................................................................................36 Article 8 - City's Responsibilities ............................ 8.01 Communications to Contractor...................................................................................................36 8.02 Furnish Data................................................................................................................................36 8.03 Pay When Due............................................................................................................................36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders.............................................................................................................................36 8.06 Inspections, Tests, and Approvals..............................................................................................36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition.................................................................... 37 8.09 Compliance with Safety Program............................................................................................... 37 Article 9 - City's Observation Status During Construction........................................................................... 37 9.01 City's Project Manager............................................................................................................ 37 9.02 Visits to Site................................................................................................................................ 37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnnty2,2016 Article 10 -- Changes in the Work; Claims; Extra Work .................. ..38 10.01 Authorized Changes in the Work...............................................................................................38 10.02 Unauthorized Changes in the Work........................................................................................... 39 10.03 Execution of Change Orders.......................................................................................................39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety...................................................................................................................39 10.06 Contract Claims Process.............................................................................................................40 Article 11 Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ......................41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances..................................................................................................................................43 11.03 Unit Price Work.......................................................................................................................... 44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time................................................................. 46 12.01 Change of Contract Price..................................................................................................•.........46 12.02 Change of Contract Time............................................................................................................47 12,03 Delays..........................................................................................................................................47 Article 13 -- Tests and Inspections; Correction, Removal or Acceptance of Defective Work ......................48 ....................... 13.01 Notice of Defects.............................................................................................. ...48 13.02 Access to Work........................................................................................................................... 48 13.03 Tests and Inspections..................................................................................................................48 ................................. 13.04 Uncovering Work................................................................................ .......49 13.05 City May Stop the Work...............................................................................••.........•..................49 13.06 Correction or Removal of Defective Work................................................................................50 13.07 Correction Period........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work............................................................................................. 51 Article 14 Payments to Contractor and Completion....................................................................................52 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments...................................................................................................................... 52 ............................. 14.03 Contractor's Warranty of Title..................................................................... ..54 .................... 14.04 Partial Utilization........................................................................................... ......... 55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance......................................................................................................................... 55 14.07 Final Payment..............................................................................................................................56 14.08 Final Completion Delayed and Partial Retainage Release........................................................ 56 14.09 Waiver of Claims...................................................................................................... ......57 Article 15 - Suspension of Work and Termination........................................................................................57 15.01 City May Suspend Work .............................. 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: Febnmry2,2016 Article 17 — Miscellaneous ............................. 17.01 Giving Notice ............................. 17.02 Computation of Times ............... 17.03 Cumulative Remedies ................ 17.04 Survival of Obligations .............. 17.05 Headings ..................................... CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnay2,2016 ............................................................................................. 62 ............................................................................................. 62 .......... I ....... I ........... I.............................................................. 62 ............................................................................................. 62 ............................................................................................. 63 ............................................................................................. 63 007200-1 GENERAL CONDITIONS Page 1 of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda —Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 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. 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. 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 DOCUI JMNTS Revision: Febwary2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 2 of 63 13. Change Order —A document, which is prepared and approved by the City, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement- 14. City— The City of Fort Worth, Texas, a home -rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City Manager, his designee, or agents authorized under his behalf, each of which is required by Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. City Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claim —A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Contract Claim. 19. Contract The entire and integrated written document between the City and Contractor concerning the Work. The Contract contains the Agreement and all Contract Documents and supersedes prior negotiations, representations, or agreements, whether written or oral. 20. Contract Documents —Those items so designated in the Agreement. All items listed in the Agreement are Contract Documents. Approved Submittals, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 21. Contract Price --The moneys payable by City to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph 11.03 in the case of Unit Price Work). 22. Contract Time —The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any and (ii) complete the Work so that it is ready for Final Acceptance. 23. Contractor —The individual or entity with whom City has entered into the Agreement. 24. Cost of the Work —See Paragraph 11.01 of these General Conditions for definition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnny2,2016 007200-L GENERAL CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day -- A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32, Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: FebnkTy2,2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38, Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements —Sections of Division 1 of the Contract Documents. 40. Hazardous Environmental Condition —The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, Radioactive Material, or other materials in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 41. Hazardous Waste Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as defined in the federal waste regulations, as amended from time to time. 42. Laws and Regulations —Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 43. Liens —Charges, security interests, or encumbrances upon Project funds, real property, or personal property. 44. Major Item — An Item of work included in the Contract Documents that has a total cost equal to or greater than 5% of the original Contract Price or $25,000 whichever is less. 45. Milestone A principal event specified in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed —A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs —Polychlorinated biphenyls. 49. Petroleum Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non -Hazardous Waste and crude oils. 50. Plans See definition of Drawings. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febrmy 2, 2016 007200-1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule— A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project The Work to be performed under the Contract Documents. 53. Project Manager —The authorized representative of the City who will be assigned to the Site. 54. Public Meeting — An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals —A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values —A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor An individual or entity slaving a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECLFICATION DOCUMENTS Revision: Febmazy 2, 2016 007200-1 GENERAL CONDITIONS Page 6 of 63 63. Submittals —Ail 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. Supplies —A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities —All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work --,See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1,02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuary2,2016 007200-1 GENERAL CONDITIONS Page 7 of 63 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 continence 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 SPECI1'1CATION DOCU1v11 NTS Revision: Febnwy2, 2016 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. 2.0E 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 4vORTi 1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 9 of 63 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febrmy2,20I6 007200-1 GENERAL CONDITIONS Page 10 of63 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. - Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT'WOR'TTC STANDARDCONSTRUCTION SPECIFICATION DOCUMENTS Revision: Februwy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page l l of63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febuary2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 12 of 63 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground FaciIities). 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: Febftwy2,2016 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 MY OF FORT WORTH STANDARD CONSTRUCTION 9PECIF[CA7']0N DOCUN MNTS Revision_ Febnmfy2, 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 Iost 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: Fehnay2,2016 007200-1 GENERAL CONDITIONS Page 15 of63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual 's or entity's own negligence. H. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febwary2,2016 007200-1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the ,State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WOATII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmry2, 2016 007200-1 GENERAL CONDITIONS Page 17 of 63 2. The Contractor's general liability insurance shall include a, "per project" or "per location", endorsement, which shall be identified in the certificate of insurance provided to the City. 3. The certificate shall be signed by an agent authorized to bind coverage on behalf of the insured, be complete in its entirety, and show complete insurance carrier names as listed in the current A.M. Best Property & Casualty Guide 4. The insurers for all policies must be licensed and/or approved to do business in the State of Texas. Except for workers' compensation, all insurers must have a minimum rating of A-: ViI in the current A. M. Best Key Rating Guide or have reasonably equivalent financial strength and solvency to the satisfaction of Risk Management. If the rating is below that required, written approval of City is required. 5. All applicable policies shall include a Waiver of Subrogation (Rights of Recovery) in favor of the City. In addition, the Contractor agrees to waive all rights of subrogation against the Engineer (if applicable), and each additional insured identified in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY Or FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuvy2,2016 00 72 00 -1 GENERAL CONDITIONS Page 18 of 63 Iieu 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 parry to the City. The City shall be required to provide prior notice of 40 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commercial General Liability. Coverage shall include but not be limited to covering liability (bodily injury or property damage) arising from: premises/operations, independent contractors, products/completed operations, personal injury, and liability under an insured contract. Insurance shall be provided on an occurrence basis, and as comprehensive as the current Insurance Services Office (ISO) policy. This insurance shall apply as primary insurance with respect to any other CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febauy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 14 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: Febnny2,2016 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 letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. AlI 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 WORTn3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuary2,2016 007200-1 GENERAL CONDITIONS Page 21 of 63 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 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. 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: Febnny2, 2016 007200-1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. if in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WOR'TII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkuy2, 2016 00 72 00 - 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 substituted materials or equipment. E. City's Cost Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.13. Whether or not City approves a substitute so proposed or submitted by Contractor, Contractor may be required to reimburse City for evaluating each such proposed substitute. Contractor may also be required to reimburse City for the charges for making changes in the Contract Documents (or in the provisions of any other direct contract with City) resulting from the acceptance of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or -equal" at Contractor's expense. C= OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmty2,2016 0072 00 -1 GENERAL CONDITIONS Page 24 of 63 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any ,Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not Iess than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORT11 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 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 far Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fehmmry2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 26 of 63 D. Arbitration Required if Violation Not Resolved. An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a penalty owed to the City or an affected worker, shall be submitted to binding arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the Contractor or Subcontractor and any affected worker does not resolve the issue by agreement before the t 5th 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 1 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: February2,2016 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, Iosses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febwu ay2,2016 00 72 00 - 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. hM://www.window.state.tx.us/taxinfo/taxforms/93-fonns.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 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: Febwary2, 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 cleanup 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: Febmary2, 2016 007200-1 GENERAL CONDITIONS Page 30 of 63 take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2, all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of City's safety programs, if any. D. Contractor shall inform City of the specific requirements of Contractor's safety program, if any, with which City's employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.14.A.2 or 6.14.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor. F. Contractor's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies and/or Rectification A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give City prompt written notice if Contractor believes that any significant CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmiy2, 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. I. 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. For -Information -Only submittals upon which the City is not expected to conduct review or take responsive action may be so identified in the Contract Documents. 6. Submit required number of Samples specified in the Specifications. 7. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as City may require to enable City to review the submittal for the limited purposes required by Paragraph 6.18.C. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Feba uy 2, 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: City will provide tunely 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 Rinctioning 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 MY OF FORT WORTH STANDAIMCONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 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_OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims.and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFIC TIQN PROVISION IS CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnimy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 34 of 63 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN 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 6.1 S.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: Febnmy2, 2016 007200-I GFNFRAL CONDITIONS Page 35 of63 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 V1,, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 7 — OTHER WORK AT THE SITE 7.01 Related Work at Site A. City may perform other work related to the Project at the Site with City's employees, or other City contractors, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then written notice thereof will be given to Contractor prior to starting any such other work; and B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and City, if City is performing other work with City's employees or other City contractors, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of City and the others whose work will be affected. C. If the proper execution or results of any part of Contractor's Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to City in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor's Work. Contractor's failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor's Work except for latent defects in the work provided by others. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February 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: the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnuy2,2016 007200-1 GFNFRAL CONDITIONS Page 37 of63 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 fords in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 -- CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is Tariqul Islam, or his/her successor pursuant to written notification from the Director of Transportation and Public Works. 9.02 Visits to Site A. City's Project Manager will make visits to the Site at intervals appropriate to the various stages of construction as City deems necessary in order to observe the progress that has been made and the quality of the various aspects of Contractor's executed Work. Based on information obtained during such visits and observations, City's Project Manager will determine, in general, if the Work is proceeding in accordance with the Contract Documents. City's Project Manager will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. City's Project Manager's efforts will be directed toward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Manager's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragraph 8.07. CITY OF FORT WORTH STANDARD 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: Febnaazy 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 39 of 63 10.02 Unauthorized Changes in the Work Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Time with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.17, 10.03 Execution of Change Orders A. City and Contractor shall execute appropriate Change Orders covering: 1. changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06, B. The Contractor shall famish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnoy 2, 2016 00 72 00 - I GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. G. 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 CIaim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUIVENTS Revision: Feb umy2,2016 007200-I GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE I — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs .Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.01.B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work. Such costs shall not include any of the costs itemized in Paragraph 11.01.13, and shall include but not be limited to the following items: Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnny2,20I6 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 Iiable, 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. £ 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'WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnay 2, 201G 007200-1 GENERAL CONDITIONS Page 43 of63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph I1.0l.A.1 or specifically covered by Paragraph 11.01.AA, 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.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.01.A and 11.01.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: MY OF FORT GVORT11 STANDARD CONSTRUCTION SPECIFICATION DOCUMEN`I'S Revision: Febnkuy2,2016 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: Febnay2, 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 l 25%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTII STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febr=y2, 2016 007200- 1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.0l.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.01.13.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.A.2. and 11.0l.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 (51/o); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.0l.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: rebramy 2, 2016 007200-1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.01.A.1 and 11.01.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.0I.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. CrrY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febamy2,2016 00 72 00 - 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 Rork City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, retests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing") for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Februmy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 49 of 63 Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: February2,2016 007200-1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Rork 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: February 2, 2016 007200-1 GENERAL CONDITIONS Page 51 of63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued 'incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, 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: Febniazy2,2016 00 72 00 - l 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 Iocation 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: Febmazy2, 2016 007200-1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b, the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnruy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article I4 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14,02.B.4.e or Paragraph 15.02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOMAENTS Revision: Febn=y 2, 2016 007200-1 GENERAL CONDITIONS Page 55 of63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: rebmazy 2, 2016 007200-1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so 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 Iess 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 WOR-R-I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febr=y2,2016 00 72 00 - l 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: Febnkuy2,2016 007200-1 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. 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 #20020-12-201lestablished under Paragraph 6.06.13); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH STANDARDCONSTR[IC`f1ON SPECIFICATION DOCUMENTS Revision: Febmary2,2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTI-I STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febmazy2,2016 007200-I GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. tape 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: Febwwy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of Ioss 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 bidding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.1) shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: _ CirY Or FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnaary2,2016 001200-1 GENERAL CONDITIONS Page 62 of63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 —MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if, 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. C= OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUM-ENTS Revision- Febnmiy2, 2016 007200-1 GENERAL. CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or givers 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. CFFY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Februaiy2, 2016 00 73 00 - 1 SUPPLEMENTARY CON Df TONS Page 1 of 5 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 3 TO 4 GENERAL CONDITIONS 5 Supplementary Conditions 6 7 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other 8 provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are 9 modified or supplemented remain in full force and effect as so modified or supplemented. All provisions 10 of the General Conditions which are not so modified or supplemented remain in full force and effect. 11 12 Defined Terms 13 14 The terms used in these Supplementary Conditions which are defined in the General Conditions have the 15 meaning assigned to them in the General Conditions, unless specifically noted herein. 16 17 Modifications and Supplements 18 19 The following are instructions that modify or supplement specific paragraphs in the General Conditions and 20 other Contract Documents. 21 22 SC-3.038.2, "Resolving Discrepancies" 23 24 Plans govern over Specifications. 25 26 SC-4.01A 27 28 Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. 29 Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the 30 Contract Drawings. 31 32 SC-4.01A.1., "Availability of Lands" 33 34 The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of 35 May, 2019 36 37 Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION None None None 38 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, 39 and do not bind the City. 40 41 If Contractor considers the final easements provided to differ materially from the representations on the 42 Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, 43 notify City in writing associated with the differing easement line locations. 44 45 SC-4.01A.2, "Availability of Lands" 46 47 Utilities or obstructions to be removed, adjusted, and/or relocated 48 CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised January 22, 2016 101384 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 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 5 The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of May, 2019 EXPECTED UTILITY AND LOCATION TARGET DATE OF OWNER ADJUSTMENT None None None The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A "None" Report No. , dated , prepared by "None" a sub -consultant of "None", a consultant of the City, providing additional information on "None". The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: "None" SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: LCA Project No. 190504 LCA Project No. 190505 SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: "None" (3) Other: BNSF Railroad, Fort Worth Western Railroad, Fort Worth Transportation Authority SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5,04A. Statutory limits Employer's liability $100,000 each accidentloccurrence $100,000 Disease - each employee $500,000 Disease - policy limit SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: CITY OF FORT WORTH STANDARD CONsmuc,rION SPECIFICATION DOCUMENTS Revised January 22, 2016 E. LONG AVENUE BRIDGE DECK AND PAVEvICNT REHABILITATION 101384 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 5 1 $1,000,000 each occurrence 2 $2,000,000 aggregate limit 3 4 The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the 5 General Aggregate Limits apply separately to each job site. 6 7 The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. 8 Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. 9 10 SC 5.04C., "Contractor's Insurance" 1 I 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under 12 Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: 13 14 (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", 15 defined as autos owned, hired and non -owned. 16 17 $I,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at 18 least: 19 20 $250,000 Bodily Injury per person 21 $500,000 Bodily Injury per accident 22 $100,000 Property Damage 23 24 SC-5.04D., "Contractor's Insurance" 25 26 The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and 27 material deliveries to cross railroad properties and tracks: BNSF Railroad, Fort Worth Western Railroad, 28 Fort Worth Transportation Authority. 29 30 The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, 31 hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains 32 or other property. Such operations on railroad properties may require that Contractor to execute a "Right of 33 Entry Agreement" with the particular railroad company or companies involved, and to this end the 34 Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute 35 the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate 36 to the Contractor's use of private and/or construction access roads crossing said railroad company's 37 properties. 38 39 The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide 40 coverage for not less than the following amounts, issued by companies satisfactory to the City and to the 41 Railroad Company for a term that continues for so long as the Contractor's operations and work cross, 42 occupy, or touch railroad property: 43 44 (1) General Aggregate: $10,000,000 (See Attached Additional 45 requirements) 46 47 (2) Each Occurrence: $5,000,000 (See Attached Additional 48 requirements) 49 50 X Required for this Contract Not required for this Contract 51 52 With respect to the above outlined insurance requirements, the following shall govern: 53 54 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in 55 the name of the railroad company. However, if more than one grade separation or at -grade CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised January 22, 2016 101384 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 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 5 crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above, 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a location entirely separate from the grade separation or at - grade crossing, insurance coverage for this work must be included in the policy covering the grade separation. 4. If no grade separation is involved but other work is proposed on a railroad company's right-of- way, all such other work may be covered in a single policy for that railroad, even though the work may be at two or more separate locations. No work or activities on a railroad company's property to be performed by the Contractor shall be commenced until the Contractor has furnished the City with an original policy or policies of the insurance for each railroad company named, as required above. All such insurance must be approved by the City and each affected Railroad Company prior to the Contractor's beginning work. The insurance specified above must be carried until all Work to be performed on the railroad right-of-way has been completed and the grade crossing, if any, is no longer used by the Contractor. In addition, insurance must be carried during all maintenance and/or repair work performed in the railroad right-of-way. Such insurance must name the railroad company as the insured, together with any tenant or lessee of the railroad company operating over tracks involved in the Project. SC-6.04., "Project Schedule" Project schedule shall be tier 3 for the project. SC-6.07., "Wage Rates" The following is the prevailing wage rate table(s) applicable to this project and is provided in the Appendixes: GC 6.07 2013 Prevailing Wage Rates (Heavy and Highway Construction Project) SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the Contractor: 1. Railroad permit 2. Notify Texas Department of State Health Services SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: None SC-6.09C. "Outstanding permits and licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of July, 2019: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION None CITY OF PORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRucTION SPECIFICATION DOCUMENTS AND PAVEMENT ItRHAWLITATION Revised January 22, 2016 101384 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 5 SC-7.02., "Coordination" The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Scope of Work Coordination Authority None SC-8.01, "Communications to Contractor" Railroad coordination with the following railroads: BNSF Railroad, Fort Worth Western Railroad, port Worth Transportation Authority SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Tariqul Islam, or his/her successor pursuant to written notification from the Director of Transportation and Public Works. SC-13.03C., "Tests and Inspections" "None" SC-16.01C.1, "Methods and Procedures" "None" END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1/22/2016 F. Griffin SC-9.01., "City's Project Representative" wording changed to City's Project Manager. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 E. LONG AVENUE BRIDGE DECK AND PAVEMENT REHABILITATION 101384 BNSF Railway Company MAJOR INSURANCE REQUIREMENTS l'or Completion of: Industrial Track Agreement (ITA) Lease of Land for Construction I Rehabilitation of Track (CL) Contractor's Right of Entry Agreement (CROE) Industry Track Lease Agreement (TL) Industrial Track Agreement (ITA) ITA required as a prerequisite to BNSF service on a privately owned spur track. Agreement outlines ownership, operation and maintenance responsibilities of parties relative to a private spur track. Other agreements may be required depending on the specific circumstances. 1) Commercial General Liability Insurance - $1 MM per occurrence & $2MM aggregate —Section 5a 2) 50' Endorsement - Insurance covers incidents within 50 feet of railroad property — Section 5a 3) Workers Compensation - $500,000 each accident — Section 5b 4) Insurance Company must have a Best's Guide Rating of A and Class VI I or better — Section 5 5) Certificate of Insurance shall be furnished to BNSF which outlines above -- Section 5 Lease of Land for Construction / Rehabilitation of Track (CL) Required in conjunction with an Industry Track Agreement and in all situations where Industry will own, maintain or rehabilitate track located on BNSF property, even if there is a corresponding land lease or track lease. Basic Requirements: 1) Commercial General Liability Insurance (GL) - $1 MM per occurrence & $2MM aggregate — Section 12a 2) 50' Endorsement - Insurance covers incidents within 50 feet of railroad property— Section 12a 3) Workers Compensation - $500,000 each accident — Section 12b 4) Insurance Company must have a Best's Guide Rating of A, and Class VI or better— Section 12 5) Certificate of Insurance shall be furnished to BNSF which outlines above — Section 12 Construction Requirements (A) Industry performing construction (B) Industry hiring contractor to perform construction (A) Construction Requirements: Industry Performing Construction (Exhibit C applies) 1) Commercial General Liability Insurance (GL) - $5MM per occurrence & $10MM aggregate —Section 1a 2) 50' Endorsement - Insurance covers incidents within 50 feet of railroad property — Section 1 a 3) The employee and workers compensation related exclusions shall not apply to Railroad employees —Section 'I a 4) Business Automobile Insurance - $1 MM per occurrence — Section 1 b 5) Workers Compensation - $500,000 each accident — Section 1 c 6) Railroad Protective Liability Ins. (RPLI) - $5MM per occurrence & $10MM aggregate — Section 1 d**** 7) Waiver of Subrogation in favor of BNSF Railway — Section 2 8) BNSF Railway and Staubach Global Services must be added as an Additional Insured — Section 2 9) Any coverage afforded to the additional insured, BNSF Railway, is primary and non-contributory. 10) Insurance Company must have a Best's Guide Rating of A4 and Class VI or better — Section 2 11) Certificate of Insurance shall be furnished to BNSF which outlines above — Section 2 (B) Construction Requirements: Industry -Hiring Contractor to Perform Construction If Industry hires a contractor to perform construction, Industry must comply with the Basic Requirements: 1) Commercial General Liability Insurance (GL) $1 MM per occurrence & $2MM aggregate— Section 12a 2) 50' Endorsement - Insurance covers incidents within 50 feet of railroad property — Section 12a 3) Workers Compensation - $500,000 each accident -- Section 12b 4) Insurance Company must have a Best's Guide Rating ofA4 and Class VI or better— Section 12 5) Certificate of Insurance shall be furnished to BNSF which outlines above — Section 12 Contractor must comply with requirements for Contractor's Right of Entry. Contractor's Right of Entry Agreement (CROE) CROE required if a private contractor is engaged to construct or rehabilitate any track that is located on BNSF property. 1) Commercial General Liability Insurance (GL) - $5MM per occurrence & $10MM aggregate — Section 4a 2) 50' Endorsement - Insurance covers incidents within 50 feet of railroad property— Section 4a 3) The employee and workers compensation related exclusions shall not apply to Railroad employees — Section 4a 4) Business Automobile Insurance - $1 MM per occurrence -- Section 4b 5) Workers Compensation - $500,000 each accident -- Section 4c 6) Railroad Protective Liability Ins. (RPLI) - $5MM per occurrence & $10MM aggregate — Section 4d"' 7) Waiver of Subrogation in favor of BNSF Railway -- Section 4 8) BNSF Railway and Staubach Global Services must be added as an Additional Insured -- Section 4 9) Any coverage afforded to the additional insured, BNSF Railway, is primary and non-contributory. 10) Insurance Company must have a Best's Guide Rating of /, and Class VII or better -- Section 4 11) Certificate of Insurance shall be furnished to BNSF which outlines above -- Section 4 ****Industry, or its contractor, has the opportunity to elect to participate in BNSF's blanket RPLI coverage. Industry Track Lease Agreement (�L� Track Lease is required prior to customer receiving service on a BNSF owned track. Agreement outlines operation and maintenance of track. A separate Land Lease will be required if the commodity loaded or unloaded is environmentally sensitive or if customer utilizes BNSF property for storage, parking or improvements. 1) Commercial General Liability Insurance— Section 14a • Industry Track Lease (Form 302): $2MM per occurrence, $4MM aggregate • Track Lease for Switching of Cars (Form 304): $5MM per occurrence, $10MM aggregate 2) The employee and workers compensation related exclusions shall not apply to railroad employees — Section 14a 3) 50' Endorsement - Insurance covers incidents within fifty (50) feet of railroad property — Section 14a 4) Business Automobile Insurance- $1 MM per occurrence— Section 14b 5) Worker's Compensation Insurance - $500,000 each — Section 14c 6) Property Liability - Names BNSF Railway Co. as loss payee as per endorsement — Section 14d 7) Waiver of Subrogation in favor of BNSF Railway Co. — Section 14 8) BNSF Railway Co. and Staubach Global Services - RR, Inc. must be added as additional insured -- Section 14 Industry Track Lease Agreement (TL) continued 9) Any coverage afforded to the additional insured, BNSF Railway Co., is primary and non-contributory — Section 14 10) Insurance Company must have a Best's Guide Rating of X and Class VI I or better— Section 14 11) Certificate of Insurance shall be furnished to BNSF which outlines above — Section 14 Multiple Agreements Please note that in many circumstances more than one agreement may be required to cover all aspects of your project. Early identification of all uses that will require an agreement will help reduce the total amount of time involved in finalizing all agreements. e.g., Track construction projects require both an Industry Track Agreement and a Lease of Land for Track Construction and Rehabilitation. If a private contractor will be hired to perform the track construction, then they will be required to execute a Contractor's Right of Entry Permit and provide insurance. e.g., If any BNSF track and/or property is to be utilized, a corresponding Track Lease and/or Land Lease will be required. If utilities lines to serve the facility will cross BNSF owned track, then each such installation will require a separate permit to cover the specific utility involved. If the location involves the crossing of BNSF tracks, then a Private Crossing Agreement will be required. NOTE: BNSF railway Company will not execute any Track Agreements until all insurance documents have been received and approved. Please provide this document and all agreement copies to your Risk Management Department, Insurance Agent or Insurance Underwriter, as soon as possible. For questions regarding BNSF Railway's insurance requirements please contact a member of the BNSF Risk Management department: Jamie Johnson (817-352 3485), Vickie Barnett (897-352-2414) or Kevin Rurrin (817-352 3477). UNION PACIFIC RAILROAD INSURANCE REQUIREMENTS iq aAyr ftfmnoi-n SA -A PLE ONLY - RICTIF!' OF rev iE.Rt ri'F[(.'A'fr OF LNSURANCF, PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE INSURANCE COMPANY NAME DOES NOT AMEND, EXTEND OR ALITR THE COVERAGE AFFORDED BY THE ADDRESS POLICIES BELOW, CITY, STATE, ZIP CODE COMPANIES AFFORDING COVERAGE OMPANY ETTER A INSURED ZOMPANY ETTER D Licensee's NAME OMPANY ADDRESS LETTER C CITY, STATE, ZIP CODE OMPANY .ETTER D OMPANY ETTER E t-i117710*1t THIS IS TO CERTIFY THAT THE POLICES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAME ABOVE FOR THE ('01AC.Y PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WIRCIf TfHs CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HURLIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. o POLICY EFF. POLICY EXP. cm TYPE OF INSURANCE POLICY NUMBER ATF!(MM1DDfYY) ATE(MMIDDfYY) LIMITS GENERALLIABILITY OR GENERAL AGGREGATE S10,0D0,000 RODUCT&COMPIOPAGC. $5,000,00D PERSONAL & ADV. INJURY $5,000,000 CT f l CLAIMS MADE 0 OCCUR ACH OCCURRENCE $5,000,000 Cl OWNERS & CONTRACTOR'S FIRE DAMAGE (ANY ONE FIRE) NA ROT. ❑ MED. EXPENSE(ANYONE PERSON) NA AUTOMOBILE LIABILITY COMBINEDSINGLE $2,000,001) ❑ LIMIT ❑ ODILY. INJURY ER ACCIDENT) ❑ PROPERTY DAMAGE) EXCESS LIABILITY EACH OCCURRENCE ❑ GGREGATE 13 ORKEW COMPENSATION X STA1'BT'ORY Lt6ITII'S AND LACH ACCIDENT $500,000 MPLOYER'S LIABILITY ISEASE -POLICY LIMIT $5410,000 ISEASE-EACH EMPLOYEE $500,000 THER: Pollution Liability (when ENERAL AGGREGATE $10,000,000 required by agreement) ACH OCCURRENCE $5,000,000 CGL Poficv is endorsed to include Union Pacific Railroad as Additional Insured as required by agreement. CGL Policy is endorsed to include "Contractual Liability Railroads" as required by agreement. Auto Liability Policy is endorsed to Include "Certain Operations In Connection With Railroads" as required by agreement. Auto Liability Policy is endorsed to include Union Pacific Railroad as Additional Insured as required by agreement. Policy is endorsed with Motor Carrier Act Endorsement MCS 90 as required by agreement. Punitive damages (one of the following statements must be included): 1. Policies are silent concerning punit[ve damages. 2. Insurance coverage may not lawfully be obtained for any punitive damages that may arise under this agreement. 3. All punitive damages are prohibited by all states In which this agreement will be performed. Workers' Compensation Policy is endorsed waiving subrogation for Workers' Compensation and Employers Liability in favor of Union Pacific Railroad. Railroad Protective Liability as required by agreement with Railroad as named insured with limits of not less than $2.0 million per occurrence and an aggregate of $6.0 million. r" TFIrATr Rfl[.DFR CANCELIATION HOULD ANY OF TILE ADOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE UNION PACIFIC RAILROAD CO Beni Estate Department ATT: <Q<Coarmcr Adraini3trator>@> 1400 Douglas St STOP 1690 OMAHA, NE 68179-1690 FXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO AIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE EFT, BUT FAILURE TO MAIL SUCH NOTICE IMPOSE NO OBLIGATION OR fARTLITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. UTHORIZED REPRESENTATIVE SECTION 01 1100 SUMMARY OF WORK PART1- GENERAL 11 SUMMARY A. Section Includes: 0I H00-1 SUMMARY OF WORK Page 1 of3 1. Summary of Work to be performed in accordance with the Contract Documents 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 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USEDI 1.4 ADMINISTRATIVE REQUIREMENTS A. Work Covered by Contract Documents 1. Work is to include furnishing all labor, materials, and equipment, and performing all Work necessary for this construction project as detailed in the Drawings and Specifications. B. Subsidiary Work Any and all Work specifically governed by documentary requirements for the project, such as conditions imposed by the Drawings or Contract Documents in which no specific item for bid has been provided for in the Proposal and the item is not a typical unit bid item included on the standard bid item list, then the item shall be considered as a subsidiary item of Work, the cost of which shall be included in the price bid in the Proposal for various bid items. C. Use of Premises 1. Coordinate uses of premises under direction of the City. 2. Assume full responsibility for protection and safekeeping of materials and equipment stored on the Site. Use and occupy only portions of the public streets and alleys, or other public places or other rights -of -way as provided for in the ordinances of the City, as shown in the Contract Documents, or as may be specifically authorized in writing by the City. a. A reasonable amoutit of tools, materials, and equipment for construction purposes may be stored in such space, but no more than is necessary to avoid delay in the construction operations. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 20, 2012 101384 Of 11 00-2 SUMMARY OF WORK Page 2 of 3 b. Excavated and waste materials shall be stored in such a way as not to interfere with the use of spaces that may be designated to be left free and unobstructed and so as not to inconvenience occupants of adjacent property. c. If the street is occupied by railroad tracks, the Work shall be carried on in such manner as not to interfere with the operation of the railroad. I) All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements l . Do not enter upon private property for any purpose without having previously obtained permission from the owner of such property. 2. Do not store equipment or material on private property unless and until the specified approval of the property owner has been secured in writing by the Contractor and a copy furnished to the City. 3. Unless specifically provided otherwise, clear all rights -of -way or casements of obstructions which must be removed to make possible proper prosecution of the Work as a part of the project construction operations. 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, lawns, fences, culverts, curbing, and all other types of structures or improvements, to all water, sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof, including the construction of temporary fences and to all other public or private property adjacent to the Work. 5. Notify the proper representatives of the owners or occupants of the public or private lands of interest in lands which might be affected by the Work. a. Such notice shall be made at least 48 hours in advance of the beginning of the Work. b. Notices shall be applicable to both public and private utility companies and any corporation, company, individual, or other, either as owners or occupants, whose Iand or interest in land might be affected by the Work. c. Be responsible for all damage or injury to property of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 6. Fence a. Restore all fences encountered and removed during construction of the Project to the original or a better than original condition. b. Erect temporary fencing in place of the fencing removed whenever the Work is not in progress and when the site is vacated overnight, and/or at all times to provide site security. c. The cost for all fence work within casements, including removal, temporary closures and replacement, shall be subsidiary to the various items bid in the project proposal, unless a bid item is specifically provided in the proposal. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 20, 2012 101384 011100-3 SUMMARY OF WORK Page 3 at3 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS ]NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 20, 2012 101384 SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 012500-1 SUBSTITUTION PROCEDURES Page 1 of 4 1. The procedure for requesting the approval of substitution of a product that is not equivalent to a product which is specified by descriptive or performance criteria or defined by reference to I or more of the following: a. Name of manufacturer b. Name of vendor c. Trade name d. Catalog number 2. Substitutions are not "or -equals". 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 I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS 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 E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 01 25 00 - 2 SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 1.5 SUBMITTALS A. See Request for Substitution Form (attached) B, Procedure for Requesting Substitution i . Substitution shall be considered only: a. After award of Contract b. Under the conditions stated herein 2. Submit 3 copies of each written request for substitution, including: a. Documentation 1) Complete data substantiating compliance of proposed substitution with Contract Documents 2) Data relating to changes in construction schedule, when a reduction is proposed 3) Data relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Specification Section or Drawing reference of originally specified product, including discrete name or tag number assigned to original product in the Contract Documents 2) Manufacturer's Iiterature clearly marked to show compliance of proposed product with Contract Documents 3) Itemized comparison of original and proposed product addressing product characteristics including, but not necessarily limited to: a) Size b) Composition or materials of construction c) Weight d) Electrical or mechanical requirements 4) Product experience a) Location of past projects utilizing product b) Name and telephone number of persons associated with referenced projects knowledgeable concerning proposed product c) Available field data and reports associated with proposed product 5) Samples a) Provide at request of City. b) Samples become the property of the City. c. For construction methods: 1) Detailed description of proposed method 2) Illustration drawings C. Approval or Rejection 1. Written approval or rejection of substitution given by the City 2. City reserves the right to require proposed product to comply with color and pattern of specified product if necessary to secure design intent. 3. In the event the substitution is approved, the resulting cost and/or time reduction will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 012500-3 SUBSTITUTION PROCEDURES Page 3 o174 4. No additional contract time will be given for substitution. Substitution will be rejected i£ a. Submittal is not through the Contractor with his stamp of approval b. Request is not made in accordance with this Specification Section c. In the City's opinion, acceptance will require substantial revision of the original design d. In the City's opinion, substitution will not perform adequately the function consistent with the design intent 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USE, 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USE, 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: 1. Has investigated proposed product, and has determined that it is adequate or superior in all respects to that specified, and that it will perform function for which it is intended 2. Will provide same guarantee for substitute item as for product specified 3. Will coordinate installation of accepted substitution into Work, to include building modifications if necessary, making such changes as may be required for Work to be complete in all respects 4. Waives all claims for additional costs related to substitution which subsequently arise 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USE, PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF PORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: 01 2s 00 - 4 SUBSTITUTION PROCEDURES Page 4 of 4 PROJECT: DATE: We hereby submit for your consideration the following product instead of the specified item for the above project: SECTION PARAGRAPH SPECTFTED ITEM Proposed Substitution: Reason for Substitution: 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 PORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 SECTION 01 31 19 PRECONSTRUCTION MEETING PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013119-1 PRECONSTRUCTION MEETING Page 1 of 3 1. Provisions for the preconstruction meeting to be held prior to the start of Work to clarify construction contract administration procedures B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily Iimited to: 1. Division 0 -- Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination Attend preconstruction meeting. 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 1. A preconstruction meeting will be held within 14 days after the execution of the Agreement and before Work is started. a. The meeting will be scheduled and administered by the City. 2. The Project Representative will preside at the meeting, prepare the notes of the meeting and distribute copies of same to all participants who so request by fully completing the attendance form to be circulated at the beginning of the meeting, 3. Attendance shall include; a. Project Representative b. Contractor's project manager c. Contractor's superintendent d. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised August 17, 2012 101384 01 31 i4-2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 01 32 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, casements 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 Fetter for Waste Material 1. fnsurance 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 E. LONG AVENUE. BRIDGED ECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised August 17, 2012 101384 013E l9-3 PRECONSTRUCTION MEETING Page 3 of 3 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] 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] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised August 17, 2012 101384 013120-1 PROJECT MEETINGS Page 1 of 3 SECTION 01 31 20 PROJECT MEETINGS (Spec fier. This Specification is intended for use on projects designated as Tier 3 or Tier 4.1 PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable orderly review of the progress of the Work and to provide for systematic discussion of potential problems B. Deviations this City of Fort Worth Standard Specification I. 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 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Schedule, attend and administer as specified, periodic progress meetings, and specially called meetings throughout progress of the Work, 2. Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meetings administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. 4. Meetings, in addition to those specified in this Section, may be held when requested by the City, Engineer or Contractor. B. Pre -Construction Neighborhood Meeting I . After the execution of the Agreement, but before construction is allowed to begin, attend 1 Public Meeting with affected residents to: a. Present projected schedule, including construction start date b. Answer any construction related questions 2. Meeting Location a. Location of meeting to be determined by the City. 3. Attendees CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 013120-2 PROJECT MEETINGS Page 2 of 3 a. Contractor 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 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues 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 e. City's representatives f. Others, as requested by the Project Representative 5. PreIiminary 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 m. 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 CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 013120-3 PROJECT MEETINGS Page 3 of 3 p. Review status of Requests for Information 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 013216-I CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. General requirements for the preparation, submittal, updating, status reporting and management of the Construction Progress Schedule 2. Specific requirements are presented in the City of Fort Worth ,Schedule Guidance Document 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 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Definitions 1. Schedule Tiers a. Tier I - No schedule submittal required by contract. Small, brief duration projects b. Tier 2 - No schedule submittal required by contract, but will require some milestone dates. Small, brief duration projects c. Tier 3 - Schedule submittal required by contract as described in the Specification and herein. Majority of City projects, including all bond program projects d. Tier 4 - Schedule submittal required by contract as described in the Specification and herein. Large and/or complex projects with long durations 1) Examples: large water pump station project and associated pipeline with interconnection to another governmental entity e. Tier 5 - Schedule submittal required by contract as described in the Specification and herein. Large and/or very complex projects with long durations, high public visibility 1) Examples might include a water or wastewater treatment plant 2. BaseIine Schedule - Initial schedule submitted before work begins that will serve as the baseline for measuring progress and departures from the schedule. 3. Progress Schedule - Monthly submittal of a progress schedule documenting progress on the project and any changes anticipated. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 013216-2 CONSTRUCTION PROGRESS SCHEDULE Page 2 of 5 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 1. City of Fort Worth Schedule Guidance Document 1.4 ADMINISTRATIVE REQUIREMENTS A. Baseline Schedule 1. General a. Prepare a cost -loaded baseline Schedule using approved software and the Critical Path Method (CPM) as required in the City of Fort Worth Schedule Guidance Document. b. Review the draft cost -loaded baseline Schedule with the City to demonstrate understanding of the work to be performed and known issues and constraints related to the schedule. c. Designate an authorized representative (Project Scheduler) responsible for developing and updating the schedule and preparing reports. B. Progress Schedule 1. Update the progress Schedule monthly as required in the City of Fort Worth Schedule Guidance Document. 2, Prepare the Schedule Narrative to accompany the monthly progress Schedule. 3. Change Orders a. Incorporate approved change orders, resulting in a change of contract time, in the baseline Schedule in accordance with City of Fort Worth Schedule Guidance Document. C. Responsibility for Schedule Compliance l . Whenever it becomes apparent from the current progress Schedule and CPM Status Report that delays to the critical path have resulted and the Contract completion date will not be met, or when so directed by the City, make some or all of the following actions at no additional cost to the City a. Submit a Recovery Plan to the City for approval revised baseline Schedule outlining: l ) A written statement of the steps intended to take to remove or arrest the delay to the critical path in the approved schedule 2) Increase construction manpower in such quantities and crafts as will substantially eliminate the backlog of work and return current Schedule to meet projected baseline completion dates 3) Increase the number of working hours per shift, shifts per day, working days per week, the amount of construction equipment, or any combination of the foregoing, sufficiently to substantially eliminate the backlog of work 4) Reschedule activities to achieve maximum practical coneurrency of accomplishment of activities, and comply with the revised schedule 2. If no written statement of the steps intended to take is submitted when so requested by the City, the City may direct the Contractor to increase the level of effort in manpower (trades), equipment and work schedule (overtime, weekend and holiday work, etc.) to be employed by the Contractor in order to remove or arrest the delay to the critical path in the approved schedule. a. No additional cost for such work will be considered. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 0I3216-3 CONSTRUCTION PROGRESS SCHEDULE Page 3 of 5 D. The Contract completion time will be adjusted only for causes specified in this Contract. a. Requests for an extension of any Contract completion date must be supplemented with the following: 1) Furnish justification and supporting evidence as the City may deem necessary to determine whether the requested extension of time is entitled under the provisions of this Contract. a) The City will, after receipt of such justification and supporting evidence, make findings of fact and will advise the Contractor, in writing thereof. 2) If the City finds that the requested extension of time is entitled, the City's determination as to the total number of days allowed for the extensions shall be based upon the approved total baseline schedule and on all data relevant to the extension. a) Such data shall be included in the next updating of the Progress schedule. b) Actual delays in activities which, according to the Baseline schedule, do not affect any Contract completion date shown by the critical path in the network will not be the basis for a change therein. 2. Submit each request for change in Contract completion date to the City within 30 days after the beginning of the delay for which a time extension is requested but before the date of final payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. i. Float or slack time is defined as the amount of time between the earliest start date and the latest start date or between the earliest finish date and the latest finish date of a chain of activities on the Baseline Schedule. a. Float or slack time is not for the exclusive use or benefit of either the Contractor or the City. b. Proceed with work according to early start dates, and the City shall have the right to reserve and apportion float time according to the needs of the project. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1. Where work is to be performed under this Contract concurrently with or contingent upon work performed on the same facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work necessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as final. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 1.5 SUBMITTALS A. Baseline Schedule 1. Submit Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. a. Native file format includes: 1) Primavera (P6 or Primavera Contractor) 2. Submit draft baseline Schedule to City prior to the pre -construction meeting and bring in hard copy to the meeting for review and discussion. B. Progress Schedule 1. Submit progress Schedule in native file format and pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit progress Schedule monthly no later than the last day of the month. C. Schedule Narrative 1. Submit the schedule narrative in pdf format as required in the City of Fort Worth Schedule Guidance Document. 2. Submit schedule narrative monthly no later than the last day of the month. D. Submittal Process 1. The City administers and manages schedules through Buzzsaw. 2. Contractor shall submit documents as required in the City of Fort Worth Schedule Guidance Document. 3. Once the project has been completed and Final Acceptance has been issued by the City, no further progress schedules are required. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 01 32 16 - 5 CONSTRUCTION PROGRESS SCHEDULE Page 5 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] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 1013a4 013233-1 PRECONSTRUCTION VIDEO Page I of 2 SECTION 0132 33 PRECONSTRUCTION VIDEO PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative and procedural requirements for: a. Preconstruction Videos 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 I — General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Preconstruction Video I . Produce a preconstruction video of the site/alignment, including all areas in the vicinity of and to be affected by construction. a. Provide digital copy of video upon request by the City. 2. Retain a copy of the preconstruction video Lentil the end of the maintenance surety period. 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] 110 DELIVERY, STORAGE, AND HANDLING [NOT USED] 111 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 PRODUCTS [NOT USED] CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July I,2011 101384 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 E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 SECTION 0133 00 SUBMITTALS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013300-1 SUBMITTALS Page 1 of 8 1. General methods and requirements of submissions applicable to the following Work -related submittals: a. Shop Drawings b. Product Data (including Standard Product List submittals) c. Samples d. Mock Ups 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 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2. Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of performing the related Work or other applicable activities, or within the time specified in the individual Work Sections, of the Specifications. b. Contractor is responsible such that the installation will not be delayed by processing times including, but not limited to: a) Disapproval and resubmittal (if required) b) Coordination with other submittals c) Testing d) Purchasing e) Fabrication f) Delivery g) Similar sequenced activities c. No extension of time will be authorized because of the Contractor's failure to transmit submittals sufficiently in advance of the Work. CITY ON FORT WORTII E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 20, 2012 101384 013300-2 SUBMITTALS Page 2 of S 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 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 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 '/2 inches x 11 inches to 8 %2 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 c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 20, 2012 101384 01 33 00 - 3 SUBMITTALS Page 3 of 8 2. The Project title and number 3. Contractor identification 4. The names of: a. Contractor b. Supplier c. Manufacturer S. Identification of the product, with the Specification Section number, page and paragraph(s) 6. Field dimensions, clearly identified as such 7. Relation to adjacent or critical features of the Work or materials 8. Applicable standards, such as ASTM or Federal Specification numbers 9. Identification by highlighting of deviations from Contract Documents 10. Identification by highlighting of revisions on resubmittals 11. An 8-inch x 3-inch blank space for Contractor and City stamps F. Shop Drawings 1. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom -prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data I. For submittals of product data for products included on the City's Standard Product List, clearly identify each item selected for use on the Project. �. For submittals of product data for products not included on the City's Standard Product List, submittal data may include, but is not necessarily limited to: a. Standard prepared data for manufactured products (sometimes referred to as catalog data) 1) Such as the manufacturer's product specification and installation instructions 2) Availability of colors and patterns 3) Manufacturer's printed statements of compliances and applicability 4) Roughing -in diagrams and templates 5) Catalog cuts 6) Product photographs CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 20, 2012 101384 013300-4 SUBMITTALS Page 4 of 8 7) Standard wiring diagrams 8) Printed performance curves and operational -range diagrams 9) Production or quality control inspection and test reports and certifications 10) Mill reports 11) Product operating and maintenance instructions and recommended spare -parts listing and printed product warranties 12) As applicable to the Work H. Samples As specified in individual Sections, include, but are not necessarily limited to: a. Physical examples of the Work such as: 1) Sections of manufactured or fabricated Work 2) Small cuts or containers of materials 3) Complete units of repetitively used products color/texture/pattern swatches and range sets 4) Specimens for coordination of visual effect 5) Graphic symbols and units of Work to be used by the City for independent inspection and testing, as applicable to the Work I. Do not start Work requiring a shop drawing, sample or product data nor any material to be fabricated or installed prior to the approval or qualified approval of such item. 1. Fabrication performed, materials purchased or on -site construction accomplished which does not conform to approved shop drawings and data is at the Contractor's risk. 2. The City will not be liable for any expense or delay due to corrections or remedies required to accomplish conformity. 3. Complete project Work, materials, fabrication, and installations in conformance with approved shop drawings, applicable samples, and product data. J. SubmittaI Distribution 1, Electronic Distribution a. Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. b. Shop Drawings 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals b) ff Contractor requires more than 1 hard copy of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. c. Product Data 1) Upload submittal to designated project directory and notify appropriate City representatives via email of submittal posting. 2) Hard Copies a) 3 copies for all submittals d. Samples 1) Distributed to the Project Representative 2. Hard Copy Distribution (if required in lieu of electronic distribution) CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 20, 2012 101384 01 33 00 - 5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Perinitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. S. Submittals will be returned to the Contractor under I of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractor may release the equipment and/or material for manufacture. b. Code 2 CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 20, 2012 101384 013300-6 SUBMITTALS Page 6 of 8 1) "EXCEPTIONS NOTED". This code is assigned when a confirmation of the notations and comments IS NOT required by the Contractor. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. c. Code 3 1) "EXCEPTIONS NOTED/RESUBMIT". This combination of codes is assigned when notations and comments are extensive enough to require a resubmittal of the package. a) The Contractor may release the equipment or material for manufacture; however, all notations and comments must be incorporated into the final product. b) This resubmittal is to address all comments, omissions and non -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 resubmittaI. 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. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 20, 2012 101384 013300-7 SUBMITTALS Page 7 of 8 9. When the shop drawings have been completed to the satisfaction of the City, the Contractor may carry out the construction in accordance therewith and no further changes therein except upon written instructions from the City. 10. Each submittal, appropriately coded, will be returned within 30 Calendar Days following receipt of submittal by the City. L. Mock ups 1. Mock Up units as specified in individual Sections, include, but are not necessarily limited to, complete units of the standard of acceptance for that type of Work to be used on the Project. Remove at the completion of the Work or when directed. M. Qualifications 1. If specifically required in other Sections of these Specifications, submit a P.E. Certification for each item required. N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3. Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "01" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 20, 2012 101384 013300-8 SUBMITTALS Page 8 of 8 PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.K.8. Working Days modified to Calendar Days CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 20, 2012 101384 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 01 35 13-1 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 limited to: a. Coordination with the Texas Department of Transportation b. Work near High Voltage Lines c. Confined Space Entry Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notification Prior to Beginning Construction h. Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. Dust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additional insurance 5) Insurance Certificates 6) Other requirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. 2. Railroad Flagmen CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 20, 2012 101384 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 a. Measurement 2 I) Measurement for this Item will be per working day. 3 b. Payment 4 1) The work performed and materials furnished in accordance with this Item 5 will be paid for each working day that Railroad Flagmen are present at the 6 Site. 7 c. The price bid shall include: 8 1) Coordination for scheduling flagmen 9 2) Flagmen I0 3) Other requirements associated with Railroad 11 3. All other items 12 a. Work associated with these Items is considered subsidiary to the various Items 13 bid. No separate payment will be allowed for this Item. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifically cited. 19 2. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. 20 High Voltage Overhead Lines. 21 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction 22 Specification 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 A. Coordination with the Texas Department of Transportation 25 1. When work in the right-of-way which is under the jurisdiction of the Texas 26 Department of Transportation (TxDOT): 27 a. Notify the Texas Department of Transportation prior to commencing any work 28 therein in accordance with the provisions of the permit 29 b. All work performed in the TxDOT right-of-way shall be performed in 30 compliance with and subject to approval from the Texas Department of 31 Transportation 32 B. Work near High Voltage Lines 33 1. Regulatory Requirements 34 a. All Work near High Voltage Lines (more than 600 volts measured between 35 conductors or between a conductor and the ground) shall be in accordance with 36 Health and Safety Code, Title 9, Subtitle A, Chapter 752. 37 2. Warning sign 38 a. Provide sign of sufficient size meeting all OSHA requirements. 39 3. Equipment operating within 10 feet of high voltage lines will require the following 40 safety features 41 a. Insulating cage -type of guard about the boom or arm 42 b. Insulator links on the lift hook connections for back hoes or dippers 43 c. Equipment must meet the safety requirements as set forth by OSHA and the 44 safety requirements of the owner of the high voltage lines 45 4. Work within 6 feet of high voltage electric lines CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 20, 2012 101384 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 01 35 13-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 a. Notification shall be given to: 1) The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company and record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: a) Erect temporary mechanical barriers, de -energize the lines, or raise or lower the lines c. No personnel may work within 6 feet of a high voltage line before the above requirements have been met. C. Confined. Space Entry Program 1. Provide and follow approved Confined Space Entry Program in accordance with OSHA requirements. 2. Confined Spaces include: a. Manholes b. All other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if - a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certified by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. TCEQ Air Permit 1. Obtain TCEQ Air Permit for construction activities per requirements of TCEQ. F. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a. Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notification in accordance with Section 0131 13 G. Water Department Coordination CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 E. LONG AVENOE BRIDGE DECK AND PAVEMENT REHABILITATION 101384 01 35 13-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 1. During the construction of this project, it will be necessary to deactivate, for a 2 period of time, existing lines. The Contractor shall be required to coordinate with 3 the Water Department to determine the best times for deactivating and activating 4 those lines. 5 2. Coordinate any event that will require connecting to or the operation of an existing 6 City water line system with the City's representative. 7 a. Coordination shall be in accordance with Section 33 12 25. 8 b. If needed, obtain a hydrant water meter from the Water Department for use 9 during the life of named project. 10 c. In the event that a water valve on an existing live system be turned off and on i 1 to accommodate the construction of the project is required, coordinate this 12 activity through the appropriate City representative. 13 1) Do not operate water line valves of existing water system. 14 a) Failure to comply will render the Contractor in violation of Texas Penal .15 Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor 16 will be prosecuted to the full extent of the law. 17 b) In addition, the Contractor will assume all liabilities and 18 responsibilities as a result of these actions. 19 H. Public Notification Prior to Beginning Construction 20 1. Prior to beginning construction on any block in the project, on a block by block 21 basis, prepare and deliver a notice or flyer of the pending construction to the front 22 door of each residence or business that will be impacted by construction. The notice 23 shall be prepared as follows: 24 a. Post notice or flyer 7 days prior to beginning any construction activity on each 25 block in the project area. 26 1) Prepare flyer on the Contractor's letterhead and include the following 27 information: 28 a) Name of Project 29 b) City Project No (CPN) 30 c) Scope of Project (i.e. type of construction activity) 31 d) Actual construction duration within the block 32 e) Name of the contractor's foreman and phone number 33 f) Name of the City's inspector and phone number 34 g) City's after-hours phone number 35 2) A sample of the `pre -construction notification' flyer is attached as Exhibit 36 A. 37 3) Submit schedule showing the construction start and finish time for each 38 block of the project to the inspector. 39 4) Deliver flyer to the City Inspector for review prior to distribution. 40 b. No construction will be allowed to begin on any black until the flyer is 41 delivered to all residents of the block. 42 1. Public Notification of Temporary Water Service Interruption during Construction 43 1. In the event it becomes necessary to temporarily shut down water service to 44 residents or businesses during construction, prepare and deliver a notice or flyer of 45 the pending interruption to the front door of each affected resident. 46 2. Prepared notice as follows: 47 a. The notification or flyer shall be posted 24 hours prior to the temporary 48 interruption. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT RF-HA131LITATION Revised December 20, 20I2 101384 01 35 13 -5 SPECIAL PROJECT PROCEDURES Page 5 of 8 1 b. Prepare flyer on the contractor's letterhead and include the following 2 information: 3 1) Name of the project 4 2) City Project Number 5 3) Date of the interruption of service 6 4) Period the interruption will take place 7 5) Name of the contractor's foreman and phone number 8 6) Name of the City's inspector and phone number 9 c. A sample of the temporary water service interruption notification is attached as 10 Exhibit B. 11 d. Deliver a copy of the temporary interruption notification to the City inspector 12 for review prior to being distributed. 13 e. No interruption of water service can occur until the flyer has been delivered to 14 all affected residents and businesses. 15 f. Electronic versions of the sample flyers can be obtained from the Project 16 Construction Inspector. 17 J. Coordination with United States Army Corps of Engineers (USAGE) 18 1. At locations in the Project where construction activities occur in areas where 19 USAGE permits are required, meet all requirements set forth in each designated 20 permit. 21 K. Coordination within Railroad Permit Areas 22 1. At locations in the project where construction activities occur in areas where 23 railroad permits are required, meet all requirements set forth in each designated 24 railroad permit. This includes, but is not limited to, provisions for: 25 a. Flagmen 26 b. Inspectors 27 c. Safety training 28 d. Additional insurance 29 e. Insurance certificates 30 £ Other employees required to protect the right-of-way and property of the 31 Railroad Company from damage arising out of and/or from the construction of 32 the project. Proper utility clearance procedures shall be used in accordance 33 with the permit guidelines. 34 2. Obtain any supplemental information needed to comply with the railroad's 35 requirements. 36 3. Railroad Flagmen 37 a. Submit receipts to City for verification of working days that railroad flagmen 38 were present on Site. 39 L. Dust Control 40 1. Use acceptable measures to control dust at the Site. 41 a. If water is used to control dust, capture and properly dispose of waste water. 42 b. If wet saw cutting is performed, capture and properly dispose of slurry. 43 M. Employee Parking 44 1. Provide parking for employees at locations approved by the City. CITY OF PORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 20, 2012 101394 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2 - PRODUCTS [NOT USED] 10 PART 3 - EXECUTION [NOT USED] 11 I2 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.4.B -- Added requirement of compliance with Health and SafAy 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 E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 20, 2012 101384 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 01 35 13-7 SPECIAL PROJECT PROCEDURES Page 7 of 8 EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH, OUR COMPANY WILL WORK ON UTILITY LINES ON OR AROUND YOUR PROPERTY. CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS NOTICE. IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE, PLEASE CALL: Mr. <CONTRACTOR`S SUPERINTENDENT> AT <TELEPHONE NO.> moz Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 E. LONG AVENUE BRIDGE DECK AND PAVEMENT REHABILITATION 101384 1 OR 3 4 013513-8 SPECIAL PROTECT PROCEDURES Page 8 of 8 EXHIBIT B DOW KO. XXXX fto" I7ial ww. NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGITBORUOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL: MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. TITANIC YOU, CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised December 20, 2012 CONTRACTOR E. LONG AVENUE BRIDGE DECK AND PAVEMENT REHABILITATION 101384 01 45 23 1 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Testing and inspection services procedures and coordination 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 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. a. Contractor is responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for fast set of Quality Assurance testing. 1) If the first Quality Assurance test performed by the City fails, the Contractor is responsible for payment of subsequent Quality Assurance testing until a passing test occurs. a) Final acceptance will not be issued by City until all required payments for testing by Contractor have been paid in full, 1.3 REFERENCES [NOT USEDI 1.4 ADMINISTRATIVE REQUIREMENTS A. Testing 1. Complete testing in accordance with the Contract Documents. 2. Coordination a. When testing is required to be performed by the City, notify City, sufficiently in advance, when testing is needed. b. When testing is required to be completed by the Contractor, notify City, sufficiently in advance, that testing will be performed. 3. Distribution of Testing Reports a. Electronic Distribution I) Confirm development of Project directory for electronic submittals to be uploaded to City's Buzzsaw site, or another external FTP site approved by the City. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material including the following information: a. Name of pit b. Date of delivery c. Material delivered B. inspection 1. inspection or lack of inspection does not relieve the Contractor from obligation to perform work in accordance with the Contract Documents. 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] 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] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE, CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 01 55 26 - 1 STREFT USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 1 of 3 SECTION 0155 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Administrative procedures for- a. Street Use Permit b. Modification of approved traffic control c. Removal of Street Signs 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 I -- General Requirements 3. Section 34 71 13 — Traffic Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES A. Reference Standards 1. Reference standards cited in this specification refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 1.4 ADMINISTRATIVE REQUIREMENTS A. Traffic Control General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 01 55 26 - 2 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1) Allow a minimum of 5 working days for permit review. 2) Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Pennit, such that construction is not delayed. C. Modification to Approved Traffic Control 1. Prior to installation traffic control; a. Submit revised traffic control plans to City Department Transportation and Public Works Department. 1) Revise Traffic Control plans in accordance with Section 34 71 13. 2) Allow minimum 5 working days for review of revised Traffic Control. 3) It is the Contractor's responsibility to coordinate review of Traffic Control plans for Street Use Permit, such that construction is not delayed. D. Removal of Street Sign 1. If it is determined that a street sign must be removed for construction, then contact City Transportation and Public Works Department, Signs and Markings Division to remove the sign. P. Temporary Signage 1. In the case of regulatory signs, replace permanent sign with temporary sign meeting requirements of the latest edition of the Texas Manual on Uniform Traffic Control Devices (MUTCD). 2. InstaIl temporary sign before the removal of permanent sign. 3. When construction is complete, to the extent that the permanent sign can be reinstalled, contact the City Transportation and Public Works Department, Signs and Markings Division, to reinstall the permanent sign. F. Traffic Control Standards 1. Traffic Control Standards can be found on the City's Buzzsaw website. 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] 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] PART 3 - EXECUTION [NOT USED END OF SECTION CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL. Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 1C1384 01 57 13-1 STORM WATER POLLUTION PREVENTION Page l of 3 SECTION 0157 13 STORM WATER .POLLUTION PREVENTION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Procedures for Storm Water Pollution Prevention Plans 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 I —General Requirements 3. Section 3125 00 — Erosion and Sediment Control 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Activities resulting in less than I acre of disturbance a. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 2. Construction Activities resulting in greater than I acre of disturbance a. Measurement and Payment shall be in accordance with Section 3125 00. 1.3 REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards 1. Reference standards cited in this Specification refer to the current reference standard published at the time of the latest revision date logged at the end of this Specification, unless a date is specifically cited. 2. Integrated Storm Management (iSWM) Technical Manual for Construction Controls 1.4 ADMINISTRATIVE REQUIREMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 OI 57 13 - 2 STORM WATER POL,L.UTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send I 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 31 25 00 b) The Drawings e) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ NOI form and submit to TCEQ along with required fee a) Sign and post at job site b) Send copy to City Department of Transportation and Public Works, Environmental Division, (817) 392-6088. 2) TCEQ Notice of Change required if making changes or updates to NOT 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. 1.5 SURNUTTALS A. SWPPP 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 E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 01 57 13 -3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modified SWPPP 1. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section. 01 33 00. 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] 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] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME ,SUMMARY OF CHANGE CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PARTI- GENERAL 1.1 SUMMARY 015813-1 TEMPORARY PROJECT SIGNAGE Page I of 3 A. Section Includes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fart 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 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 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] 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [oRl OWNER SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide freestanding Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF PORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 01 58 13 - 2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USE, 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. General 1. Provide vertical installation at extents of project. 2. Relocate sign as needed, upon request of the City. B. Mounting options a. Skids b. Posts c. Barricade 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD loR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE A. General 1. Maintenance will include painting and repairs as needed or directed by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 0158 13 - 3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF PORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July I, 2011 101384 SECTION 0160 00 PRODUCT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY 016000-1 PRODUCT REQUIREMENTS Page l of 2 A. Section Includes: 1. References for Product Requirements and City Standard Products List 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 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. A list of City approved products for use is located on Buzzsaw as follows: L 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 SUBMITTALSANFORMATIONAL 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 E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 20, 2012 101384 016000-2 PRODUCT REQUIREMENTS Page 2 of 2 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] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE I OA2/12 D. Johnson Modificd Location of City's Standard Product List CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 20, 2012 101384 017000-1 MOBILIZATION AND REMOBILIZATION Page I of 4 1 SECTION 0170 00 2 MOBILIZATION AND REMOBILIZATION 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Mobilization and Demobilization 7 a. Mobilization 8 1) Transportation of Contractor's personnel, equipment, and operating supplies 9 to the Site 10 2) Establishment of necessary general facilities for the Contractor's operation 11 at the Site 12 3) Premiums paid for performance and payment bonds 13 4) Transportation of Contractor's personnel, equipment, and operating supplies 14 to another location within the designated Site 15 5) Relocation of necessary general facilities for the Contractor's operation 16 from I location to another location on the Site. 17 b. Demobilization 18 1) Transportation of Contractor's personnel, equipment, and operating supplies 19 away from the Site including disassembly 20 2) Site Clean-up 21 3) Removal of all buildings and/or other facilities assembled at the Site for this 22 Contract 23 c. Mobilization and Demobilization do not include activities for specific items of 24 work that are for which payment is provided elsewhere in the contract. 25 2. Remobilization 26 a. Remobilization for Suspension of Work specifically required in the Contract 27 Documents or as required by City includes: 28 1) Demobilization 29 a) Transportation of Contractor's personnel, equipment, and operating 30 supplies from the Site including disassembly or temporarily securing 3I equipment, supplies, and other facilities as designated by the Contract 32 Documents necessary to suspend the Work. 33 b) Site Clean-up as designated in the Contract Documents 34 2) Remobilization 35 a) Transportation of Contractor's personnel, equipment, and operating 36 supplies to the Site necessary to resume the Work. 37 b) Establishment of necessary general facilities for the Contractor's 38 operation at the Site necessary to resume the Work. 39 3) No Payments will be made for: 40 a) Mobilization and Demobilization from one location to another on the 41 Site in the normal progress of performing the Work. 42 b) Stand-by or idle time 43 c) host profits 44 3. Mobilizations and Demobilization for Miscellaneous Projects 45 a. Mobilization and Demobilization CITY OF FORT WORTH F. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised November 22, 2016 101384 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 is considered subsidiary to the various Item bid. 31 b. Payment 32 1) The work performed and materials furnished in accordance with this Item 33 are subsidiary to the various Items bid and no other compensation will be 34 allowed. 35 Omitted. 36 2. Remobilization for suspension of Work as specifically required in the Contract 37 Documents 38 a. Measurement 39 1) Measurement for this Item shall be per each remobilization performed. 40 b. Payment 41 1) The work performed and materials furnished in accordance with this Item 42 and measured as provided under "Measurement" will be paid for at the unit 43 price per each "Specified Remobilization" in accordance with Contract 44 Documents. 45 c. The price shall include: 46 1) Demobilization as described in Section 1.1.A.2.a.1) CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised November 22, 2016 101384 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 1 2) Remobilization as described in Section 1.I.A.2.a.2) 2 d. No payments will be made for standby, idle time, or lost profits associated this 3 Item. 4 3. Remobilization for suspension of Work as required by City 5 a. Measurement and Payment 6 1) This shall be submitted as a Contract Claim in accordance with Article 10 7 of Section 00 72 00. 8 2) No payments will be made for standby, idle time, or lost profits associated 9 with this Item. 10 4. Mobilizations and Demobilizations for Miscellaneous Projects 11 a. Measurement 12 1) Measurement for this Item shall be for each Mobilization and 13 Demobilization required by the Contract Documents 14 b. Payment 15 1) The Work performed and materials furnished in accordance with this Item 16 and measured as provided under "Measurement' will be paid for at the unit 17 price per each "Work Order Mobilization" in accordance with Contract 18 Documents. Demobilization shall be considered subsidiary to mobilization 19 and shall not be paid for separately. 20 c. The price shall include: 21 1) Mobilization as described in Section 1.1.A.3.a.1) 22 2) Demobilization as described in Section 1, I .A3.a.2) 23 d. No payments will be made for standby, idle time, or lost profits associated this 24 Item. 25 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects 26 a. Measurement 27 1) Measurement for this Item shall be for each Mobilization and 28 Demobilization required by the Contract Documents 29 b. Payment 30 1) The Work performed and materials furnished in accordance with this Item 31 and measured as provided under "Measurement" will be paid for at the unit 32 price per each "Work Order Emergency Mobilization" in accordance with 33 Contract Documents. Demobilization shall be considered subsidiary to 34 mobilization and shall not be paid for separately. 35 c. The price shall include 36 1) Mobilization as described in Section 1.I.A.4.a) 37 2) Demobilization as described in Section 1.1.A.3.a.2) 38 d. No payments will be made for standby, idle time, or lost profits associated this 39 Item. 40 1.3 REFERENCES [NOT USED] 41 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 42 1.5 SUBMITTALS [NOT USED] 43 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 44 1.7 CLOSEOUT SUBMITTALS [NOT USED] 45 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised November 22, 2016 10I384 017000-4 MOBILIZATION AND REMOBILIZ.ATION Page 4 of 4 1 1.9 QUALITY ASSURANCE [NOT USED] 2 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 3 1.11 FIELD [SITE] CONDITIONS [NOT USED] 4 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS [NOT USED] 6 PART 3 - EXECUTION [NOT USED] 7 8 9 END OF SECTION Revision Log DATE NAME SUNUVI RY OF CHANGE 11/22/16 Michael Owen 1.2 Price and Payment Procedures - Revised specification, including blue text, to make specification flexible for either subsidiary or paid bid item for Mobilization. CITY OF FORT WORTH E. LONG AVENUE BPIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised November 22, 2016 101384 017I23-I CONSTRUCTION STAKING AND SURVEY Page I of 8 SECTION 01 7123 CONSTRUCTION STAKING AND SURVEY PARTI- GENERAL 1.1 SUMMARY A. Section Includes: 1. Requirements for construction staking and construction survey 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 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment I) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: I) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised February 14, 2018 101384 01 71 23 - 2 CONSTRUCTION STAKING AND SURVEY Page 2 of 8 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum Item. c. The price bid shall include, but not be limited to the following:: 1) Field measurements and survey shots to identify location of completed facilities. 2) Documentation and submittal of as -built survey data onto contractor redline plans and digital survey files. 1.3 REFERENCES A. Definitions 1. Construction Survey - The survey measurements made prior to or while construction is in progress to control elevation, horizontal position, dimensions and configuration of structures/improvements included in the Project Drawings. 2. As -built Survey —The measurements made after the construction of the improvement features are complete to provide position coordinates for the features of a project. 3. Construction Staking — The placement of stakes and markings to provide offsets and elevations to cut and fill in order to locate on the ground the designed structures/improvements included in the Project Drawings. Construction staking shall include staking easements and/or right of way if indicated on the plans. 4. Survey "Field Checks" — Measurements made after construction staking is completed and before construction work begins to ensure that structures marked on the ground are accurately located per Project Drawings. B. Technical References 1. City of Fort Worth — Construction Staking Standards (available on City's Buzzsaw website) 01 71 23.16.01— Attachment A Survey Staking Standards 2. City of Port Worth - Standard Survey Data Collector Library (fxl) files (available on City's Buzzsaw website). 3. Texas Department of Transportation (TxDOT) Survey Manual, latest revision 4. Texas Society of Professional Land Surveyors (TSPS), Manual of Practice for Land Surveying in the State of Texas, Category 5 1.4 ADMINISTRATIVE REQUIREMENTS A. The Contractor's selection of a surveyor must comply with Texas Government Code 2254 (qualifications based selection) for this project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section 0133 00. B. All submittals shall be received and reviewed by the City prior to delivery of work. 1.6 ACTION SUBMITTALSA NFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMF,,NTS AND PAVEMENT REHABILITATION Revised 1'cbruary 14, 2018 101384 01 71 23 -3 CONSTRUCTION STAKING AND SURVEY Page 3 of 8 1. Documentation verifying accuracy of field engineering work, including coordinate conversions if plans do not indicate grid or ground coordinates. 2. Submit "Cut -Sheets" conforming to the standard template provided by the City (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards). 1.7 CLOSEOUT SUBMITTALS B. As -built Redline Drawing Submittal 1. Submit As -Built Survey Redline Drawings documenting the locations/elevations of constructed improvements signed and scaled by Registered Professional Land Surveyor (RPLS) responsible for the work (refer to 01 71 23.16.01 — Attachment A — Survey Staking Standards) . 2. Contractor shall submit the proposed as -built and completed redline drawing submittal one (1) week prior to scheduling the project final inspection for City review and comment. Revisions, if necessary, shall be made to the as -built redline drawings and resubmitted to the City prior to scheduling the construction final inspection. 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE 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. J. 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 E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised February 14, 2018 101384 017123_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. b) 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 Doctunents. 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. e. 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. 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 a[( buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Storinwater -- Not Applicable CITY OF FORT WORTfI E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised February 14,2018 101384 017123-5 CONSTRUCTION STAKING AND SURVEY Page 5 of S b. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features after the construction is completed including the following: 1) Manholes a) Rim and flowline elevations and coordinates for each manhole 2) Water Lines a) Cathodic protection test stations b) Sampling stations c) Meter boxes/vaults (All sizes) d) Fire hydrants e) Valves (gate, butterfly, etc.) f) Air Release valves (Manhole rim and vent pipe) g) Blow off valves (Manhole rim and valve lid) h) Pressure plane valves i) Underground Vaults (1) Rim and flowline elevations and coordinates for each Underground Vault. 3) Sanitary Sewer a) Cleanouts (1) Rim and flowline elevations and coordinates for each b) Manholes and Junction Structures (1) Rim and flowline elevations and coordinates for each manhole and junction structure. 4) Stormwater —Not Applicable 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY PART 2 - PRODUCTS 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). S. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised February l4, 2018 101384 a17123-6 CONSTRUCTION STAKING AND SURVEY Page 6 of 8 c. CSV file (.csv), formatted with X and Y coordinates in separate columns (use standard templates, if available) 6. Survey files shall include vertical and horizontal data tied to original project control and benchmarks, and shall include feature descriptions PART 3 - EXECUTION 3.1 INSTALLERS A. Tolerances: 1. The staked location of any improvement or facility should be as accurate as practical and necessary. The degree of precision required is dependent on many factors all of which must remain judgmental. The tolerances listed hereafter are based on generalities and, under certain circumstances, shall yield to specific requirements. The surveyor shall assess any situation by review of the overall plans and through consultation with responsible parties as to the need for specific tolerances. a. Earthwork: Grades for earthwork or rough cut shouldnotexceed 0.1 ft. vertical tolerance. Horizontal alignment for earthwork and rough cut should not exceed 1.0 ft. tolerance. b. Horizontal alignment on a structure shall be within .0.1 ft 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, collections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised February 14, 20IN 101384 01 7123 - 7 CONSTRUCTION STAKING AND SURVEY Page 7 of 8 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 APPLICATION 3.5 REPAIR / RESTORATION A. If the Contractor's work damages or destroys one or more of the control monuments/points set by the City, the monuments shall be adequately referenced for expedient restoration. 1. Notify City if any control data needs to be restored or replaced due to damage caused during construction operations. a. Contractor shall perform replacements and/or restorations. b. The City may require at any time a survey "Field Check" of any monument or benchmarks that are set be verified by the City surveyors before further associated work can move forward. 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL A. It is the Contractor's responsibility to maintain all stakes and control data placed by the City in accordance with this Specification. This includes easements and right of way, if noted on the plans. B. Do not change or relocate stakes or control data without approval fi-om the City. 3.8 SYSTEM STARTUP A. Survey Checks 1. The City reserves the right to perform a Survey Check at any time deemed necessary. 2. Checks by City personnel or 3' party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 3.9 ADJUSTING [NOT USED] 310 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USE, 3.12 PROTECTION [NOT USED] 313 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised February 14, 2018 1093a4 01 71 23 - 8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME. SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; added 1.7 closeout submittal requirements; modified 1.9 Quality Assurance; added PART 2 — PRODUCTS ; Added 3.1 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 E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised February 14, 2018 101384 FoRT'WORTH. Section 017123.01 m Attachment A Survey Staking Standards February 2017 O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 1 of 22 These procedures are intended to provide a standard method for construction staking services associated with the City of Fort Worth projects. These are not to be considered all inclusive, but only as a general guideline. For projects on TXDOT right-of-way or through joint TXDOTparticlpation, adherence to the TXDOT Survey Manual shall be followed and if a discrepancy arises, the TXDOT manual shall prevail. (http://onlinemanuals.txdot.,goy/txdotmanualsless/ess.pdf) If you have a unique circumstance, please consult with the project manager, inspector, or survey department at 817-392-7925. Table of Contents I. City of Fort Worth Contact Information II. Construction Colors III, Standard Staking Supplies IV. Survey Equipment, Control, and Datum Standards V. Water Staking VI. Sanitary Sewer Staking VII. Storm Staking Vill. Curb and Gutter Staking IX. Cut Sheets X. As -built Survey 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 2 of 22 1. Survey Department Contact Information Physical and mailing address: 8851 Camp Bowie West Boulevard Suite 300 Fort Worth, Texas 76116 Office: (817) 392-7925 Survey Superintendent, direct line: (817) 392-8971 11. Construction Colors The following colors shall be used for staking or identifying features in the field. This includes flagging, paint of laths/stakes, paint of hubs, and any identification such as pin flags if necessary. Utility Color PROPOSED EXCAVATION WHITE ALL ELECTRIC AND CONDUITS POTABLE WATER GAS OR OIL YELLOW TELEPHONE/FIBER OPTIC ORANGE SURVEY CONTROL POINTS, BENCHMARKS, PROPERTY CORNERS, RIGHT-OF-WAYS, AND ALL PAVING INCLUDING CURB, SIDEWALK, BUILDING CORNERS PINK SANITARY SEWER IRRIGATION AND RECLAIMED WATER ' III. Standard Staking Supplies Item Minimum size Lath/Stake 36" tall Wooden Hub (2"x2" min. square preferred) 6" tall Pin Flags (2.5" x 3.5" preferred) 21" long Guard Stakes Not required PK or Mag nails 1" long Iron Rods (1/2" or greater diameter) 18" long Survey Marking Paint Water -based Flagging 1" wide Marking Whiskers (feathers) 6" long Tacks (for marking hubs) 3/4" long O:\Specs-Stds Governance Process\Tempo.rary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 3 of 22 IV. Survey Equipment, Control, and Datum Standards A. City Benchmarks All city benchmarks can be found here: http://fortworthtexas.goylitsolutions/GiS/ Look for 'Zoning Maps'. Under `Layers', expand'Basemap Layers', and check on 'Benchmarks'. B. Conventional or Robotic Total Station Equipment I. A minimum of a 10 arc -second instrument is required. II. A copy of the latest calibration report may be requested by the City at any time. It is recommended that an instrument be calibrated by certified technician at least 1 occurrence every 6 months. C. Network/V.R.S. and static GPS Equipment I. It is critical that the surveyor verify the correct horizontal and vertical datum prior commencing work. A site calibration may be required and shall consist of at least 4 control points spaced evenly apart and in varying quadrants. Additional field checks of the horizontal and vertical accuracies shall be completed and the City may ask for a copy of the calibration report at any time. Network GPS such as the Western Data Systems or SmartNet systems may be used for staking of property/R.O.W, forced -main water lines, and rough -grade only. No GPS staking for concrete, sanitary sewer, storm drain, final grade, or anvthina that needs vertical grading with a tolerance of 0.25' or less is allowed. D. Control Points Set I. All control points set shall be accompanied by a lath with the appropriate Northing, Easting, and Elevation (if applicable) of the point set. Control points can be set rebar, 'X' in concrete, or any other appropriate item with a stable base and of a semi -permanent nature. A rebar cap is optional, but preferred if the cap is marked 'control point' or similar wording. II. Datasheets are required for all control points set. Datasheet should include: A. Horizontal and Vertical Datum used, Example: N.A.D.83, North Central Zone 4202, NAVD 88 Elevations B. Grid or ground distance. — If ground, provide scale factor used and base point coordinate, Example: C.S.F.=0.999125, Base point=North: 0, East=O C. Geoid model used, Example: GEOID12A d:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 4 of 22 E. Preferred Grid Datum Although many plan sets can be in surface coordinates, the City's preferred grid datum is listed below. Careful consideration must be taken to verify what datum each project is in prior to beginning work. It is essential the surveyor be familiar with coordinate transformations and how a grid/surface/assumed coordinate system affect a project. Projected Coordinate System: NAD-1983—StatePlane_Texas_North_Central_FIPS 4202_Feet Projection: Lambert_ Conformal_ Conic Fa Ise_Easting: 1968500.00000000 False —Northing: 6561666.66666667 Central Meridian:-98.50000000 Standard Parallel 1: 32.13333333 Standard Parallel 2: 33.96666667 Latitu d e_Of_Origin: 31.66666667 Linear Unit: Foot US Geographic Coordinate System: GCS_North_American_1983 Datum: D North American 1983 Prime Meridian: Greenwich Angular Unit. Degree Note: Regardless of what datum each particular project is in, deliverables to the City must be converted/translated into this preferred grid datum. 1 copy of the deliverable should be in the project datum (whatever it may be) and 1 copy should be in the NAD83, TX North Central 4202 zone. See Preferred File Naming Convention below F. Preferred Deliverable Format txt csv dwg .job G. Preferred Data Format P,N,E,Z,D,N Point Number, Northing, Easting, Elevation, Description, Notes (if applicable) H. Preferred File Naming Convention This is the preferred format: City Project Number_Description_Datum.csv Example for a project that has surface coordinates which must be translated: File 1: C1234 As -built of Water on Main Street Grid NAD83 TXSP 4202.csv O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 5 of 22 File 2: C1234_As-built of Water on Main Street —Project Specific Datum.csv Example Control Stakes 0:\Specs-Stds Governance Process\Temporary Spec Fi€es\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Sta n d a rd s. d ocx Page 6 of 22 U Q m ry 4 LL m d can z o z � J m < �Ld _ Q J n W 1016 II EL._ 1 00.00° m �C r W (� - - 0 d � W 0 L,J 1-- m C7C z D p 0 0 GP #1 N=5000.00 E=5000.00 �Ld 7D w o =a w J � L.- ~ W nC m LU flC p V. Water Staking Standards 0:\Specs-5tds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 7 of 22 A. Centerline Staking —Straight Line Tangents I. Offset lath/stakes every 200' on even stations II. Painted blue lath/stake only, no hub is required Ill. Grade is to top of pipe (T/P) for 12" diameter pipes or smaller IV. Grade to flow line (F/L) for 16" and larger diameter pipes V. Grade should be 3.SO' below the proposed top of curb line for 10" and smaller diameter pipes VI. Grade should be 4.00' below the proposed top of curb line for 12" and larger diameter pipes VII. Cut Sheets are required on all staking and a copy can be received from the survey superintendent Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking - Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval 11. Same grading guidelines as above Ill. Staking of radius points of greater than 100' may be omitted C. Water Meter Boxes I. 7.0' perpendicular offset is preferred to the center of the box II. Center of the meter should be 3.0' behind the proposed face of curb III. Meter should be staked a minimum of 4.5' away from the edge of a driveway IV. Grade is to top of box and should be +0.06' higher than the proposed top of curb unless shown otherwise on the plans D. Fire Hydrants 1. Center of Hydrant should be 3.0' behind proposed face of curb 11. Survey offset stake should be 7.0' from the center and perpendicular to the curb line or water main III. Grade of hydrants should be +0.30 higher than the adjacent top of curb E. Water Valves & Vaults 1. Offsets should be perpendicular to the proposed water main 11. RIM grades should only be provided if on plans Example Water Stakes O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 8 of 22 7' ©/s � WIL ry w 1� C3 Z z 0 W o V) 7' Q/S � W/L tI] w e A LLI IL W W � 1� (O p O Al W lal Z 2 Z En O � W 2 F �il c CLLI 0 o U L) O �x late — 194 0 c� m w F- e x d o 9 4 W m x VI. Sanitary Sewer Staring 4 = O r Y r4 3 m -O Ld J U pWm� F _ EL m z xa 0:\Specs-Stds Governance Process\Temporary Spec Piles\Capital Delivery\Cap Delivery Div 01\0171 23.16.01 Attachment A_Survey Staking Standards.docx Page 9 of 22 A. Centerline Staking — Straight: Line Tangents I. Inverts shall be field verified and compared against the plans before staking II. Painted green lath/stake WITH hub and tack or marker dot, no flagging required III. 1 offset stake between manholes if manholes are 400' or less apart IV. Offset stakes should be located at even distances and perpendicular to the centerline V. Grades will be per plan and the date of the plans used should be noted VI. If multiple lines are at one manhole, each line shall have a cut/fill and direction noted VII. Stakes at every grade break Vill. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking —Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval Il. Staking of radius points of greater than 100' may be omitted C. Sanitary Sewer Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 10 of 22 Example Sanitary Sewer Stapes W r :3 7' . f 5 Ss STA=3+71& V) c_af''. �,'i C -aaa a Z- m t2 LE- w d mw E-�m U7 a C7 aCK C" {4ti4 LL. 12' Of5 q SS fm srA-a+71ffi c-aY c'x e_3s1 c a� CI C=IJ f] Q 0 ..1 Q 7 Z Z LLJ zLLJ i7 LL Z W J C9 z 0 w O_ ti+ ZF F- i—. ao Ow Fmmx 40x a dd a ryJ W IA m MHr - N 7' 0/3 Q SS If AW1tes III C-aC a W G ZLLJ a W �Uj r^� C- w = Wa C7 � o � aE E �. y w I� LL. LL- w cn a w IL a 111 � a F W zWp O 1 = �K I 0 - riW s U U� w } a vs+ v) y+� C6 J a ¢ L w 2� Z F F Fm< co e0 tl n n A F j. 6 12' O/S SE Y J� z x Ww ar � Y1i FWW- [7 w z:fh Li he W o sa v'Q bE! W W 0. Z m � Da x� to O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 11 of 22 17 z w T w� (3irw F a�E, �ILLJF m J J z 83 VII. Storm Sewer & Inlet Staking A. Centerline Staking — Straight Line Tangents I. 1 offset stake every 200' on even stations II. Grades are to flowline of pipe unless otherwise shown on plans III. Stakes at every grade break IV. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves I. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval II. Staking of radius points of greater than 100' may be omitted C. Storm Drain Inlets I. Staking distances should be measured from end of wing II. Standard 10' Inlet = 16.00' total length III. Recessed 10' Inlet = 20.00'total length IV. Standard double 10' inlet = 26.67' total length V. Recessed double 10' inlet=30.67'total length D. Storm Drain Manholes I. 2 offset stakes per manhole for the purpose of providing alignment to the contractor II. Flowline grade should be on the lath/stake for each flowline and direction noted III. RIM grade should only be on the stake when provided in the plans O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 12 of 22 Example Storm Inlet Stakes FRONT (SIDE FACING ,) SACK (90E FACING H.RW.) Pow # I NLH a.EVanw m HUB WSTH TACK BACK OF CURB ..� ...._ ....W FLUALINE _...._.. EDGE OF PAVEMENT c� U i In In C3 m 2 IDENTIFIES MICH END OF THE WING BEING STAKED NO FLAGGING REQUIRED IN LIEU OF PINK PAINTED LATH -I II INLET STATION } (IF NoTEC ON PLANS) IDENTIFIES GRADE TO TOP OF CURB IDENTIFIES GRADE TO FLOWITNE BACK 4S0E FA13HG R.CkW_) POINT F NUB ELEA-BON n FRONT (SIDE FACING q) rn IDENTIFES WHICH END OF THE YWG BEING STAKED pm 1 c� I DISTANCES FOR INLEM STANDARD 10' — 10' RECESSED 10' o 20' STANDARD DOUBLE 10' - 2&07' ` ------ RECESSED DOUBLE 10' - 30-67- -- I I I BACK OF INLET131 I I ` f t,l I�AR kIF d I 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01 Attachment A —Survey Staking Standards.docx Page 13 of 22 MCI( OF CURQ EDGE OF PAVEMENT V111. Curb and Gutter Staking A. Centerline Staking --Straight Line Tangents V. 1 offset stake every 50' on even stations VI. Grades are to top of curb unless otherwise shown on plans VII. Stakes at every grade break VIII. Cut sheets are required on all staking Optional: Actual stakes shall consist of a 60D nail or hub set with a whisker B. Centerline Staking — Curves III. If arc length is greater than 100', POC (Point of Curvature) offset stakes should be set at a 25' interval IV. Staking of radius points of greater than 100' may be omitted O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A —Survey Staking Standards.docx Page 14 of 22 Example Curb & Gutter Stakes FRONT (SIDE FACING Q FRONT IommEs �o FRONT (SIDE FAOINQ t� POINT OF FRONT T RENT (SIDE FACING ) IDENTIFIES START PG gyp€ FACING ¢) ° PON] CIF CURVATURE U 6 n CI PT BACK �I IDINTIFles 0FF2Er Is TO o r (SIDE FACING R.O.W.) RACK W euae OR F/C r/c FOR FACE OF CUM a ►•DINT #g I 9fC III I N III I IOFnnFIEs cxAoe IS III ! II T TO TOP OF CUPS NO DRAW HUB ELEVATION f ON RAPIUS POINM — —v NO EI AXING REQUIRED IN LQJ of PINK PAINTED LATH f I { . f f - TOP OF CURB I xr BACK OF CURB FACE OF CURB I 1 r��r�r ]Cog L✓ L ---�� F'LMLINE EDGE OF PAVEMENT Example Curb & Gutter Stakes at Intersection 0:\5pecs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01 Attachment A_Survey Staking Standards.docx Page 15 of 22 B ® b�o / 0 w� LL, \. K2§ {§( §B {k 'z ` k - k k $ Z � �k N % 4z er§a )c �-Il 3O_m ».any § _De _B k )�ke f§ R ° a= z _. ) »|YISIO»n« Iw _ woo 'l. \w � — — v§2 § § § 2(7 _ �U ow /Z, /�! z! O: Pestds Governance Process\TemporarySp e RG\CapblDeli r UpDelivery Div 01y171 2.+a1-Attachment A k>ey Stamm aanda@sd«x Page k722 IX. Cut Sheets A. Date of field work B. Staking Method (GPS, total station) C. Project Name D. City Project Number (Example: C01234) E. Location (Address, cross streets, GPS coordinate) F. Survey company name G. Crew chief name H. A blank template can be obtained from the survey superintendent (see item I above) Standard CitV Cut Sheet Date: ❑ TOTAL Staking Method: ❑ GPS STATION LOCATION: CONSULTANT/CONTRACTOR SURVEY CREW INITIALS City Project Number: Project Name: ❑ OTHER ALL GRADES ARE TO FLOWLINE OR TOP OF CURB UNLESS OTHERWISE NOTED. PT # STATION OFFSET DESCRIPTION PROP. STAKED - CUT + FILL -LTI*RT GRADE ELEV. 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01_Attachment A_Survey Staking Standards.docx Page 17bf 22 X. As -built Survey A. Definition and Purpose The purpose of an as -built survey is to verify the asset was installed in the proper location and grade. Furthermore, the information gathered will be used to supplement the City's GIS data and must be in the proper format when submitted. See section IV. As -built survey should include the following (additional items may be requested): Manholes Top of pipe elevations every 250 feet Horizontal and vertical points of inflection, curvature, etc. (All Fittings) Cathodic protection test stations Sampling stations Meter boxes/vaults (All sizes) Fire lines Fire hydrants Gate valves (rim and top of nut) Plugs, stub -outs, dead-end lines Air Release valves (Manhole rim and vent pipe) Blow off valves (Manhole rim and valve lid) Pressure plane valves Cleaning wyes Clean outs Casing pipe (each end) Inverts of pipes Turbo Meters O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staling Standards.docx Page 18 of 22 B. Example Deliverable A hand written red line by the field surveyor is acceptable in most cases. This should be a copy of the plans with the point number noted by each asset. If the asset is missing, then the surveyor should write "N.) r OU,4b" to notify the City. 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.15.01_Attachment A_Survey Staking Standards.docx Page 19 of 22 a:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 20 of 22 srA POW - LOW4 (w.O Tw Ra SrA 01940 - IV WL OWD UU T LQ ejM -1VWL MOM ON RS WE & SAW" EXIST. X a=". Ow r' ro Wsr. irw IN }A'L 1.MMUt h VMW SLEVE STAOR8611- Zm rPTEE - hl'h�5!'LD h!r'X MloEu.CER (.S1YJ.L ,rIrpg P91.r.9P w4� �!-LO9&4V�E6LV9r{d0YE e- )j, ,.�sAFam - ti�4,N- 1 Arim c.zF-j7A94 Mkt i Ef 5TJ0 - hLVX slmrmp TFF hVPAE YAAY� ! hMELor INpgFyr+� ` smRa. KA 06 td8'RA'Ei YMYE Ad V.0h f/ 'ar 1 OLK 6 ° � imV.7mm LUl' Y 3R1p xaY-.�' , /�TrrtkaRh ` ,F 4 0 '3 C- GeA.sT[ fI1 AM& AVIsr, x (�4�'P4r—mw u T&M aPty 4 EW. 7J"= - -..: --:. dh$ f P1;MSED A7lWE' SEjE SqEEI 'fez• EYk1Y.2,JE Mr f VArai"xd OVAL4 IM' A F eE q'YfBF. Um nil nr a.a. m ......T•T - STA DO= - Mw rn.lxlC limp STAO's1w -12YE SMO-axw --m rZrAUr MrAW XUALIP Y•e4ts2XIaM Erf. HZIA-i IMM--0 Ff"4SVERl.8Fk17 9lF GP WMArM PA-F 6'•R1IIG5S94f1 Mffi4r0.i25"•i.7 6Cl7 or ro atsr,witV rpR E2TRanYsn "L�rY't3cX8310 1:lamxm= O:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\0171 23.16.01—Attachment A —Survey Staking Standards.docx Page 21 of 22 0 ' :id'iY'Jyy' ''N9SYH ,_..---G .- .1.. A.: 23.16.01—Attachment A —Survey Staking Standards.docx Page 22 of 22 Obviously the .csv or .txt file cannot be signed/sealed by a surveyor in the format requested. This is just an example and all this information should be noted when delivered to the City so it is clear to what coordinate system the data is in. POINT NO. NORTHING EASTING ELEV. DESCRIPTION 1 6946257,189 2296079.165 726.09 SSMH RIM ,y Crui 17. '1,Xt' I� 2 6946260.893 2296062,141 725.668 GV RIM 3 6946307.399 2296038,306 726.85 GV RIM Cot*- 4 6946220,582 2296011.025 723.358 SSMH RIM 5 6946195.23 2296015116 722.123 GV RIM f -r 6 6946190.528 2296022.721 722.325 FH r� 7 6946136.012 2295992.115 719.448 WM RIM 8 6946002.267 2295919.133 713.331 WM RIM # 9 6946003.056 2295933.418 713.652 CO RIM 10 6945984.677 2295880.52 711,662 SSMH RIM 11 6945986.473 2295869.892 710.046 WM RIM 12 6945895,077 2295860.962 707.72 WM RIM�{{ 13 6945896.591 2295862,188 708.205 WM RIM {1 14 6945934,286 2295841.925 709.467 WM RIM 15 6945936.727 2295830.441 710.034 CO RIM {Cam1-16 P- { r, 16 6945835.678 2295799.707 707.774 SSMH RIM IiNJ 17 6945817.488 2295827.011 708,392 SSMH RIM 18 6945759.776 2295758,643 711,218 SSMH RIM �J t A 19 6945768,563 2295778.424 710.086 GV RIM 20 6945743.318 2295788.392 710.631 GV RIM 21 6945723.219 2295754.394 712.849 GV RIM 22 6945692.21 2295744.22 716.686 WM RIM 23 6945621.902 2295669.471 723.76 WM RIM 24 6945643.407 2295736.03 719.737 CO RIM l 1 6V41 T-r--"6 25 6945571,059 2295655.195 i27sm SSMI+ RIM 26 6945539.498 2295667.803 729.123 WM RIM -TV 27 6945519.834 2295619.49 732.689 WM RIM k 28 6945417.879 2295580.27 740.521 WM RIM 29 6945456,557 2295643.145 736.451 CO RIM 30 6945387.356 2295597.101 740.756 GV RIM rtr ? r 31 6945370,688 2295606.793 740.976 GV RIM ` 32 6945383.53 2295610.559 740.408 FH 33 6945321.228 2295551,105 746.34 WM RIM 34 6945319,365 2295539.728 746.777 CO RIM 35 6945242.289 2295570.715 748.454 WM RIM 36 6945233,624 2295544.626 749.59 SSMH RIM 37 6945206.483 2295529,305 751.058 WM RIM 38 6945142.015 2295557.666 750.853 WM RIM, 39 6945123.445 2295520.335 751.871 WM RIM 40 6945049.02 2295527,345 ?52.25? SSMH RIM e 41 6945041.024 2295552,675 751.79 +YEN FLM a� 42 6945038.878 2295552.147 At.0 WM FRfvl , 1 43 6945006.397 2295518.135 752,615 WIA Film AsIffe 44 6944944.782 2295520.635 75�Aol WM FUM 45 6944943.432 2295556.479 752.1S6 WM RIM 45 694486OA16 2295534.397 752.4E6 55MH RIM c y 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 24 of 24 C. Other preferred as -built deliverable Some vendors have indicated that it is easier to deliver this information in a different format. Below is an example spreadsheet that is also acceptable and can be obtained by request from the survey superintendent. 0:\Specs-Stds Governance Process\Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 25 of 25 lab- G i g E g E W E a� a� � a a` ti 13 E I - R a' x n- I O:\Specs-Stds Governance Process�Temporary Spec Files\Capital Delivery\Cap Delivery Div 01\01 71 23.16.01_Attachment A_Survey Staking Standards.docx Page 26 of 26 SECTION 0174 23 CLEANING PARTI- GENERAL 1.1 SUMMARY 017423-1 CLEANING Page 1 of 4 A. Section Includes: 1. Intermediate and final cleaning for Work not including special cleaning of closed systems specified elsewhere 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 I General Requirements 3. Section 32 92 13 —Hydro-Mulching, Seeding and Sodding 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Scheduling 1. Schedule cleaning operations so that dust and other contaminants disturbed by cleaning process will not fall on newly painted surfaces. 2. Schedule final cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 STORAGE, AND DANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DI-GK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 017423-2 CLEANING Page 2 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS 2.1 OWNER -FURNISHED [ors] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 MATERIALS A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 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 [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 E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 201 L 101384 01 74 23 - 3 CLEANING Page 3 of 4 6. Handle materials in a controlled manner with as few handlings as possible. 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with this project. 8. Remove all signs of temporary construction and activities incidental to construction of required permanent Work. 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to have the cleaning completed at the expense of the Contractor. 10. Do not burn on -site. B. Intermediate Cleaning during Construction 1. Keep Work areas clean so as not to hinder health, safety or convenience of personnel in existing facility operations. 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 3. Confine construction debris daily in strategically located container(s): a. Cover to prevent blowing by wind b. Store debris away from construction or operational activities c. HauI from site at a minimum of once per week 4. Vacuum clean interior areas when ready to receive finish painting. a. Continue vacuum cleaning on an as -needed basis, until Final Acceptance. S. Prior to storm events, thoroughly clean site of all loose or unsecured items, which may become airborne or transported by flowing water during the storm. C. Interior Final Cleaning 1. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels and other foreign materials from sight -exposed surfaces. 2. Wipe all lighting fixture reflectors, lenses, lamps and trims clean. 3. Wash and shine glazing and mirrors. 4. Polish glossy surfaces to a clear shine. 5. Ventilating systems a. Clean permanent filters and replace disposable filters if units were operated during construction. b. Clean ducts, blowers and coils if units were operated without filters during construction. 6. Replace all burned out lamps. 7. Broom clean process area floors. 8. Mop office and control room floors. D. Exterior (Site or Right of Way) Final Cleaning 1. Remove trash and debris containers from site. a. Re -seed areas disturbed by location of trash and debris containers in accordance with Section 32 92 13. 2. Sweep roadway to remove all rocks, pieces of asphalt, concrete or any other object that may hinder or disrupt the flow of traffic along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 017423-4 CLEANING Page 4 of 4 4. ff no longer required for maintenance of crosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 01 77 19 - 1 CLOSEOUT REQUMMENPS Page I of 3 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART 1- GENERAL A. Section Includes: 1. The procedure for closing out a contract 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 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Guarantees, Bonds and Affidavits 1. No application for final payment will be accepted until all guarantees, bonds, certificates, licenses and affidavits required for Work or equipment as specified are satisfactorily filed with the City. B. Release of Liens or Claims 1. No application for final payment will be accepted until satisfactory evidence of release of liens has been submitted to the City. 1.5 SUBMITTALS A. Submit all required documentation to City's Project Representative. CITY OF FORT WORTI-1 E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 017719-2 CLOSEOUT REQIUIREMENTS Page 2 of 3 1.6 INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 CLOSEOUT PROCEDURE A. Prior to requesting Final Inspection, submit: 1. Project Record Documents in accordance with Section 01 78 39 2. Operation and Maintenance Data, if required, in accordance with Section 0178 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 listed in the City`s written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs O. Fuses f. Vault keys g. HandwheeIs h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTII E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 017719-3 CLOSEOUT REQUIREMENTS Page 3 43 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 1. Coordinate with the City Project Representative to complete the following additional forms: a. Final Payment Request b. Statement of Contract Time c. Affidavit of Payment and Release of Liens d. Consent of Surety to Final Payment c. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION ]DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 017823-1 OPERATION AND MAINTENANCE DATA Page 1 of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Product data and related information appropriate for City's maintenance and operation of products furnished under Contract 2. Such products may include, but are not limited to: a. Traffic Controllers b. irrigation Controllers (to be operated by the City) c. Butterfly Valves 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 i -- General Requirements 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS A. Schedule 1. Submit manuals in final form to the City within 30 calendar days of product shipment to the project site. 1.5 SUBMITTALS A. Submittals shall be in accordance with Section 0133 00 . All submittals shall be approved by the City prior to delivery. 1.6 INFORMATIONAL SUBMITTALS A. Submittal Form I . Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 '/a inches x 11 inches b. Paper 1) 40 pound minimum, white, for typed pages 2) Holes reinforced with plastic, cloth or metal c. Text: Manufacturer's printed data, or neatly typewritten CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 20, 20I2 101384 Of 7823-2 OPERATION AND MAINTENANCE DATA Page 2 of 5 d. Drawings 1) Provide reinforced punched binder tab, bind in with text 2) Reduce larger drawings and fold to size of text pages. e. Provide fly -leaf for each separate product, or each piece of operating equipment. 1) Provide typed description of product, and major component parts of equipment. 2) Provide indexed tabs. f. Cover 1) Identify each volume with typed or printed title "OPERATING AND MAINTENANCE INSTRUCTIONS". 2) List: a) Title of Project b) Identity of separate structure as applicable c) Identity of general subject matter covered in the manual 3. Binders a. Commercial quality 3-ring binders with durable and cleanable plastic covers b. When multiple binders are used, correlate the data into related consistent groupings. 4. If available, provide an electronic form of the O&M Manual. B. Manual Content 1. Neatly typewritten table of contents for each volume, arranged in systematic order a. Contractor, name of responsible principal, address and telephone number b. A list of each product required to be included, indexed to content of the volume c. List, with each product: 1) The name, address and telephone number of the subcontractor or installer 2) A list of each product required to be included, indexed to content of the volume 3) Identify area of responsibility of each 4) Local source of supply for parts and replacement d. Identify each product by product name and other identifying symbols as set forth in Contract Documents. 2. Product Data a. Include only those sheets which are pertinent to the specific product. b. Annotate each sheet to: 1) Clearly identify specific product or part installed 2) Clearly identify data applicable to installation 3) Delete references to inapplicable information 3. Drawings a. Supplement product data with drawings as necessary to clearly illustrate: 1) Relations of component parts of equipment and systems 2) Control and flow diagrams b. Coordinate drawings with information in Project Record Documents to assure correct illustration of completed installation. c. Do not use Project Record Drawings as maintenance drawings. 4. Written text, as required to supplement product data for the particular installation: a. Organize in consistent format under separate headings for different procedures. b. Provide logical sequence of instructions of each procedure. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 20, 2012 1011384 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 S. Copy of each warranty, bond and service contract issued a. Provide information sheet for City personnel giving: 1) Proper procedures in event of failure 2) Instances which might affect validity of warranties or bonds C. Manual for Materials and Finishes 1. Submit 5 copies of complete manual in final form. 2. Content, for architectural products, applied materials and finishes: a. Manufacturer's data, giving full information on products 1) Catalog number, size, composition 2) Color and texture designations 3) Information required for reordering special manufactured products b. Instructions for care and maintenance 1) Manufacturer's recommendation for types of cleaning agents and methods 2) Cautions against cleaning agents and methods which are detrimental to product 3) Recommended schedule for cleaning and maintenance Content, for moisture protection and weather exposure products: a. Manufacturer's data, giving full information on products 1) Applicable standards 2) Chemical composition 3) Details of installation b. Instructions for inspection, maintenance and repair D. Manual for Equipment and Systems 1. Submit 5 copies of complete manual in final form. 2. Content, for each unit of equipment and system, as appropriate: a. Description of unit and component parts 1) Function, normal operating characteristics and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Operating procedures 1) Start-up, break-in, routine and normal operating instructions 2) Regulation, control, stopping, shut -down and emergency instructions 3) Summer and winter operating instructions 4) Special operating instructions c. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Alignment, adjusting and checking d. Servicing and lubrication schedule 1) List of lubricants required c. Manufacturer's printed operating and maintenance instructions f. Description of sequence of operation by control manufacturer 1) Predicted life of parts subject to wear 2) Items recommended to be stocked as spare parts g. As installed control diagrams by controls manufacturer h. Each contractor's coordination drawings 1) As installed color coded piping diagrams CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 20, 2012 101384 01 78 23 - 4 OPERATION AND MAINTENANCE DATA Page 4 of 5 i. Charts of valve tag numbers, with location and function of each valve j. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage k. Other data as required under pertinent Sections of Specifications 3. Content, for each electric and electronic system, as appropriate: a. Description of system and component parts 1) Function, normal operating characteristics, and limiting conditions 2) Performance curves, engineering data and tests 3) Complete nomenclature and commercial number of replaceable parts b. Circuit directories of panelboards 1) Electrical service 2) Controls 3) Communications c. As installed color coded wiring diagrams d. Operating procedures 1) Routine and normal operating instructions 2) Sequences required 3) Special operating instructions e. Maintenance procedures 1) Routine operations 2) Guide to "trouble shooting" 3) Disassembly, repair and reassembly 4) Adjustment and checking f. Manufacturer's printed operating and maintenance instructions g. List of original manufacturer's spare parts, manufacturer's current prices, and recommended quantities to be maintained in storage h. Other data as required under pertinent Sections of Specifications 4. Prepare and include additional data when the need for such data becomes apparent during instruction of City's personnel. 1.7 CLOSEOUT SUBMITTALS [NOT USED] LS MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Provide operation and maintenance data by personnel with the following criteria: 1. Trained and experienced in maintenance and operation of described products 2. Skilled as technical writer to the extent required to communicate essential data 3. Skilled as draftsman competent to prepare required drawings CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 20, 2012 101384 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 1.10 DELIVERY, STORAGE, AND HANDLING INOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson 1.5.A.I — title of section removed CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SP'CIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised December 20, 2012 101384 01 78 39 - 1 PROJECT RECORD DOCUMENTS Page 1 of 4 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c. Sanitary Sewer Service Reports d. Large Water Meter Reports 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 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 1. Work associated with this Item is considered subsidiary to the various Items bid. No separate payment will be allowed for this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to City's Project Representative. 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. Accuracy of Records 1. Thoroughly coordinate changes within the Record Documents, making adequate and proper entries on each page of Specifications and each sheet of Drawings and other Documents where such entry is required to show the change properly. 2. Accuracy of records shall be such that future search for items shown in the Contract Documents may rely reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 1013B4 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 3. To facilitate accuracy of records, make entries within 24 hours after receipt of information that the change has occurred. 4. Provide factual information regarding all aspects of the Work, both concealed and visible, to enable future modification of the Work to proceed without lengthy and expensive site measurement, investigation and examination. 1.10 STORAGE AND HANDLING A. Storage and Handling Requirements 1. Maintain the job set of Record Documents completely protected from deterioration and from loss and damage until completion of the Work and transfer of all recorded data to the final Project Record Documents. 2. In the event of loss of recorded data, use means necessary to again secure the data to the City`s approval. a. In such case, provide replacements to the standards originally required by the Contract Documents. 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2- PRODUCTS 2.1 OWNER -FURNISHED [OR] OWNER -SUPPLIED PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Promptly following receipt of the Notice to Proceed, secure from the City, at no charge to the Contractor, 1 complete set of all Documents comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the City I complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 MAINTENANCE DOCUMENTS A. Maintenance of Job Set 1. Immediately upon receipt of the job set, identify each of the Documents with the title, "RECORD DOCUMENTS - JOB SET". CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 01 7839-3 PROJECT RECORD DOCUMENTS Page 3 of 4 2. Preservation a. Considering the Contract completion time, the probable number of occasions upon which the job set must be taken out for new entries and for examination, and the conditions under which these activities will be performed, devise a suitable method for protecting the job set. b. Do not use the job set for any purpose except entry of new data and for review by the City, until start of transfer of data to final Project Record Documents. c. Maintain the job set at the site of work. 3. Coordination with Construction Survey a. At a minimum, in accordance with the intervals set forth in Section 01 71 23, clearly mark any deviations from Contract Documents associated with installation of the infrastructure. 4. Making entries on Drawings a. Record any deviations from Contract Documents. b. Use an erasable colored pencil (not ink or indelible pencil), clearly describe the change by graphic line and note as required. c. Date all entries. d. Call attention to the entry by a "cloud" drawn around the area or areas affected. e. In the event of overlapping changes, use different colors for the overlapping changes. i. Conversion of schematic layouts a. In some cases on the Drawings, arrangements of conduits, circuits, piping, ducts, and similar items, are shown schematically and are not intended to portray precise physical layout. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) However, design of future modifications of the facility may require accurate information as to the final physical layout of items which are shown only schematically on the Drawings. b. Show on the job set of Record Drawings, by dimension accurate to within 1 inch, the centerline of each run of items. 1) Final physical arrangement is determined by the Contractor, subject to the City's approval. 2) Show, by symbol or note, the vertical location of the Item ("under slab", "in ceiling plenum", "exposed", and the like). 3) Make all identification sufficiently descriptive that it may be related reliably to the Specifications. c. The City may waive the requirements for conversion of schematic layouts where, in the City's judgment, conversion serves no useful purpose. However, do not rely upon waivers being issued except as specifically issued in writing by the City. B. Final Project Record Documents Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corresponding final documents, coordinating the changes as required. b. Clearly indicate at each affected detail and other Drawing a full description of changes made during construction, and the actual location of items. CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 017839-4 PROJECT RECORD DOCUMENTS Page 4 of 4 c. Call attention to each entry by drawing a "cloud" around the area or areas affected. d. Make changes neatly, consistently and with the proper media to assure longevity and clear reproduction. 2. Transfer of data to other Documents a. If the Documents, other than Drawings, have been kept clean during progress of the Work, and if entries thereon have been orderly to the approval of the City, the job set of those Documents, other than Drawings, will be accepted as final Record Documents. b. If any such Document is not so approved by the City, secure a new copy of that Document from the City at the City's usual charge for reproduction and handling, and carefully transfer the change data to the new copy to the approval of the City. 3.5 REPAIR 1 RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD [OR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USEDI 3.10 CLEANING [NOT USED] 3,11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SiTIvMARY OF CHANGE CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 APPENDIX GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates TXDOT Special Provision to Item 421 Hydraulic Cement Concrete CrrY OF FORT WORTH R LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 GC-6e06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised .Iu1y 1, 2011 101384 ATTACHMENT IA Page 1 of 4 FORT WORTH city of Dort Worth Minority Business Entorprise IVIBE Subc©ntitaetors/Sup Hers Wilization Form OFVCJ ROR COMPANY NAME: Check applicable block to describe Offeror M I�Sf�DRE NON-lUli�VWDBE PiZOJE T ME: E. Long Avenue Bridge Deck and Pavement Rehabilitation Bl, arE �o-for % City's MBE Project Goal: Offeror's MBE Project Commitment: PROJECT NUMBER 1101384 12 % % Identify All subcontractorstsuppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2-00 n.m. on the second Citv business day after bid opening, exclusive of bid opening date, will result in the bid be-ir)g considered non -responsive to bid specifications" The undersigned Offeror agrees to enter into a formal agreement with the MBE fi, m1s) listed in this utfli: ation schedule, conditioned upon execution of a contract with the City of Fort Worth- The Intentional andlor knovOng misrepresentation of facts is grounds for consideration of disqualification and will result in trip hid 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 sir fnnntrar"tnrcic- ippliers. Tier: means the level of subcontracting below the prime nnntrartnrlrnnciiltant Le a direec! payment from the prime contractor to a subcontractor is considered Vk tier, a payment by a subcontractor to its siin llipr ie r.nneirir?rprl 2nd tier. The prima contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars tovivards meeting the contract Committed goal. ALL MBEs MIST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operationa! truck to be used on the contract. The MBE Tray lease trur_.ks from another MBE fl'rm, including rLrtl�E o:r~rribr O�orte�, and recel+rp full lRnSl< credit. The MBE may lease trucks from non -&orbs, including owner-o ei �ted. but; will only receive Credit for the fees and commissions earned by the MBE as out!ined In tl�e lease _agreement. Rev. 2110115 FORT «ORTH Ir— ATTACHMENT IA Page 3 of 4 Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i n_, Minarlty -and icon-IV13Es. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MSE goal. SUBCONTRACTORISUPPLIER I NCTRCA N I') "' Company Name T Detail Detail Address Telephone/Fax i e M W $ B Subcontracting Work Supplies Purchased Dollar Amount Email Contact Person r E IF E "Vmcy icm�ttDm DC titan LtjUvA GcsifQQ• Y,Ad4 Q.n.r�jp% gio Qt e $�i.600-00 Ito •��i•�1�} F. $3D-V1•4a03 awn UAt covxIr t, [ft.IrtA,C ?-0-90 N1132.1 t� r 91q.15q-:qi9 (-. 61,7.,Kq• %Itko CLr Tnxil i we Dail" T9 -r*2-31 ❑ D• qlL• JVD- � ❑ ❑ ❑ ❑ Rev. 2/10115 F IORT WORTH Total Dollar Amount of MBE Subcontractors/Suppliers I $ -12. {. 000.00 Total Dollar Amount of Non -MBE Subcontractors/Suppliers 1 $ TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS 1 $ i2-1. 0()0. 00 ATTACHMENT IA Page 4 of 4 The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Wnman RijsinPsS Enterprise C)ffice through the submittal of a Req-tuest for Approval of Change/Addition form. Any L ;niustified change or 6e►etion shall be a material breach of contract and iriay r esulti in debarment In accord with the nrnrariviras 4:-itlinad in the Orriinanra_ The Offeror shear Submit a detailed. explanation of how the requested , hangeladdition or deletion vVili affect the cornmitted MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination._ By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of the contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Authorized Signature Afc:L'4 mn-rvA4E►'2" Tltfe Compan Name y 100 Address ' lt6s n "1t90 Citylstate/Zip RPrHyL. pol L. Printed Signature Contact Name/Title (if different) !- U5. Ub Telephone and/or Fax E-mail Address to- m. 4g Date Rev. 2/10115 Oct , 2019 To: Ragle Inc Attn: Estimating Phone: 682.561.6064 cow T REDI MIX CONCRETE Box 162327 Fort Worth, TX 7616 A CERTIFIED WBE COMPANY REVISED 1 NOTE: COWTOWN DOES NOT CARRY LIQUID NITROGEN FOR COOLING .WE CARRY ICE ONLY .TEMP SPECS COULD BE AN ISSUE DURING EXTREME HEAT. WE DO NOT POUR MASS POURS DURING EXTREME SUMMER HEAT.. TEMP SPECS ETC Plant Locations --- McKinney,--- Dallas,--- Mid Cities--- and--- Fort Worth . RE: Fort Worth East Long Ave a 6 sack 4000 psi concrete with ash = $115.00/cuyd 0 Class C 6 sack 3600 with ash=$116.00/cuyd o Class S light weight 4000 with ash = $173.00/cuyd 0 6.5 sack 4500 psi 20 % ash = $118.00/cuyd 0 5 sack 3000 psi concrete 20 % ash = $109.00/cuyd 0 Pricing is noted below for additives needed.. o Please add $2.50 per yard for straight cement mixes. Possible ash shortage etc o Truck Fees $35.00 Per truck 0 Haulcharge for short loads and excessive tagging excessive tag loads $150.00 o There is a $75.00 wash out fee for trucks. ----That have any additives placed in trucks by others. That requires wash out Pricing is firm until (August - 2020,) at which time $4.00 per yard will be added and-------- every six months from then until job is complete . Added Value Products: 9 ice for cooling Up To $30.001cu yd. Based On Temp A Accelerator (non chloride) $12.001cu yd. Fiber mesh % mono $7.001cu yd. 9 HRWR $8.00/cuyd Sincerely, Max Ulrich 817-464-2371 5 Please sign and return no later than 30 days after review in order to hold price. PO Box 162327 817-759-1919 Fort Worth, Texas 76161 Fax 817-759-1716 Sign Date PO Box 162327 817-759-1919 Fort Worth, Texas 76161 Fax 817-759-1716 `a 1 is' / i v I mi�OE DMOMIONOWWOMM11P. October 10, 2019 To. Estimating Proposal Project: 'East Long Avenue Bridge Deck and Pavement Rehabilitation Hunter Demolition & Wrecking Corporation proposes the demolition and removal of bridge(s) and two mobilizations as per plans at the above referenced location as follows: ,D1 For the Total Sun of........................................$387,000.00 � fie' Excluded are: Removal of hazardous materials. asbestos survey, air monitoring. install temporary shoring, waterproofing, dust protection, backfill, disconnects, site work, patchwork, barricades, seeding, cutting and/or capping of utilities, (whether electrical, water. and/or gas), or piping, capping of fire protection, preparation for new work, notification fees; permits, or any related, misc. fees due to local, state, or federal institutions, sales tax, and anything not specifically mentioned above. Any alteration or deviation from the discussed specifications involving extra costs, will be executed only upon receipt of written orders, and become an extra charge over and above this proposal. a Price is good for ten (10) days. o Payment is due at completion of project. e Removal ofany commercial structure will require an asbestos survey and 10 day notification to the Texas Department of State Health Services. Hunter Demolition can assist with obtaining an asbestos survey and submitting notification if necessary. Q Salvage tights belong to Hunter Demolition and have been considered in price. o This proposal is to become part of a mutually agreed upon contract. o Hunter Demolition is not responsible for notification fees, permits or any related miscellaneous due to locai, state or federal Institutions. "CERTIFIED SBEIWBE/DBE/HUB* PO, Box 786 o Poteet, TX 78065 - Office: (210) 227-5100 e Fax: (630) 742-4903 Website: www.hunter-demolition.com • Certified SBE ! WBE / DBE / HUB WIOHAL i?gL17_#ON FACIATtOS.,' �� GC©6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1, 2011 101384 2013 PREVAILING WAGE RATES (Heavy and Highway Construction Projects) CLASSIFICATION DESCRIPTION Wage Rate Asphalt Distributor Operator $ 15.32 Asphalt Paving Machine Operator $ 13.99 Asphalt Raker $ 12.69 Broom or Sweeper Operator $ 11.74 Concrete Finisher, Paving and Structures $ 14.12 Concrete Pavement Finishing Machine Operator $ 16.05 Concrete Saw Operator $ 14.48 Crane Operator, Hydraulic 80 tons or less $ 18.12 Crane Operator, Lattice Boom 80 Tons or Less $ 17.27 Crane Operator, Lattice Boom Over 80 Tons $ 20.52 Crawler Tractor Operator $ 14.07 Electrician $ 19.80 Excavator Operator, 50,000 pounds or less $ 17.19 Excavator Operator, Over 50,000 pounds $ 16.99 Flagger $ 10.06 Form Builder/Setter, Structures $ 13.84 Form Setter, Paving & Curb $ 13.16 Foundation Drill Operator, Crawler Mounted $ 17.99 Foundation Drill Operator, Truck Mounted $ 21.07 Front End Loader Operator, 3 CY or Less $ 13.69 Front End Loader Operator, Over 3 CY $ 14.72 Laborer, Common $ 10.72 Laborer, Utility $ 12.32 Loader/Backhoe Operator $ 15.18 Mechanic $ 17.68 Milling Machine Operator $ 14.32 Motor Grader Operator, Fine Grade $ 17.19 Motor Grader Operator, Rough $ 16.02 Off Road Hauler $ 12.25 Pavement Marking Machine Operator $ 13.63 Pipelayer $ 13.24 Reclaimer/Pulverizer Operator $ 11,01 Reinforcing Steel Worker $ 16.18 Roller Operator, Asphalt $ 13.08 Roller Operator, Other $ 11.51 Scraper Operator $ 12.96 Servicer $ 14.58 Small Slipform Machine Operator $ 15.96 Spreader Box Operator $ 14.73 Truck Driver Lowboy -Float $ 16.24 Truck Driver Transit -Mix $ 14.14 Truck Driver, Single Axle $ 12,31 Truck Driver, Single or Tandem Axle Dump Truck $ 12.62 Truck Driver, Tandem Axle Tractor with Semi Trailer $ 12.86 Welder $ 14.84 Work Zone Barricade Servicer $ 11.68 The Davis -Bacon Act prevailing wage rates shown for Heavy and Highway construction projects were determined by the United States Department of Labor and current as of September 2013. The titles and descriptions for the classifications listed are detailed in the AGC of Texas' Standard Job Classifications and Descriptions for Highway, Heavy, Utilities, and Industrial Construction in Texas. Page 1 of 1 TXDOT Special Provision t® Item 421 Hydraulic Cement Concrete THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH E. LONG AVENUE BRIDGE DECK STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS AND PAVEMENT REHABILITATION Revised July 1,2011 101384 Special Provision to Item 421 Hydraulic Cement Concrete 421-005 r�as !]epartmem of TSanBportatlan Item 421, "Hydraulic Cement Concrete" of the Standard Specifications is amended with respect to the clauses cited below. No other clauses or requirements of this Item are waived or changed. Article 421.2.6 Aggregate is supplemented by the following: When Class S (Lightweight) concrete is required, use expanded shale, clay or slate materials, produced by the rotary kiln process, coarse aggregates meeting the requirements of ASTM C 330. The requirements for coarse aggregates herein do not apply to the lightweight aggregates used for the Class S (Lightweight) for reinforced concrete slab. Normal weight coarse aggregates may be combined with the lightweight aggregates provided the required unit weight is obtained and is approved by the Engineer. Normal weight coarse aggregates must comply with all requirements herein. Presoak the lightweight aggregates and maintain the moisture content in the aggregate stockpile throughout the concrete placing operation. Article 421.4.2, "Mix Design Proportioning," Table 8 is voided and replaced by the following, Table 8 Concrete Classes Class of Design Max Coarse Cement Mix Exceptions to Concrete Strength,' wfcm Aggregate Typos Design Mix Design Options General Usage' Min &(psi) Ratio Grades4�4 Options When the cementifieus material Curb, gutter, curb & gutter, oonc. content does not exceed retards, sidewalks, driveways, A 3,000 0.60 1-4, 8 520 lb./cu. yd., Class C fly ash back-up walls. anchors, non - I, 11,1111, IL, IP, IS, IT, V 2 4 7 may be used instead of Class F fly ash. reinforced drilled shafts Riprap, traffic signal controller B 2,000 0.60 2-7 foundations, small roadside signs, and anchors Drilled shafts, bridge substructure, bridge railing, Cs 3.600 0.45 1-6 1, 11, 1111, IP, 1-8 culverts except top slab of direct IS, ITT, V traffic culverts, headwalls, wing walls, inlets, manholes, concrete traffic barrier When the cementitious material Seal concrete Ulf, content does not exceed 520 E 3,000 0.50 2-5 IL, IP, IS, lb./cu. yd., Class C fly ash may IT?, V be used instead of Class F fly 14 ash. i, II, I1II, IP, Railroad structures; occasionally Fs Note$ 0.45 2-5 IS, ITF, V for bridge piers, columns, or bents Do not use Type III cement in Precast concrete, post -tension mass placement concrete. members H6 NoV 0.45 3-6 I, 11, 1111, 111, 1-5 Up to 20% of blended cement IP, IS, ITl, V may be replaced with listed SCMs when Option 4 is used for recast concrete. Ss 4,000 0.45 2­5 1, 11, 1111, IP, 1-8 Bridge slabs, top slabs of direct IS, ITr, V traffic culverts, approach slabs 1 - 4 06-18 OTU 421-005 Class of Design Max Coarse Cement Mix Exceptions to Concrete Strength, wlcm Aggregate Types Design Mix Design Options General Usage' 1 Min f. Ratio 6radesV.4 Options (psi) S(Lightweight 4,000 0.45 See note 1, 11, IIII 1-5, 7 Maximum alkali content is Lightweight Concrete 6,13 14 4.0 lb per cy for Option 7 See when the cementitious material I Concrete pavement Item 360, I, II, 1111, IL, content does not exceed 520 P "Concrete 0.50 2-3 IP, IS, IT, V 14 lb.ku. yd., Class C fly ash may Pavement be used instead of Class F fly ash. COG 4,600 0.40 6 deck concrete overlay I, II, IIII, IP, 1-8Bridge LMC6 4,000 0.40 64 Latex -modified concrete overlay Use a minimum cementitious Slurry displacement IS,1T', V material content of 658 Ib./cu. shafts, underwater drilled S56 3,600 0.45 44 1-8 yd. of concrete. shafts Limit the alkali loading to 4.0 Ibs.ku. yd. or less when using option 7. Ks Notes 0.40 Notee l,11, till, III 1 8 Notes IP, IS, IT7, V Mix design options do not apply. Concrete pavement, HES No1o8 0.45 Noto, 1, IL, II, I/II, 700 lb. of cementitious material concrete pavement repair III per cubic yard limit does not apply. Maximum fly ash replacement for Options 1 and 3 may be X increased to 45%. (HPC) Nobel' 0.45 Note"I, 11, VII, Ill 1-5& 8 Up to 20%of a blended cement 69 ro IP, IS, IP, V may be replaced with listed SCMs for Option 4. Do not use Option 8 for precast concrete. Do not use Class C Fly Ash. Type III -MS may be used where allowed. Type I and Type Ill cements may be used with Options 1-3. with a (SRC} Note" 0.45 Note" Il, tP, IS, 1-4 & 7 maximum wlcm of 0.40. 6,9.io IT, IT', V Up to 20%of blended cement may be replaced with listed SCMs when Option 4 is used for precast concrete. Do not use Option 7 for precast concrete12. 2-4 06-18 OTU ElPiiE1111-i Class of Design Max Coarse Cement Mix Exceptions to Strength,' wlcm Aggregate Design General Usages Concrete Min f, (psi) (p j Ratio Grades2.3,4 Types Options Mix Design Options 1. Design strength must be attained within 56 days. 2. Do not use Grade 1 ooarse aggregate except in massive foundations with 4 in. minimum clear spacing between reinforcing steel bars, unless otherwise permitted. Do not use Grade 1 aggregate in drilled shafts. 3. Use Grade 8 aggregate in extruded curbs unless otherwise approved. 4. Other grades of coarse aggregate maybe used in non-structural concrete classes when allowed by the Engineer. 5. For information only. 6. Structural concrete classes. 7. Do not use Type IT cements containing > 5% limestone. 8. As shown on the plans or specified. 9. W denotes class of concrete shown on the plans or specified. 10. (HPC): High Performance Concrete, (SRC): Sulfate Resistant Concrete. 11. Same as class of concrete shown on the plans. 12. Option 7 will be allowed for precast concrete products included in Items 462, 464, and 465. 13. Unit weight of concrete at 28 days to be 120 Iblcf +1- 3 Iblcf 14. For lightweight concrete, provide coarse aggregate meeting the requirements of ASTM C330 Article 421.4.3.2 Final Trial Batches is supplemented by the following: Perform unit weight correlation between fresh and hardened concrete for Class S (Lightweight) concrete, using Tex-417-A for the fresh concrete and ASTM C567 for the hardened concrete at 28 days of age. Article 421.4.2.2, "Aggregates," is supplemented by the following. Use the following equation to determine if the aggregate combination meets the sand equivalency requirement when blending fine aggregate or using an intermediate aggregate: k,SEIxP,}+to v k--2xP2)+�SE,�xPR� 80% t00 where: SE1= sand equivalency (%) of fine aggregate I SEz = sand equivalency (°/°) of fine aggregate 2 S&= sand equivalency (°/°} of intermediate aggregate passing the 318 in. sieve Pi = percent by weight of fine aggregate 1 of the fine aggregate blend P2= percent by weight of fine aggregate 2 of the fine aggregate blond A,= percent by weight of intermediate aggregate passing the 318 in. sieve Article 421.4.2.5, "Slump," the second paragraph is voided and not replaced. Article 421.4.2.7, "Optimized Aggregate Gradation (OAG) Concrete," the first sentence of the first paragraph is voided and replaced by the following. 3-4 06-18 OTU 421-005 The gradations requirements in Table 4 and Table 6 do not apply when OAC concrete is specified or used by the Contractor unless otherwise shown on the plans. Article 421.4.6.2, "Delivering Concrete," the fifth paragraph is voided and replaced with the following: Begin the discharge of concrete delivered in truck mixers within the times listed in Table 14. Concrete delivered after these times, and concrete that has not begun to discharge within these times will be rejected. Article 421.4.8.3, "Testing of Fresh Concrete," is voided and replaced with the following: Testing Concrete. The Engineer, unless specified in other Items orshown on the plans, will test the fresh and hardened concrete in accordance with the following methods: • Slump. Tex-415-A • Air Content. Tex 414-A or Tex-416-A • Temperature. Tex-422-A • Making and Curing Strength Specimens. Tex-447-A • Compressive Strength. Tex418-A • Flexural Strength. Tex-448-A • Maturity. Tex426-A • Unit Weight. Tex-4117-A Flexural strength and maturity specimens will not be made unless specified in other items or shown on the plans. Concrete not meeting fresh concrete testing requirements will be rejected, Fresh concrete exhibiting segregation and excessive bleeding will be rejected. Article 421.4.8.3.1. "Job -Control Testing," is supplemented by the following: Table 16 Job -Control Testing Frequencies Concrete Placements Frequency Lightweight Concrete Placements Test the first load, then every third load delivered using Tex-417-A 4-4 06-18 OTU