Loading...
HomeMy WebLinkAboutContract 53990RECEIVED JUN - 4 2020 CITY OF FORT WORTH CITY SECRRARY FORT TH® PROJECT MANUAL FOR THE CONSTRUCTION OF CITY SECR�if�Rlf � 010 a014TCT �a. 2018 BOND STREET RECONSTRUCTION CONTRACT NO. 3 UNIT I — PAVING IMPROVEMENT UNIT II — WATER IMPROVEMENT UNIT 'II —SANITARY SEWER IMPROVEMENT CREEKFALL .IVE (MISTY RIDGE DR. TO BASSWOOD BLVD.) ROSITA ,' :EET (GLEN EDEN DR. TO JEAN HILLS LN.) MESA VERDE AIL (BASSWOOD BLVD. TO ISLE ROYALE DR.) City Project No. 101121 Betsy Price David Cooke Mayor City Manager Ch.:.,topher Harder, PE Director, Water Department William Johnson Director, Department of Transportation and Public Works David V. Magana, PE City Engineer, Department of Transportation and Public Works Prepared for The City of Fort Worth Transportation and Public Works Department 2020 ENO I N E E R_ I N a INC CONSULTING CIVIL ENGINEERS / SURVEYORS 17400 DALLAS PKWY / SUITE 110 / DALLAS, TEXAS 75287 972-250-2727 / www.dal-tech.com OFFICIAL, RECOR( J` 7Y SKRETARY r"T:WORTH, Tip OF 2'41 ,.......F-Isrt 4 The Page Intentionally Left flank CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 BOND STREET RECONSTRUCTION -- Contract 3 City Project No. 101121 FORT WORTH. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 3 CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101121 Revised February 2, 201b 000000-2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 05 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalification 00 45 12 Prequalification Statement 00 45 13 Bidder Prequalification Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 40 Minority Business Enterprise Goal 00 45 41 Small Business Enterprise Goal 00 52 43 Agreement 0061 13 Performance 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 25 00 Substitution Procedures 01 31 19 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Scbedule 01 32 33 Preconstruction Video 01 33 00 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 50 00 Temporary Facilities and Controls 01 55 26 Street Use Permit and Modifications to Traffic Control 01 57 13 Storm Water Pollution Prevention Plan 0158 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10t 121 Revised February 2, 2016 000000-3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 3 of 3 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: htps://proj eetpoint.buzzsaw.com/client/fortworthgov/Resources/02%20°/`2OConstructi on%2ODoe uments/Spec if cations Division 03 - Concrete 03 80 00 Modifications to Existing Concrete Structures Division 10 - Specialties 10 55 23 Mailboxes Division 31— Earthwork 31 1000 Site Clearing Division 32 - Exterior Improvements 32 93 43 Trees and Shrubs Division 33 - Utilities 33 05 13 Frame, Cover and Grade Rings 33 05 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 3305 17 Concrete Collar 33 39 60 Epoxy Liners for Sanitary Sewer Structures Division 34 - Transportation 34 41 30 Aluminum Signs 3471 13 Traffic Control Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.1) Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised February 2, 2016 5111 /2020 M&C Review CITY COUNCIL AGrE DA DATE: 4/7/2020 REFERENCE NO.: CODE: C TYPE: Official site of the City of Fort Worth, Texas FOR`rV I ) P I F **M&C 20- LOG NAME; 202018CIPY1C3- 0228 STABILEW CONSENT PUBLIC NO NO SUBJECT. Authorize Execution of a Contract with Stabile & Winn, Inc., in the Amount of $1,665,778.50 for Combined Street Paving Improvements and Water and Sanitary Sewer Main Replacements for 2018 Bond Street Reconstruction Contract 3 Project, Located on Creekfall Drive, Mesa Verde Trail, and Rosita Street, Adopt Appropriation Ordinances, and Update the FY 2020-2024 CIP (COUNCIL DISTRICTS 4 AND 8) RECOMMENDATION: It is recommended that the City Council: 1. Adopt the attached Appropriation Ordinance increasing appropriations in the Water and Sewer Capital Projects Fund in the amount of $164,869.00 transferred from available funds within the Water & Sewer Fund; 2. Adopt the attached Appropriation Ordinance adjusting appropriations in the 2018 Bond Program Fund by increasing appropriations in 2018 Bond Street Reconstruction Contract 3 Project, in the amount of $1,999,410.00 and reducing appropriations in the Street Construction/Reconstruction/Rehabilitation Programmable Project (City Project No. PB0001) by the same amount; and 3. Authorize execution of a contract with Stabile & Winn, Inc., in the amount of $1,665,778.50 for Combined Street Paving Improvements and Water and Sanitary Sewer Main Replacements for 2018 Bond Street Reconstruction Contract 3 project (City Project No. 101121). DISCUSSION: This Mayor and Council Communication (M&C) is to authorize a construction contract for water and/or sanitary sewer and paving improvements on approximately 1.38 lane miles for the 2018 Bond Street Reconstruction Contract 3 on the following streets: Street From To Creekfall Drive Basswood Boulevard Misty Ridge Drive Mesa Verde Trail Isle Royale Drive Basswood Boulevard Rosita Street Glen Eden Drive Jean Hills Lane The Transportation and Public Works Department's share on this contract is $1,545,403.50. Funds for this project are included in the 2018 Bond Program. Available resources within the General Fund will be used to provide interim financing until debt is issued. Once debt associated with the 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. 23209-05-2018) and subsequent actions taken by the Mayor and Council. The Water Department's share on this contract of $120,375.00 will be available in the Water and Sewer Capital Projects Fund of the project (CPN 101121). The project was advertised for bid on December 5, 2019 and December 12, 2019.in the Fort Worth Star -Telegram. On January 16, 2020, the following bids were received: Bidder Amount Time of Completion Stabile & Winn, Inc. $1,665,778.50 210 Calendar Days McClendon Construction Co. $1,875,259.30 ams.cfwnet.orakauncil oacketlmc review.asp?ID=27796&councildate=41712020 113 5/11/2020 M&C Review FNH Construction $2,755,960.50 SEMA Construction Ltd. $3,290,746.a0 In addition to the contract amount, $409,192.50 (Water. $11,874.00, Sewer: $20,582.00, TPW: $376,736.50) is required for project management, material testing and inspection and $89,308.00 (Water: $4,298.00, Sewer: $7,740.00, TPW: $77,270.00) is provided for project contingencies. This project will have no impact on the Transportation & Public Works operating budget nor on the Water Department's operating budget when completed. Construction is expected to start in June 2020 and be completed by January 2021. The sanitary sewer component of this project is part of the Water Department's Sanitary Sewer Overflow Initiative Program. Appropriations for the Water, Sanitary Sewer and Paving Improvements for 2018 Bond Street Reconstruction Contract 3 project by Fund will consist of the following: FUND Existing Additional Project Total* Appropriations Appropriations 2018 Bond Program — Fund 34018 $100,000.00 $1,999,410.00 $2,099,410.00 Tax Note 2017 — Fund 34017 $300,000.00 $0.00 -1 $300,000.00 Water & Sewer Capital Projects — Fund 56002 $0.00 $164,869.00 $164,869.00 Project Total $400,000.00 $2,164,279.00 $2,564,279.00 Numbers rounded for presentation purposes. MMBE OFFICE — Stabile & Winn, Inc. is in compliance with the City's BDE Ordinance by committing to 3 percent MBE participation and documenting good faith effort. Stabile & Winn, Inc. identified several subcontracting and supplier opportunities. However, the firms contacted in the areas identified did not respond or did not submit the lowest bids. The City's MBE goal on this project is 9 percent. The 2018 Bond Program funding was included in the 2020-2024 Capital Improvement Plan for project PBo001. In order to administratively track the spending of all funding sources in one project, appropriation ordinances are needed to move appropriations from the programmable project to the jointly funded static project. This action will update the 2020-2024 Capital Improvement Plan. This project is located in COUNCIL DISTRICTS 4 and 8. FISCAL 1NFORMATIONXERTIFICATION: The Director of Finance certifies that funds are available in the current operating budget of the Water & Sewer Fund, and upon approval of the above recommendations and attached appropriation ordinances, funds will be available in the current capital budgets, as appropriated, of the Water and Sewer Capital Projects Fund and 2018 Bond Program Fund. Prior to any expenditure being incurred, the Transportation and Public Works & Water Departments have the responsibility to validate the availability of funds. TO Fund Department Account Project Program Activity Budget Reference # Amount ID ID Year Chartfield 2 FROM Fund Department Account Project Program Activity Budget Reference # I Amount ID I I ID I I I Year (Chartfield 2) 5111 /2020 M&C Review Submitted for City Manager's Office by Originating Department Head: Additional Information Contact: ATTACHMENTS Dana Burghdoff (8018) William Johnson (7801) Lane Zarate (7802) 202018CIPY1C3-STABILEW FID Table (IA 2.18.2020).d!}cx 202018CIPY1 C3-STABILEW 34.018 A020r.docx 202018CIPY1 C3-STABILEWo56002�A020(r1).docx M C Map - 202018CIPY1 C3-STABILEW2.pdf M & C Map - 202018CIPY1 C3-STABILEW3,Ddf 0005 10 - 1 MAYOR AND COUNCIL COMMUNICATION (M&C) Page 1 of 1 SECTION 00 0510 MAYOR AND COUNCIL COMMUNICATION (M&C) END OF SECTION CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 The Page Intentionally Left Blank CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 (10 05 15 - i ADUEN04 SECTION 00 05 15 ADDENDA # I (,n'V OF FORT WORTH till A 131)NO S'TRFi:"P RECDN UCTI - C6nLffic# 3 STANDARD COrfMUC'XTION SPECIFICATION DC L� City Pmjcti ND. 141121 Rew:ffed Jule 1, 2t]I I �GLOBE Engineers Inc. Gaotechaicaf lnv9sEgsflons Etrvkmmenlaf Consuf}ing carom fft MaI1969 s -ros1k+17 Decernh(5 r 26, 2019 AmirTabesh, Ph.p. DAL -TECH Engineering, Inc, 17400 Dallas Parkway, Suite 11b Dallas, Texas 75297 RE: Addendum V R1 2018 goad Street Reeonstniction City of Fort Warth Project No. 101 21 Fart forth, Texas Dr Tabesh. On March 13, 2018 Globe Engineers, Inc. has performed a Geotechnital Investigation study on the above referenced project In Port Warty, Tarrant County, Texas (Report No, 18202). The foilowing informatlon can be used as an addendum to our original report. During oirr Investigation Lve hod encountered uncontralled fill material at Rvslto Street (03 B4). Since the oge and Compaction Information of the existing fill was not available to as dur?ng original Investigation, removal arrd replacement of -fill materials f ndLor controNed environment was recGmrnended. Further investigation by City of Fort Worth revealed that original recomrmendolion is not a feosibie aptfop due to existing utility lures underrreoth the street. We are now recommending the follawing option as an alternative to our original report for Roslta Street only. AIternofive Option We recommend eight (8) inches of reinforced concrete pavemrenr over Minimum 8" time Trooted Sobgrode averlovirlg bladed, shaped, and proof rf]lled soft Spots subgrode, In order to .stabilize the ripper eight Inches of subgrade rnateriai, we recommend adding 8,0% hydroted lime to 5ubgrade material. The amount of lima to stabUlze the upper 8 inches of subgrade is 47 ibs SV. Pordfro l-cemerrt concrete should have a minimum eancrete strength of 4,500 psi of 28 days, Reinforcing steel Aould consist of No,4 bars placed at 38" on -center in two dlrectlon. We appreciate the oppartunftyto be of assistance on this praiect. Phase feel free to contact us if you have arty questions or if we can be of rurther service. Sincerely, ',,,SAY ShHElk11 -?a,p 2 Fay Sarerrrl, PE P?,rp � Principall Senior Engineering 1ar;oger 4601 Lpngl W Rood, Suite 1114, Dnl las, TIC 75244 37i-713-31030 (Office), 972-713.3024 (Fax) SEMON 00 0515 ADDENDA # 2 CITY OF F()%T VJ0WI'R 2618 HO&D STl1E'I RECON5'[RUCTION V Collnrl 3 STANWRUCONSTRUMON5FE01.1 MONDOCIFMENTS City PlojectNo. 1U1141 Romvd.lufy I,'N 31 1 CITY OF FORT WORTH, TEXAS DEPARTMENT OF TRANSPORTATION AND PUBLIC WORK ADDENDUM NO. TO THE SPECIFICATION AND CONTRACT DOCUMENTS FOR 018 SON STR EET RECONSTRUCTION -- CONTRACT 3 UNIT I- PAVING IMPROVEMENT UNIT 11- WATER IMPROVEMENT UNIT III- SANITARY SEINER IMPROVEMENT CREEKFALL DRIVE (MISTY MIDGE DR_ TO BASSWOOD BLVD) MESA VER0E TRAIL (BAwSSVVOOD BLVD TO ISLE ROYAL DR ROSITA STREET (GLEN EDEN DR. TO JEAN HILLS LN,) Ity Project No. 104121 Addendum No. 2 ]ssued; January 2,2020 Bid 0penirig Date, January 9, 2019 This addandum forms part of the Specifications and Contract Documents for the above referenced Project and modlf]es the original Specirications and Contract Documents, Bldder shall acknowledge receipt of this addendum In the space Provided below and acknowledge receipt on the outer envelope of your bid. Failure to ackna►viedge receipt of this addendum could subJent the bidder to disqualification. Tire specifications and contract docu menus for 2018 Bond Street Reconstruuticn -- Contract 3 are hereby revised by Addendum No. 2 as followed; I, Constructlon plans are revisers as follows-, 1, The following sheets are updated and shall be replaced with the attached revisions- 9, 10, 11, 12. 13. 14, 15, 16, 17. 18, 31, and bb_ _ Sheet g. the proposed pavement header at Creekfall Dr. and Basswood Blvd, Is removed- 3- Sheets 17 and 18, the proposed pavement schodule changed. Contractor shall use S" of reinforced concrete pavement, Class H per Section 32 13 13, over 8" Lima Treated Subgrade overlaying blasted, shaped, and proof rolled soft spot subgrade_ In order to stabilize the upper 8" of subgrade materia], add 8.0% hydrated lime to subgrade material. The amcurft of Ilme to stabillzo the upper 8" of SUbgrode is 47 Lbs./SY. Portland cement Mnc- rate shall #gave a minimum concrete strength of 4,500 psi at 28 days. Reinforcing steel shall consist of No, 4 bars at 16' on the center in both dlrechons. 4. Sheet 31. Roslta Street typical pavement cross sectlon updated based on new design, ]I. Tire sper,10catlons are amended as follows; 1. Section 00 00 00 updated to reflect now specifications. , Section 00 4100. more details added to each unit. 3. Section 00 42 43, Proposal Form is updated_ ADDENDUM NO. 2 2018 bond Street rteconstruction — Contract 3 City project No. 101121 Page 1 of 3 4. Section 00 45 12, more details added to Major Work Type- s. Section 00 45 41 Is removed. 6', Section 33 05 13.10 is removed. 7. Secilan 33 05 14 is Updated. Ill.Contractors/Bidders Questions and Concerns; 1. Tree protection line item is payable item and added to the Proposal Form. 2, Site clearing in acres may be hard to quantify and may lead to disvigreernents between city inspectors and contactors. This item changed to lump sure at the Proposal Form. 3. Cake we use elther chain link or orange plastic fencing for tree protecti+an? More informatlon is added to Sheet 65. 4. If we do a major adjustment on a SSfv H, do we again get paid for a mirror adjustment when we go back and pave the street? Yes. 14 minor manhole adjustment is added to the Item 1-30, Proposal Form. 5, Contractor will try to salvage trick mailbox if possible and if in good condition. &. Contractors had concerns about :excavation at Rosita Street such as stockpile location, service interruption, temporary water and sewer service, groundwater, damage to the sldewalks-and €1riveways, and soli stabllityr. Therefore, RositE� Sireet's, pavem e nt redesigned, and deep excavation is not necessary anymore. At new design, contractor shali use 5" lime treated subgrade (47 Lbs./SY) and Be concrete pavement (Class H) with 28 days strength of 4,500 psi and #4 rebars. 7. The quantities of llme treatment and concrete pavement are updated. 8. You can't have LS quantities have more than 1 quantity (change to either L gU2ntity of 1 for entire project .or EA quantity of 3 for each street'). Therefore, all of quantlties at Proposal Form with lurnp sure unit changed to 1. 9. H MAC transltion qu a 0 ly+ is updated at the Proposal Form, 10. TopsoII unR changed to Cubic Yard at the Proposal Form. 11. Header not common at concrete HMAC transition (page 9 at basswood and -creak#atl). Therefore. header is removed. 12. 9" water reconnection (service and reconnect separate pay Items?), Proposal Form updated and two pay lterns of 1' Water SeMue and 1" Water Service, M oter Reconnsction are considered to connect water service, if contractor encounter any damage during Tree Removal. 13. What is item 11-6 at Proposal Form? Contractor shall Install concrete collar for water vatvo box per Sectlon 33 0.517. Also, all water valve box needs to be adjusted to proposed grade per Section 33 05 14, 14. What are items 11-1 and 11- ? Contractor shall adjust meter boxes and install cancrate boxes. where water meters are located at sidewalks and driveways. Moreover, contractor shall adjust water meter boxes and install plastic boxes. where water meters are located at landscaping area. 15. `i•`raffic Control quantity at Proposal Form, is updated based on the praJed duration. 16. Page 53, traffic conlrol - specify that this is for the PAVING only (excavation and backfill/compaction will be full vddth), No. Contractor shall open half of street durincg construction per Sheets 51 through 55. ADDENDUM NO, 2 2018 Bond Street R er-onstructi on — Contract 3. City Project too, I01 Page 2 of 3 17. bleed quantity for 4" slam ped concrete for median: I kern is added at Proposal Forrn. This Addendum No. 2, forms part of the S pecifcat€errs & Contract Docume' n11s fbr the above referenced pro]ect and mod ifles the original Project Manua] & Contract 000uments of the same, Acknowledge your receipt of Addendum Flo, 2 by completing the req+jested Inf0rfmation at the following locations: (1) In the space provided in Section 00 41 00, Bid Form, Page 3 of 3 () Indicate In uppst case letters on the outside cif yOUF seated bid envelops: "RECEIVED & ACKNOt LSD EADDENDUM NO. 2 ►, 1'nclude a signed cop} of Addend um« No. 2 in the sealed bid envelop at the time. of bid sub mittai_ Failure to aeknowledpe receipt of Addendum No. 2 below could cause the subject bidder to he considered "NONRESPONSIVE", resulting In disqualiftcaflan. RECEIPT ACKNOWLEDGED Dane Zarate. P-E_ Engineering Manager TRANSPORTATION AND PUBLIC Company, WORKS DEPARTMENT By - Lane Zarate, PE Engineering Manager ADDENDUM NO. 7 2018 Barad Street Reconstruction — t:ontract 3 Page 3 of 3 City project No. 1.01121 O 0' . 0 RWH.� . — :E cj zk­ (bp a w LO 0 U) Ol LO 1") r) CA CV co co co co . . . . . . . . . . wow ON .......... ........................ . . . ....... ........................ ........................ ................... . . . . . . . . . . . . . . . . . . . . . . . . . . . . CK 8 I4( CN 0z6 �' 4c CL p� . . . . . . . . . . . . . . . . . . . . . . . . Doi . . . . . . . . . . . . ic- : ...... ... . . H'H 00+ �t V_LS I-Mll POL �O�Q�00o00+-Pt ViS qN0 HOI VPV lqvt4 .6 it 10M -AO i _j ............ yY 2, .11 1 tl :o4'219 a/. Ll 6*'619 4373 21 00,09+1 t =VlS IdM 08 09 . . - . . . . - - - . . . . . . . . . . . . . . . . . . . ttt . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . I+Ct vis - - - - . . . . . . . . - - - - Qze . . . . . . . . . . . . . . . . . . . . . . . . - - - - . . . . . . . . . . . . MILD� 91 LZ'00+C1 'VIS zZ�Gt� wo �gt� zwo n -- -------- -- ---- - - - - - - - - - . . . . - - - . . . . . . . I is . . . . . . . . . . . . - - - - -0- 41 . . . . . . . . . . . . . . . .t. 12' . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . - -------- - . . . . . . . . . . . . . . . . xp'Q9+Zf VIS . . . . . . . O o . . . . . . . . . . . - - - - . . . . . . . . . . . . - - - - Min X1 sg.,z 19 �,q/, I I . . . . . . . . . . . . . . . Ff If �*+z :69 . . . . . . . . - - - . . . . - - - - - - - dx . . . . - - - - . . . . - - - - - - - - . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . OL,re+x - . . . . . . . . - -------- A Of'*t+9t Ws . . . . . . . . . . . x I I i I ti z ro mxs U . . . . . . . . . . . 1 *rz ISO 11 . . . . . . . . . . . . . . . . :01,919 --M 0 1 il . . . . . . . . Ln. . . . . . . . . . . . . . . . . . . . - - - - . . . . . . . . . . . . - - - - . . . . . . . . Ic - - - - - - - - . . . . . . . . - - - . . . . . . . . . . . . ---- -------- . . . . . . . . . . . . . . . . Nj I L . . . . . . . . . . . . . . . . 40 ---- -- - - - - . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . :zzzlg mo 1 1-7 UV- - - - - - - :Fit . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ... . . . . .. . . . .. fl M *A P3 16,919 =A3T D/ C. . 00OfflI=VISId19 00'0r+ll VISWA IS . . . . . . . . . . . . . . . Ea 12 ------------------ - ---- . --- -- - . . . . . . . . . . . . . . . . . . . . . . . . . . 2 + . . . 17 X"'119 -A 0 1 1-1 . . . . . . . . - - - - . . . . . . . . . . . . ... . . . j1h2v 7 [L ... I =_ 0- . . . . . . . . . . . m WI ads . XR . . . . . . . . . . -------- -4= ------- 0/ f A RXZQ 8 w� x� i wuLd a I.rQ�Cz� w >LQ I�f �Caa53�1=OWeh�� • � agvis 3 �- r �000 Qo O IfX�PO z�zwm�mVJJ11 I r5kZWW I CV ZZZ ZZ Z �W Gli i..dO moo $ U Eo in O IC)cq O S o w (fl CD CD(p O; ..... - :. - ....... -...: - . �4411f � II . � 'OOn d�F-J lZZy l7 p4p ZQ 0 V : - - . - 18+a0oro�a. S7A� r QO VIS 40-L Vn LINS z �o R -3NJ-7 MATCH ++YY��� Lu I ao zzs —o Li' =i. 0 l 1 . . . .- 1� o ....- W F a ' k``1{ � I - zl z tee. nQ r .. - y pW �M NMaW IQ (3 . . - II .. .,.... ...-. ., qIy a�razw3Mza - - 3nl2�Ea - _ . -, 5 OOOZ9Lt A-V S tm-t8 d _ �v n Ao -OB'lZ. . - - - Ni_ earo _ .---- ---. 1; Y ZP fZ9'. 13 0/1 J.9. - { a IOU�n�� ' + 96.0+81 =YIS MA 18 nd s x3� s rn, . a . F- . :---- - --- - --- _ ---. ---- -- - ' -- *I-tZ9.- 3U OIL ---- h Y `Uzi-• . I I- 9599+91 Y1S:[dA. 18 _ - a � N 4 0� .f 9'OZ9 =D 17 : - - .- ,9C:iZ9 I I 11 . : -.---- ._ _ :cs O_�- ' _ w --,- _-.� . l,. �{ : 00'OZ+91 - Y!S idA 18: ---- - _ ------- --`--- . ¢ ----� - r - - - - - - - - - - - -- i li,eve9 =M0 1 1�-1 - 00'0G+91 =V1 W 17.- -.---- .----.- _ - _ . . . . . : y 1 • .---- . --.- - ------ . . - --.----- - ------ - - --` j 'I s "y - - - - - - - - . l' -__ Q x rl� .S0.069 e0 17 srazs =�,lo r� ,I y r IZ8t619 =bv. 17 ?o eo�ozs =Mo 1 { s...... s.... ......... .. .... . _ . ,.. { ................................................................:........:....:............ S . kk' i us �rc0, z zzz zz z o00000o�mn9AI oo\�zLwV w z ti /� UNN� -3A I8 J/7 W �f;>--� 3 alb! AiS[W p Izz� W H W 2 us o LO N WOW �• V;t8g �ZtiA W4 p• 2q a� 2 Z rn"6 n ¢3 O ¢ W fn 2 W g pp4 - N vm3��N W Ma}f yK M Q 4U S� 4 w . - _ . ...... a. N a3irM .s x, O I laid uwO �M 40 kFailil O u�] 4 90'SB+B! ''V1S s z L w� ,uxrin ,at 09'sr+69 'V1S I i .uxan .ai ZO'ts+9I 'V1S s Y N saym .9 X3 N - rh k 5 _ 04 6-3 ] ass and .a 3 J �r MO3i I NO!!�I[LIlSIY� aN.3: Z4 8+1Z: f I - - I * ........... n ... „ ii ci I a e y tS Sz9 =to/ . ao~ tom- V) 3 . ` CW I� �n�7�wo rc4 .k moa.os� I~� zz4V~i� �4 .................i............i....i....i........i....i ,.i. ._�I,I, y BZ•: ; L8`YZ;9=y13 61.6 �11 fl O6TJt E Iz: = IS: [d1 17 t i a z� m m •... : OT `ooU 3`90 :LL:YZ9 17 :f ti:5Z9 N0 t21 } An j{ qua I I 2 Uoa I W i i i w� m z ZZ� I f Xo�O zma i ommc�i � cps f o oerQ MAN, o��¢¢w 2 � I y ~zk�i3Ga3? niui LU nq N�Qy 2 `�}-w �nNmVlWOkna f In yzw3ac a Nb7 8H0818 i a 2II[f1[l Y 87dp /M � fO� k4 �� I I En ti �i was 9 p�^ :yf.rcv =mu l:r `............ ..........' .. , . g �IBi'Z9 �/ 17 -50`vZ9 7A0 17 rs7?zs =�/ 17 ..................... .............. :.... :.... .... :.... :.... :. U W . iU6 -tall 17 sz°czs =,rlo 17 5s z nt3 7 i 1 00'08 81 =WS' IM 1 j 2 : "[i2Z9 h - iSB ZZ9 =AiG 1:i i LI=== 000 OD O Z= _ WV �FOOOUWm�� F-�a22-co Hi-cl VVI Z(ilW I I �; 4 1 O 16 zyt �iM- W 4 a KWK N N Fn b*-oNi[StoNM i.ao- iV• m m W q U zp (O (O n to (O (o -a �I- La aW¢c� II II II II dKF-� II II II II �aF--r II II R II II 11 R R daF-�1 t � �iw �y z W ti wow ��� q•D:W R aC=ti� � m2j - - - IIWnO�� X43q aZ z h Z - ... k.. ]..I.] .............. pOg2�xrco ew�o� xo 4 o 2N a 40 O W ~ �62r'1 pro I J n$ O3 Q .. n�1 y,I VISs' Ar - r01- N.l i ayV�y+ Z 4 ao 4-QQ VF: V1J l;Yll zee - �Uz4�(wil 1y fLd I 950f3 MO 11 - - Z•Qf9- i1373 - /1 !7 t - i 4Z'Q£9 � _ OQ+ - - 'A373 3/1 1 4 _ V15 fd/4 1 di- 17 I - I .. ..... e�s� moo Ur Ng, � 'z 42� it - .. ...: . - :.i . ......... . . :_. _ _... - 1 I 1 .. : - .,...., ..,..:...:. ........:. I 1 . ' >6i6Z9 =0 l7 ' . - t r O :i9:sZ9 -moi 1E1 jR 4� EI� . -pi-1? s sl kF � z� o� -moo f a r xti - tiZ 8Zs = 17 1- -80'909 =M 17 - i *9.'LZ9 GD l7 i bs'LZ91 = 373 /lilll 69'LiQ =:A3731 DA 18 F o� ~�- Zm ~��I I 000 00 0 boo Z, � U iizE;iw ~ N zzz zz z �w ¢wl�Qo��iio 00+81 VIS 3NI7 H01VkV N� as . LLI°x> O Q _ _ . --- . y ro II 00 92 i b1S 3NI7 HDIVPV �O 300 ti ry yyiQ OAK k��R x Q�¢ W zt ywp �o �40 sNa� GW�� o Qy y Q�N�"6JJy� y WZ34z4 I Izzz zz z aodo-z ideal l cpi rWn zww l_ -U� l �oz_z Jw rca N 16 cs w UUaI�OLU 7 U N'n odp�% uj W cai o O in to U') (0 O F [p in M cp O to I[) N c0 yY s y OQ�p^p q vJ �ti NMrn� w "' 2 � i c,}n Ca5 �n M �.dj ,� Q� iiO zq �N`l�-Rr Qivb^ . vatic gF W g` W K C _ ¢ 7,�G �a�kj W ,,�,ii 5 aa aq q �$�yy aik�`,`.XLH fib �' Wd ., cwQ aka-,o°W -a3 a0. wq4 r4 n &•5s ��� fy. pp ❑� y -00 ZZ...[.S 3N17 1-1J tiYV - AA 44 STri� �� 11�pj w �Re J �Qvf, wV s Lti4V-1 L!J jj� d4:18 o RR+tz Vls E w Jin1 M � m a w H w w m w N � q Sp U1 II � p C3pi k's 3 w u � ��4l yj� x�rc NpM N�5V1�a any .gym o _ 5' V~j lii23 Q�?R. 55 GAS_ U� � Ip g5 + 2 2 - � N AMNQ B * o G�14 m g jp` WM14 CD �IVNy�~41 a ¢ a� yy _ I IM u�a'�nzw ����M 1T ._ `ems a 4fi �w w L6 1pAIa 0-'0Eo .b! o7� ! .�1 41! + H H ` z` QJ: ao ¢a o wW �_ v aF a�w n4 m ` � i Y13 ! ek AS GA ! ASS SAS �w ❑ ���}m �_\a� o„ �U] Yy 3�j � `�W. •.��1 Z� �GJ SR�•� Q �a ti W `at h _ .. . - POW9 =OIL 17 . SO £8 =n373 D/ 18 :99:bf9 AO q 1-1 : 8+11 —y-.LS:I 1£! - .... L6`MFQ =t7 i, ........... 17 = . - - 11 =M 17 = - - . .. .. .:.... .. . .. ........ .... .. .....:....:.. .................... . ............ .. - hl Ob-9F9 M 17- j I, �! f8 8F8 =D 1 i7 S! LF9 MO Y 17 -......... ...... x'- - i I .: ..... ...... ¢ �I IJ I .. .. 9LLF3 =0 17 Z184'9 =M0 17 � i B' I "9' A37� 0/1 1l: _ - i i i....i.... Ir - 88'L£8 i4373 /1 -Lo ..............: .... .,. P f A373 Ili 7 ... 59' +6i Jdh 7 r .V1S - II� 4: FFFFF F WUOI I co Fw22CZ Emo�w:,kazz zz �N$NfNpH MMI O W II N II II aal-� w � to /oo, 9- flLP�• � � m ]R r O � O Rai n N rd �b v xl � •Zdd"I � W3 �� C] R/ O Iry ` 1 O o iM pU 4- L9¢_;l S 55 9 X3 N I , ft_, , 11 �— 1 �,\ b{6 w k' a 4 4 W W , S W U Q (0 w EED cep coo cNo - - CSU a J:5Q- �n -w+2� mN. - - r Uia O N1 W 0 - .... ]2U qti - _ _ . . . ¢ ,��¢ a w a mta o Z 4 a a s ..... ....- ...-. . ...................... ...... ....... O0 3Z bz1S ...:.... .............. 3N]l P011VYV .'..... a p4��airo dap P�K6Wmp Ru 000nr� �nMtoaFy 112 oMui (nOWUW II Nm�01��1KZEwN a M�F4wz�Z N n N � ¢ q i r r a y Stl� m N �9 •F � 4i r�r J a� VS V. �n l E....E....E....E.. ..,.L..J, - - - .......:............ ..:. ......:....:....:....:.. ss'�Z C BZS� ....:....: �oatt�Z. 95�'6Z9 =D 1.7 i ZZ 6Z9 -AH I I i I 6Z9 mII .E...56iC 5'k6+£Z_ ......................................... Zr•ocs 4o i-7 ........:....: o� �o sz•rrs a i 1� cszra =mqa �� `�` - i 7A \i 1-S)Ib38@ W rzro� 3:7: 11 cs II VI ViS ldh� 11 � 3�l :ik IIwTor, m is _ d _... - _ 1 y ..... ssars...1a ... A37 5..... ..... ...t3kzt.+f&- =VLS .... 1, 7/1 +7 . _ =OAd as .. ... o�F..wro`-wr�o zj-�-•�Gi � - 00 00 � wcd5 �aa $woad a w .... � I, zzz zz a ��a22<z0i`vH Umzww zzz zz z qq 22mzOWLU 4 W¢(] �W kin n n O ��zju��4� mummmmmmm 2 � 2 (yuI�rys� V7 6 p Q U zz Q O f` 4 XqU 443Oca ul 3 , z Q �+iQ W4�a�oW Z a y �5 P �43441iO4-�4 uuu 'n ol!r9� Kr� 1q� p9p� 9 x h w y 4 5 O� CA79 QooMSSV9 a o Ida ,8 A — - m _4 n , a LLJ z 4�tt Z ~ ��� I.11 �m-,!2t6g6ca Q g �o�a�c�Jwa�W �i m ti Q 4 w'n I �� rn �iz3Q4?4a�� w N lMd nN l �4noo 3o2 3A I� S3W - 1 I ViS 3N17 Hal M a o m N�o y4�•� II � a oi �oN4z�o to CN lu 4 ..... .. ....... . ..:....:....L...:.......:....E....L..,-,......E.....i..:....E. - . 'l6'. .. =M0 ...... 1 . ....... ...... ... I_ j L.. - ...... - .......... (3W) A0' 9'=A37;7 0/117 r [ .:. E -%9W) ... OS�'9 -A373 . /i LV LE�lti11.SN00 N61 QQHlI57J V :QJY3... sx'sl-fzd _ 1 -91+L Ll �I ;4Z 029 =?NO 1 1.1 :� ❑j� ......L,.,i.................... ..... ..:....:....:....: . 4 z :....:........:....:....: ..s.X E Z4'ZS9 =D 17 i ' • iL w q �mo 17 I - J6 9 (k379 dH i 7 = _ __ __ O • .• qz - _ _ - 1 II al 1(M.W 99 1/15 J.K i 7 8Z'Z�9 = A373 �%1 17 --V.LS DAJ 11 . 9079 -V - N -+ - - 12MO0- 3abg b534 00 9Z b1S 3N17 HD VYV U VPV U J � �N f�UIQ Co C]C) Qa W "60+£ 'VI S �l � � � - a v WO U �Z q AMY(7,9t QU)U� ' #J'99+Z -V g a 6i19" . OU JN(N ��ZUN a �Nocn�� Y'5 Wl�ii~ �Q R W CU LU = ozo a � z rL �C�j-. pv,o'o� CL 4 LL Qj cl- 0 0 ' cl: Lj c'�d AMHG,86 Ma 06 SO+Z ,VLS -X'3 Q u W Y Zia Q x Lu CL LLJ �cnm ---- ---- V �q4 6Z"l?.99 n 13 IdA 17 se+€ b'1S Id/I 17 i ---- ---- ---- ---- ---- a Z6 Z P-9 MOY 17 1 ;y --- -------0 �f}- ---- --- ---- ---- N W-L. --- -- -- --- --- -- --- -- - - - --- --- ---- -------- 79PP9mav 17 � JJ - - - -- - -- - -- - -- -- -- - -- - -- �d 6 vft1,9=,gr117 d l -09 =A 7.=? 1 06'PP9;MO& 17 1 :00+Z = 15} 1 - -- - --- r --- n SL 1-v -------- -------- - --- W."11,9=0f111' vs I n 17. ZL;T�9;MOl 17 0}+6 t b'1S o U)WCO ~W d jW �� no LU cq Z ro� tiQ -� ��WN OMB Q ���°�° Q�W:z z viW� Woo vy ocaer"�o �Wco06 �Zti���M Qp(0 ca~� CISUZW N 3 831bM ,.R'X3 to 3 ,06 � � 073 �o x Q N M 00+1 Rung iM 1N3AMM LLJ 313NON00 "X3 �cWn m� N M07d N RCTA1NING ❑ WALL WNW i ap Q a' U � UZ, W U �a ' ca C7 N "' o 0 DQDQ 2O�N� - U �WLQ O m O cn wa o0 a AM80,94 "� �r a Z O m } Z. ��''.w ;W�o .f��•P� a�Mti��QI Qcfl �ZU 1`�NQOnIIcp $0 a��9=0/1' 17' 669PP = A73'ldA 17 8l 2-P9=MON 17 � U W 00'09+, = b'1S'ldA 17 ---------'---- --- --- Z76 L.ft9 - 0/L 1 9& 9E+d --- ---- ---- ---- 4---- --- --- ---- --- --- ---- ---- ---- ---- 09 1?P9=0/1' 17 f-P- 1kq=M0'j 1 '7 ---- -----I---- --- ;-ge-' -=A73OdA17----- --- Nbil SNOo N1b39', 100' t - b'1S J&A 17 6L1099=MO�f 1 '7 c� C9 ; C9 Cg �-, ----,---- ---------- --- ---- --- h --- ---- --- --- ---- --- ---- 10 Q LO ss} ; W CO N©l1On.l1SN0O N3 OL'69+9, 'V1 17 ----•------- ---- -----�'9i'99-/1731cJY17 --- -- bl 1dA17 O19t5= LL.,gP,0=0%11I `"' o Q-9p, _A731dWl7 Zf 0�/ 1 , n 09+ = V-LS JdA:17 : fi Z I- - -- - - £'L !9 - 73 OdA 17 0 "7�' S b'1 S 0d/� 17 '- 99'2t 9 0111I - 99'ZP9 n711dA 17 50f5 = V19ldA 17 --- --- ----------- -------------------- ---- ---- l�1 ---� 0� $ 1 o 9v = A73 JdA;17 PIL V-9=MOR 1 O it 00+ = VLS MA 17 l_�, �.. BLit , wo�CY) Q LEI N J � � m}� W m O� JO O IJ U @V) LI i i co Z FY O w �o z �o o� U � Ln Q Z O p I �Lw C' r7 Z 0 ry 0 uj uj V rSw all rl 0 ORT WORTHS City of Fort Wort4- Standard Construction Specification Documents Adopted September 2011 00 00 00 -1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 0005 10 Mayor and Council Communication 0005 15 Addenda 0011 13 Invitation to Bidders 0021 13 Instructions to Bidders 0035 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 0043 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalification 00 45 12 Prequalification Statement 00 45 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 19 Maintenance Bond 0061 25 Certificate of Insurance 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division 01 - General Requirements 01 1100 Summary of Work 01 25 00 Substitution Procedures 013119 Preconstruction Meeting 01 31 20 Project Meetings 01 32 16 Construction Progress Schedule 01 3233 Preconstruction Video 01 3300 Submittals 01 35 13 Special Project Procedures 01 45 23 Testing and Inspection Services 01 5000 Temporary Facilities and Controls 01 5526 Street Use Permit and Modifications to Traffic Control 01 5713 Storm Water Pollution Prevention Plan 0158 13 Temporary Project Signage 01 60 00 Product Requirements 01 66 00 Product Storage and Handling Requirements 01 70 00 Mobilization and Remobilization 01 71 23 Construction Staking and Survey 01 74 23 Cleaning 01 77 19 Closeout Requirements 01 78 23 Operation and Maintenance Data 01 78 39 Project Record Documents CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised Febraary 2, 2016 00 00 00 - 2 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 2 of 3 Technical Specifications which have been modified by the Engineer specifically for this Project; hard copies are included in the Project's Contract Documents Technical Specifications listed below are included for this Project by reference and can be viewed/downloaded from the City's Buzzsaw site at: lit s:ll roject oint.buzzsaw.com/client/fortworth ov/Resources102%20%20Construction%20Doc uments/Specifications Division 02 — Existing Conditions 0241 13 Selective Site Demolition 0241 15 Paving Removal Division 03 - Concrete 03 80 00 Modifications to Existing Concrete Structures Division 10 - Specialties 10 55 23 Mailboxes Division 31— Earthwork 31 1000 Site Clearing 3123 16 Unclassified Excavation 31 25 00 Erosion and Sediment Control Division 32 - Exterior Improvements 32 11 29 Lime Treated Base Course 32 12 16 Asphalt Paving 3213 13 Concrete Paving 32 13 20 Concrete Sidewalks, Driveways, and Barrier Free Ramps 32 13 73 Concrete Paving Joint Sealants 32 17 25 Curb Address Painting 3291 19 Topsoil Placement and Finishing of Parkways 32 92 13 Hydromulching, Seeding, and Sodding 32 93 43 Trees and Shrubs Division 33 - Utilities 3305 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 05 17 Concrete Collar 33 39 60 Epoxy Liners for Sanitary Sewer Structures Division 34 - Transportation 34 41 30 Aluminum Signs 3471 13 Traffic Control Appendix GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2, 2016 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 00 00 00 - 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS GC-4.06 Hazardous Environmental Condition at Site GC-6.06.D Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements END OF SECTION Page 3 of 3 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised February 2, 2016 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 00 41100 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: 2018 BOND STREET RECONSTRUCTION - CONTRACT 3 - Creekfall Dr. from Misty Ridge Dr. to Basswood Blvd. - Rosita St. from Glen Eden Dr. to Jean Hills Ln. - Mesa Verde Trail from Basswood to Isle Royale Dr. City Project No.: 101121 Units/Sections: UNIT 1: PAVING IMPROVEMENTS UNIT 2: WATER IMPROVEMENT - 8" WATER LINE UNIT 3: SANITARY SEWER IMPROVEMENT - 8" SANITARY SEWER LINE & 4' DIA. SSMH 1. inter 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 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 13_00 42 43 00 43 37_DO 45 12 00 35 13_Bid Proposal Workbook.xls 0041 00 BID FORM Page 2 of 3 the knowledge of City, a purpose of which is to establish Bid prices at artificial, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. PAVING RECONSTRUCTION IMPROVEMENT b. WATER IMPROVEMENT - 8" WATER LINE c. SANITARY SEWER IMPROVEMENT - 8" SANITARY SEWER LINE & 4' DIA. SSMH 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 210 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work {and/or achievement of Milestones} within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. c. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 "If necessary, CIQ or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13—Bid Proposal Workhook.xls 00 41 00 BID FORM Page 3 of 3 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 7. Bid Submittal This Bid is submitted on Respectfully submitted, (Signature) (Printed Name) Title: Company: Address: State of Incorporation: Email: Phone: END OF SECTION by the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20150821 00 41 00_00 43 13_00 42 43_00 43 37_00 45 1200W35 13_Bid Proposal Workbook.xls SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID BIDDER'S APPLICATION Project Item Information Bidder's Proposal Bldllst Item No. Description I Specilidefo n Section No. Unitof Measure Bid Quantity Unit Price Bid Value 1-1 0171.0101 Construction Staking 01 71 23 LS 1 1-2 0241.01CO Remove Sidewalk 0241 13 SF 11,884 1-3 0241.0300 Remove ADA Ramp 0241 13 EA 13 1-4 0241,0401 Remove Concrete Drive 0241 13 SF 14,8D7 1-5 0241.0700 Remove and Reset Mailbox 0241 13 EA 24 1-6 0241.1000 Remove CDnc Pvmt (including monolithic curb & gutter) 02 41 15 SY 11.770 1-7 0241.1100 Remove Asphalt Pavement 0241 16 SY 42 1-9 0241.1200 Remove Brick Pvmt 0241 15 SF 1,012 13 3110.0101 Site Cleaning 31 1000 LS 1 1-10 3110.0103 12"-18" Tree Removal 31 1000 EA 18 1-11 3110.0104 1 W-24" Tree Removal 31 1000 EA 23 1.12 3123.0101 Unclassified Excavation by Plan 31 23 16 CY 2,250 1-13 9126.0101 SWPPP 31 2500 LS 1 1-14 3211.0400 Hydrated Lime 32 11 29 TN 255 1-15 3211.0502 8" Lime Treatment (@38lbsl$Y) 32 11 29 SY 11,600 1-16 3211.0502 8" Lime Treatment (@47 Ibs1SY) 32 11 29 SY 1,770 1-17 3212.0401 HMAC Transition 32 12 10 TN 7 1.18 3213.0101 6" Concrete Pavement 32 13 13 SY 10,725 1.19 3213.0103 8" Concrete Pavement 321313 SY 1,660 1-20 3213.0301 4" Conc Sidewalk 32 13 20 SF 15,494 1-21 3213.0311 4" Conc Sidewalk, Adjacent to Curb 32 13 20 SF 746 1-22 3213.0322 Conc Curb at Back of Sidewalk 32 13 20 LF 6,118 1-23 3213. 0401 6" Concrete Driveway 32 13 20 SF 14.807 1-24 3211,0504 Barrier Free Ramp Type M-2 321320 EA 1 I-25 3213.0506 Barrier Free Ramp Type P-1 321320 EA 14 1-26 3217.5001 Curb Address Painting 321726 EA 97 1-27 3291.0100 Topsoil 329119 CY 35D 1-28 3292.0100 Block Sod Placement 32 92 13 SY 2,957 1.29 3305.0108 Miscellaneous Utility Adjustment (Irrigation) 329213 LS 1 $30,000.00 $ 30,000.00 1-30 3305.0107 Manhole Adjustment, Minor 33 05 14 EA 15 1-31 3305.010B Remove & Replace Curb Inlet Top 33 05 14 EA 4 1-32 3441 A110 Remove and ReTistall Sign Panel and Post 3441 30 EA 2 133 3471.0001 Traffic Control 34 71 13 MO 7 1.34 9999.0001 Street Header LF 335 135 9999.0002 Barrier Free Ramp Type P-1 Special EA 2 1-36 9999.0003 Construction Now Brick Mailbox 10 55 23 EA 11 1-37 9999.0004 Stamped Colored Conc for Median SF 1,0112 1-38 9999-0005 Tree Protection EA 29 139 9999.0006 Mailbox Protection EA 5 1-40 9999.0007 Paving Reconstruction Improvement Allowance LS 1 $50,000.00 $ 50,000,00 SUBTOTAL - PAVING RECONSTRUCTION IMPROVEMENT 00 42 43 Hm PROPOSAL Page 1 ar1 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS F-Rema d20120110 00 41 00_0043 13 00 42 43_60 43 37_00 45 12_0035 13_8id P,.p-1 W o,kb-],. s 00 42 43 HID PROPOSAL Papa z a2 II-1 3305.0108 Miscellaneous Structure Adjustment (Meter Box Incld. Conc. Boxes) 33 05 14 EA 18 II-2 3305,0108 Miscellaneous Structure Adjustment (Meter Box Incld. Plastic Boxes) 33 05 14 EA 67 II-3 3305.0112 Water Valve -Box Adjustment 33 05 14 EA 13 11-4 3312.2001 1" Water Service, Meter Reconnection 33 12 10 EA 5 11-5 3312.2003 1" Water Service 33 12 10 EA 5 II-6 3306.0112 Concrete Collar 33 05 17 EA 13 II-7 9999.0005 Water Improvement Allowance I_S 1 $10,000.00 $ 10,000.00 SUBTOTAL -WATER IMPROVEMENT III-1 3305.0108 Miscellaneous Structural Adjustment, Creekfall Drive, STA 10+55.66 33 05 14 EA 1 111-2 3305.0108 Miscellaneous Structural Adjustment, Creekfall Drive, STA 16+64.93 3305 14 EA 1 111-3 3306.0108 Miscellaneous Structural Adjustment, Creekfall Drive, STA 19+24.80 33 05 14 EA 1 III-0 3305.0108 Miscellaneous Structural Adjustment, Mesa Verde Trail, STA 10+64.21 33 05 14 EA 1 III-5 3305.0108 Miscellaneous Structural Adjustment, Mesa Verde Trail, STA 11+03,58 33 05 14 EA 1 III-6 3305.0108 Miscellaneous Strmctural Adjustment, Mesa Verde Trail, STA 13+62.51 33 05 14 EA 1 III-7 3305.0108 Miscellaneous Structural Adjustment, Mesa Verde Trail, STA 18+87.68 33 05 14 EA 1 111-8 3305.0108 Miscellaneous Structural Adjustment, Mesa Verde Trail, STA 19+45.58 33 05 14 EA 1 III-9 3305.0108 Miscellaneous Structural Adjustment, Mesa Verde Trail, STA 21+22.88 33 05 14 EA 1 III-10 3305,0108 Miscellaneous Structural Adjustment, Mesa Verde Trail, STA 21+97.56 33 05 14 EA 1 111-11 3305.0108 Miscellaneous Structural Adjustment, Mesa Verde Trail, STA 24+04.20 330514 EA 1 III-12 3305.0108 Miscellaneous Structural Adjustment, Mesa Verde Trail, STA 26+01.74 330514 EA 1 III-13 3305.0108 Miscellaneous Structural Adjustment, Mesa Verde Trail, STA 26+91.12 33 05 14 FA 1 III-14 3305.0108 Miscellaneous Structural Adjustment, Rosita Street, STA 5+75.26 33 05 14 FA 1 III-15 9999.0006 Sanitary Sewer Improvement Allowance 00 00 00 L5 1 $20,000,00 $20,000.00 SUBTOTAL - SANITARY SEWER IMPROVEMENT Bid Summary Base Bid UNIT l: PAVING RECONSTRUCTION IMPROVEMENT UNIT II: WATER IMPROVEMENT UNIT III: SANITARY SEWER IMPROVEMENT TOTAL BID END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUMON SPECIFICATION DOCUMENTS F-Revised 20120120 00 41 00-0043 1300 42 43043 3700 45 12 0035 $3_Rid Pmlwal WpkbwkAs 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALI FI CATION 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 ROADWAY CONSTRUCTION WATER IMPROVEMENT - 8" WATER LINE SANITARY SEWER IMPROVEMENT - 8" SS LINE WITH 4' DIA. SSMH The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. Company Address City/State/Zip By: Signature: END OF SECTION Title: (Please Print) CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION - Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Form Revised 20120120 00 41 00_00 43 13_00 42 43_00 43 37_00 45 12_00 35 13_Sid Proposal Workbook.xls 3305 14- 1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 1 of 7 1 SECTION 33 05 14 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO 3 GRADE 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 — General Requirements 15 3. Section 32 01 17 — Permanent Asphalt paving Repair 16 4. Section 32 0129 — Concrete Paving Repair 17 5. Section 33 05 10 — Utility Trench Excavation, Embedment and Backf"ill 18 6. Section 33 05 13 — Frame, Cover and Grade Rings 19 7. Section 33 39 10 — Cast -in -Place Concrete Manholes 20 8. Section 33 39 20 Precast Concrete Manholes 21 9. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 22 10. Section 33 12 21 —AWWA Rubber -Seated Butterfly Valve 23 11, Section 33 04 11 — Corrosion Control Test Station 24 12. Section 33 04 12 — Magnesium Anode Cathodic Protection System 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Manhole — Minor Adjustment 28 a. Measurement 29 1) Measurement for this Item shall be per each adjustment using only grade 30 rings or other minor adjustment devices to raise or lower a manhole to a 31 grade as specified on the Drawings. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item will be paid for at the unit price bid per each "Manhole Adjustment, 35 Minor" completed. 36 c. The price bid shall include: 37 1) Pavement removal 38 2) Excavation 39 3) Hauling 40 4) Disposal of excess material CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised September 20, 2017 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 3305 14 - 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2 of 7 5) Grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 2. Manhole - Major Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade as specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 3. Manhole - Major Adjustment with Frame and Cover (Separate payment for cast -in - place manholes and precast manholes) a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade specified on the Drawings or structural modifications for a manhole requiring a new frame and cover, often for changes to cover diameter. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major w/ Cover" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 4. Inlet CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised September 20, 2017 330514-3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 7 1 a. Measurement 2 1) Measurement for this Item shall be per each adjustment requiring structural 3 modifications to inlet to a grade specified on the Drawings. 4 b. Payment 5 1) The work performed and the materials furnished in accordance with this 6 Item will be paid for at the unit price bid per each "Inlet Adjustment" 7 completed. 8 c. The price bid shall include: 9 1) Pavement removal 10 2) Excavation 11 3) Hauling 12 4) Disposal of excess material 13 5) Structural modifications 14 6) Furnishing, placing and compaction of embedment and backfill 15 7) Concrete base material, as required 16 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 17 required 18 9) Clean-up 19 5. Valve Box 20 a. Measurement 21 1) Measurement for this Item shall be per each adjustment to a grade specified 22 on the Drawings. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item will be paid for at the unit price bid per each "Valve Box Adjustment" 26 completed. 27 c. The price bid shall include: 28 1) Pavement removal 29 2) Excavation 30 3) Hauling 31 4) Disposal of excess material 32 5) Adjustment device 33 6) Furnishing, placing and compaction of embedment and backfill 34 7) Concrete base material, as required 35 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 36 required 37 9) Clean-up 38 6. Cathodic Protection Test Station 39 a. Measurement 40 1) Measurement for this Item shall be per each adjustment to a grade specified 41 on the Drawings. 42 b. Payment 43 1) The work performed and the materials furnished in accordance with this 44 Item will be paid for at the unit price bid per each "Cathodic Protection 45 Test Station Adjustment" completed. 46 c. The price bid shall include: 47 1) Pavement removal 48 2) Excavation 49 3) Hauling CITY OF FORT WORTH 201E BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised September 20, 2017 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 3305 14 - 4 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 4 of 7 4) Disposal of excess material 5) Adjustment device 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 7. Fire Hydrant a. Measurement 1) Measurement for this Item shall be per each adjustment requiring stem extensions to meet a grade specified by the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Fire Hydrant Stem Extension" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Adjustment materials 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material, as required 8) Surface restoration, permanent asphalt patch or concrete paving repair, as required 9) Clean-up 8. Miscellaneous Structure a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to said structure to a grade specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Miscellaneous Structure Adjustment" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications 6) Furnishing, placing and compaction of embedment and backfill 7) Concrete base material 8) Permanent asphalt patch or concrete paving repair, as required 9) Clean-up 45 1.3 REFERENCES 46 A. Definitions 47 1. Minor Adjustment CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised September 20, 2017 330514-5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 7 1 a. Refers to a small elevation change performed on an existing manhole where the 2 existing frame and cover are reused. 3 2. Major Adjustment 4 a. Refers to a significant elevation change performed on an existing manhole 5 which requires structural modification or when a 24-inch ring is changed to a 6 30-inch ring. 7 B. Reference Standards 8 1. Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end of this 10 Specification, unless a date is specifically cited. 11 2. Texas Commission on Environmental Quality (TCEQ): 12 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 — Manholes and 13 Related Structures. 14 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 15 1.5 SUBMITTALS [NOT USED] 16 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS 24 2.1 OWNER -FURNISHED loR] OWNER -SUPPLIED PRODUCTS [NOT USED] 25 2.2 MATERIALS 26 A. Cast -in -Place Concrete 27 1. See Section 03 30 00. 28 B. Modifications to Existing Concrete Structures 29 1. See Section 03 80 00. 30 C. Grade Rings 31 1. See Section 33 05 13. 32 D. Frame and Cover 33 1. See Section 33 05 13. 34 E. Backfill material 35 1. See Section 33 05 10. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised September 20, 2017 330514-6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 7 1 F. Water valve box extension 2 1. See Section 33 12 20. 3 G. Corrosion Protection Test Station 4 1. See Section 33 04 11. 5 H. Cast -in -Place Concrete Manholes 6 1. See Section 33 39 10. 7 I. Precast Concrete Manholes 8 1. See Section 33 39 20. 9 2.3 ACCESSORIES [NOT USED] 10 2.4 SOURCE QUALITY CONTROL [NOT USED] 11 PART 3 - EXECUTION 12 3.1 INSTALLERS [NOT USED] 13 3.2 EXAMINATION 14 A. Verification of Conditions 15 1. Examine existing structure to be adjusted, for damage or defects that may affect 16 grade adjustment. 17 a. Report issue to City for consideration before beginning adjustment. 18 3.3 PREPARATION 19 A. Grade Verification 20 1. On major adjustments confirm any grade change noted on Drawings is consistent 21 with field measurements. 22 a. If not, coordinate with City to verify final grade before beginning adjustment. 23 3.4 ADJUSTMENT 24 A. Manholes, Inlets, and Miscellaneous Structures 25 1. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 26 30-inch frame and cover assembly per TCEQ requirement. 27 2. On manhole major adjustments, inlets and miscellaneous structures protect the 28 bottom using wood forms shaped to fit so that no debris blocks the invert or the 29 inlet or outlet piping in during adjustments. 30 a. Do not use any more than a 2-piece bottom. 31 3. Use the least number of grade rings necessary to meet required grade. 32 a. For example, if a 1-foot adjustment is required, use 2 6-inch rings, not 6 2-inch 33 rings. 34 b. The maximum height of adjustment shall be no more than 12 inches for any 35 combination of grade rings. If 12 inches is required, use 3 — 4 inch rings. 36 B. Valve Boxes 37 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 38 the Drawings. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised September 20, 2017 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 330514-7 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 7 of 7 C. Backfill and Grading 1. Backfill area of excavation surrounding each adjustment in accordance to Section 3305 10. D. Pavement Repair 1. If required pavement repair is to be performed in accordance with Section 32 01 17 or Section 32 0129. 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD joR] SITE QUALITY CONTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A — Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and cover; Added 12/20/2012 D. Johnson items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustments 3.4 — Pavement repair requirements were added 9/20/2017 W. Norwood 3.4.3 Eliminate 24 inch requirement for maximum chimney height adjustment. 3.4.4.b Add requirement for maximum height of grade rings to be 12 inches or 34 inch rings CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised September 20, 2017 2018 BOND STREET RECONSTRUCTION —Contract 3 City Project No. 101121 000515-1 ADDENDA Page 1 of I SECTION 00 0515 CITY OF FORT WORTH 2019 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10112) Revised July 1, 2011 CITY OF FORT WORTH, TEXAS DEPARTMENT OF TRANSPORTATION AND PUBLIC WORK ADDENDUM NO. 3 TO THE SPECIFICATION AND CONTRACT DOCUMENTS FOR 2018 BOND STREET RECONSTRUCTION - CONTRACT 3 UNIT I- PAVING IMPROVEMENT UNIT II- WATER IMPROVEMENT UNIT III- SANITARY SEWER IMPROVEMENT CREEKFALL DRIVE (MISTY RIDGE DR. TO BASSWOOD BLVD) MESA VERDE TRAIL (BASSWOOD BLVD TO ISLE ROYALE DR.) ROSITA STREET (GLEN EDEN DR. TO JEAN HILLS LN.) City Project No, 101121 Addendum No. 3 Issued: January 6, 2020 Bid Opening Date: January 1611, 2019 This addendum forms part of the Specifications and Contract Documents for the above referenced Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge receipt of this addendum in the space provided below and acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum could subject the bidder to disqualification. The specifications and contract documents for 2018 Bond Street Reconstruction - Contract 3 are hereby revised by Addendum No. 3 as followed; The specifications are amended as follows; 1. Section 00 11 13, Bid Opening Date is moved to January 16, 2020. 2. Appendix GR-01 60 00 added to the Specification Book. II. The following clarification are provided for the project; 1. The previous contractor answer provided in Addendum 2 Section III-16 is revised as follows: "Page 53, traffic control - specify that this is for the PAVING only (excavation and backfill/compaction can be full width): Yes. Contractor may excavate and provide backfilllsubgradelcompaction at full width. The traffic control shown on Sheets 51 through 55 refer to the placement of concrete only." This Addendum No. 3, forms part of the Specifications & Contract Documents for the above referenced project and modifies the original Project Manual & Contract Documents of the same. Acknowledge your receipt of Addendum No. 3 by completing the requested information at the following locations: ADDENDUM NO. 3 2018 Bond Street Reconstruction - Contract 3 City Project No. 101121 Page 1 of 2 (1) In the space provided in Section 00 4100, Bid Form, Page 3 of 3 (2) Indicate in upper case letters on the outside of your sealed bid envelope: "RECEIVED & ACI(NOWLED E ADDENDUM NO. 3" Include a signed copy of Addendum No. 3 in the sealed bid envelop at the time of bid submittal. Failure to acknowledge receipt of Addendum No. 3 below could cause the subject bidder to be considered "NONRESPONSIVE", resulting in disqualification. RECEIPT ACKNOWLEDGED Company: Lane Zarate, P.E. Engineering Manager TRANSPORTATION AND PUBLIC WORKS DEPARTMENT By: Lane Zarate, PE Engineering Manager ADDENDUM NO.3 2018 Bond Street Reconstruction — Contract 3 Page 2 of 2 City Project No. 101121 0011 13 - 1 INVITATION TO BIDDERS Pagel of 2 SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of 2018 BOND STREET RECONSTRUCTION— Contract 3 will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 until { 1:30 P.M. CST, Thursday, January 16, 20191, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Concrete Pavement Rehabilitation for. Creekfall Drive from Misty Ridge Dr. to Basswood Blvd. (Approx. 2184 L.F.) ® Rosita Street from Glen Eden Dr. to Jean Hills Ln. (Approx. 585 L.F.) • Mesa Verde Trail from Basswood Blvd. to Isle Royale Dr. (2718 L.F.) PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre - qualified by the City at the time of bid opening. The procedures for qualification and pre - qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at ht!p://www.fortworthtexas.Roy/purchasing/ and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. The contractor is required to fill out and notarize the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/filinginfo/1295/ Copies of the Bidding and Contract Documents may be purchased from DAL -TECH Engineering Inc. which is a following 17400 Dallas Parkway, Suite 110, Dallas, TX 75248 The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $80 Set of Bidding and Contract Documents with half size (if available) drawings: $45 CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 22, 2016 001113-2 INVITATION TO BIDDERS Page 2 of 2 PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: December 17`�, 2019 TIME: 10: 00 AM PLACE: 200 Texas Street, Fort Worth, TX 76102 LOCATION: TPW Conference Room 270 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: Sohhy Abdelnafea, P.E, City of Fort Worth Email: Sohhy.Abdelnafea@fortworthtexas.gov Phone: 817-392-5026 AND/OR Attn: Greg Robbins, P.E., City of Fart Worth Email: Greg. Robbins@fortworthtexas.gov Phone: 817-392-5565 AND/OR Attn: Sedi Toumani, P.E., DAL -TECH Engineering, Inc. Email: stoumani@DAL-TECH.com Phone: 972-250-2727 AND/OR Attn: Amir Tabesh, Ph.D., DAL- TECH Engineeting, Inc. Email: atabesh@DAL-TECH.com Phone: 972-250-2727 ADVERTISEMENT DATES December 05, 2019 December 12, 2019 END OF SECTION CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 22, 2016 FORT WORTH,, CITY OF FORT WORTH WATER DEPARTMENT STANDARD PRODUCT ]LIST Updated: September 06, 2019 The Fort Worth Water Department's Standard Products List has been developed to minimize the submittal review of products which meet the Fort Worth Water Department's Standard Specifications during utility construction projects. When Technical Specifications for specific products, are included as part of the Construction Contract Documents, the requirements of the Technical Specification will override the Fort Worth Water Department's Standard Specifications and the Fort Worth Water Department's Standard Products List and approval of the specific products will be based on the requirements of the Technical Specification whether or not the specific product meets the Fort Worth Water Department's Standard Specifications or is on the Fort Worth Water Department's Standard Products List. Table ®f Content (Click on items to go directly to the page) Items Page A. Water & Sewer 1. Manholes & Bases/Components........................................................... 1 2. Manholes & Bases/Fiberglass............................................................... 2 3. Manholes & Bases/Frames & Covers/Rectangular ............................... 3 4. Manholes & Bases/Frames & Covers/Round....................................... 4 5. Manholes & Bases/Frames & Covers/Water Tight & Pressure Tight .. 5 6. Manholes & Bases/Precast Concrete .................................................... 6 7. Manholes & Bases/Rehab Systems/Cementitious................................ 7 8. Manholes & Bases/Rehab Systems/NonCementitious ......................... 8 9. Manhole Insert (Field Operations Use Only) ........................................ 9 10. Pipe Casing Spacer............................................................................... 10 11. Pipes/Ductile Iron................................................................................. 11 12. Utility Line Marker............................................................................... 12 B. Sewer 13. Coatings/Epoxy..................................................................................... 13 14. Coatings/Polyurethane.......................................................................... 14 15. Combination Air Valves....................................................................... 15 16. Pipes/Concrete...................................................................................... 16 17. Pipe Enlargement System (Method) ..................................................... 17 18. Pipes/Fiberglass Reinforced Pipe ......................................................... 18 19. Pipes/HDPE.......................................................................................... 19 20. Pipes/PVC (Pressure Sewer)................................................................. 20 21. Pipes/PVC*........................................................................................... 21 22. Pipes/Rehab/CIPP................................................................................. 22 23. Pipes/Rchab/Fold & Form.................................................................... 23 24. Pipes/Open Profile Large Diameter...................................................... 24 C. Water 25. Appurtenances....................................................................................... 25 26. Bolts, Nuts, and Gaskets....................................................................... 26 27. Combination Air Release Valve........................................................... 27 28. Dry Barrel Fire Hydrants...................................................................... 28 29. Meters................................................................................................... 29 30. Pipes/PVC (Pressure Water)................................................................. 30 31. Pipes/Valves & Fittings/Ductile Iron Fittings ....................................... 31 32. Pipes/Valves & Fittings/Resilient Seated Gate Valve .......................... 32 33. Pipes/Valves & Fittings/Rubber Seated Butterfly Valve ...................... 33 34. Polyethylene Encasement..................................................................... 34 35. Sampling Stations................................................................................. 35 E-+ u r) A cd'd AA d Q a � rS � Q ld Q v v v v o o a v v o o c o 0 0 - N 00 c0 00 O O o c y 4 a x � O Tit N {F G � � � .� R� N p'; F F F F � � ❑ � .p � E go - 3 z7 7,7 — � a z � � iz � � 1-9 Ap � L i C r� Zi � U r4 m m o o 0 0 0 0 0 0 0 0 0 0 o V V V U 0 V 0 U V _ U U U V U U U U U U U U a a a a a s rq a a a a a s a a a a a a C m m d m m d d d � o o p O o 0 0 0 0 o O o � 'd 'd ca 8 � r M om F G G G m m M M M yL } �} O 0 0 0 0 0 0 0 O 0 0 0 0 0 0 0 0 O O vy ii m m m m m m en M M M M M M M @ O u $ ƒ / f 2 � ( § ) |]� \ \ ( } . ] a \ § \ ) � § ( ) ) §) \ §{ )! � � 7 k � ± . _ � I £ q $ � ca \ /) ;9 ))) } d 4 3 tu � ca 7 $ 3 } } � } ` \ ( \ u c�1 r a cu r o c o c a�uO U U U �O 3 3 3 •° X W X W 0 0 o E � M a � o ca E b o � p 'w o Ii, 7 o 7 b U v m fi W U C G � � a A � � o 0 d 0 � 0 d 0 � Q � L o 2 O 2 v Q V1 V1 D O O O m M � O N ti W Lcl a ,� m o M rn o 0 m 0 0 °0 N N M pp C O N P PC � &\& / A ji, p. f �\ �\$ �2z �\\)\ _ ± \ k k } t ¥ a k \ §) £ / ) ) 2 � k e m � }) \ o \ } / J 6 u u � . J m . � k : = Cl % $ 2 $ $ ) LS IU ))) k L \u u ' /\//\ ()\\( § . \/\ -®\ \ }�) �$e § ) \� f ƒ .dda) 6C6 |c � )§ea] |$� �447a E/a-u : ()¥\] )) | � � k / / k / ƒ . � In % \ 1.�..[ a I�1 u Eb zF-4 [-4 r7) u V 0 ca U I�Q a C-� N rdn ®Wu ®�9L4 n r n v M o M q rn a� rn rn o, ,o � r ran � rn� � A q a C] d w m g w w w q w D o 7 A m M d< Q¢ u d d a y _90 3 w a o i iv h Fi o O ' Opp., U pOQ. N U ' i V z C6 IFi# iFd ,5y �p A 5 Q �p Q 0 0 4 I I I R t FW G. o. A P1 P. P4 N ,? k. {+. W P.: t t u 3 m 3 N 3 N 3 3 Y a 6 3 m 3- m 3 3 k v 3 w w w m m w in w w w w v m w t i i > > > > a a w w a, P. P. P< n. a. P. a. a, V w a C7 a a o fV 0 0 N N 0 N 0 0 fV N 0 N 0 N 0 N 0 0 N N 0 N o N � n r N 4 1 m m M M M M M m M m m m M M M � C. '� Q P � o O O� �• 7 � C) w Lr� ok � � 2 O � >4 f-4 z � ) } k � § � \ « ) ( \ \ § . > x j } m k \}\ i 337 a / ) 2 \ d ) \ } ) �)) \ _ . < 2 3 ) \ \ } ) . 7 )) ) 7 / + . � . $ � k % O Y V u a v 0 0 0 0 N Q v U U U U U w w w V V V u <� 9 v d d d d d d � ¢ ¢ ¢ u N z w yr g o N a wQ C4Z Z O � Oo N �zo oQ �M i w w w a i d 6 d i m W O C r T a v U U a o i i 4 Y Y Y � Y C iC o 'c v m w � sn vi v� v� v� � � v p v R m ri IXin n n g c .� S c pG J J ••• ••• S 4 7 O 7 O A A 7 A A A 7 7 A O N W �C 4 ey C C C C] A A V V U U U U U U U F+ F+ F+ F= F 9 2 m 2 0 0 0 N A A N cV N N N N N N RV M M M M M M M M M M M M _ O O O O O N O O N N O O Vt O OD O EY W N 0 N 0 N 0 N 0 ry 0 N 0 N 0 N O N O N O N O ul U Vl U Yl U �h U Vl U Vl U vi U �/) U h U h U V1 U o � `9 O � o o ism r c o o o a R� Jl m A R 3 A � o c' o o r U U vI V� o K? W G i Irk'. a4 w w w w w w w w as w w � R R R R Cl R r CQ I'h N N N N N N N N N N N � W Lti LS GS 4] W W W W W Ii7 m y9�tl Lk r w O oo �o m O r 0o M O <n a� O oo oo N O r as N O r oo oa �o O r 00 O r 00 O � ., O irix! Q A d i .yy O U @ � b N � � F" w v 8 ) H N a. v v g {yyj Gh P. W W u U � g •--` Gl Gl _ P. q P. � C 7 P. P. Dq D z � ti ti RAJ �J r, L41 N t] �" a. IG• L +} P. P. P. PN PN P. P. m 0. W w P. P. L4 P. Ps Pr L4 U U V U U U U [# 4} [J ate. W P,. W a � o0 oa o0 oa o0 0o O P 4 �_ 00 Np N N N ry O � � N N i N N h v D V U uMi uMi U U V vmi vM-. vmi V V V V U V O O O ZD �B 'a U U U � h ¢ u � U U .'„ .'„ � C � Q M <Q M M Q M .'pydy r�U r�U r�V ``��� .`S����dy 3 3 �'M•+� Q OO T 7 0 ° " U U c� a m $ W a U A � a a w iy p o o w d �' W G'" ���}},, o -�. 4- W rn v' P" Q R. R � .(= � c� vim" � � a�CC'i N �_ d o a � � r�i � o YYp ,S � 'c •v rn -v vs IWV L.7 �• U L.� �. U w u. j en .G .2 •.�-. •.c-. W � V] W S O E � �i PG Chi ❑ .�' L M N O[ C � ,� 6�i A LP i tl a ai m vi F !-� •� � � c �' O o D O U o U 0 U 4' y u u y m w w w a0 i i n il j > U cr c 'as _ � c c c �_ k J F4 � � R'. P4 � •c W R�'. R�'. � � -k o 0 0 o a a a a is is is m r ..J.. . C �i J J J - - d wd y n 0 n o n n O O n 4 n O v N 9 o n 0 n o n O v n N o ua ua w w w w w w w, w ui w w a M N 00 V' 06 0p V N N 7 O+ 7 00 O_ +O �O �O 00 00 00 N ^ N zO •-^ O o.r .-. N N O O O O O C •--� .-� N O 00 O N O Vt O Vt O N N O O 00 O M O W O 00 O O 00 O M C M C M O N M O� m m IG IG M � x N N N - O N o � v� vo vi ve vi o o �2 n a o U Q Q@@@@ d d d d d d¢¢¢ Q o b Q@ Q Q Q@ ¢@@ d d d d d d vC�4 � @d r y O1 N ry 0 P n q ate', Y m a m dd U q •n v q " � ` G m �' � m O N O N C4 mM 0 0 0 o kp k�p o 6 6 6 6 V' y V U U U V V V V d d d V V U U Udd 0 w w w w w w 9 0 d! G V] C 3 W C PC Per Per Ri �i yy F4 yy F4 Q� A4 e� P4 W PG N W N P4 N 0.'i N R'i N �i N �i N ai N ai N d. N Ri oo{{ Cr ww �i W N 54 N 4 N 70 N nJ N VJ N fl N N N N N N M W M ca `m m N J r � � N N Y N N Ql P p p p O U U U U U U v d d d d d d v a y y v o 7 N n P4 7 vl u � n � d u � 0 o U Npq x � j U S f � L L 1 1 I 1 � YYYJJJ N m rn r� in md in m rn O 1 M o M O o o N N lr m d+ m r oa O O O O m The Page Intentionally Left flank CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 000515-1 ADDENDA Page I of I SECTION 00 05 15 END OF SECTION CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised duly 1, 2011 The Page Intentionally Left flank CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 001113-1 INVITATION TO BIDDERS Page 1 of SECTION 00 1113 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of 2018 BOND STREET RECONSTRUCTION— Contract 3 will be received by the City of Fort Worth Purchasing Office: City of Fort Worth Purchasing Division 200 Texas Street Fort Worth, Texas 76102 until � 1:30 P.M. CST, Thursday, January 9, 2019}, and bids will be opened publicly and read aloud at 2:00 PM CST in the Council Chambers. GENERAL DESCRIPTION OF WORK The major work will consist of the (approximate) following: Concrete Pavement Rehabilitation for: Creekfall Drive from Misty Ridge Dr: to Basswood Blvd. (Approx. 2184 L.F.) Rosita Street from Glen Eden Dr. to Jean Hills Ln. (Approx. 585 L.F.) Mesa Verde Trail from Basswood Blvd. to Isle Royale Dr. (2718 L.F.) PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre - qualified by the City at the time of bid opening. The procedures for qualification and pre - qualification are outlined in the Section 00 21 13 — INSTRUCTIONS TO BIDDERS. DOCUMENT EXAMINATION AND PROCUREMENTS The Bidding and Contract Documents may be examined or obtained on-line by visiting the City of Fort Worth's Purchasing Division website at 11ttp://www.fortwoi-tlitexas.g_ov/purchasing// and clicking on the Buzzsaw link to the advertised project folders on the City's Buzzsaw site. The Contract Documents may be downloaded, viewed, and printed by interested contractors and/or suppliers. The contractor is required to fill out and notarize the Certificate of Interested Parties Form 1295 and the form must be submitted to the Project Manager before the contract will be presented to the City Council. The form can be obtained at https://www.ethics.state.tx.us/filini!info/1295/ Copies of the Bidding and Contract Documents may be purchased from DAL -TECH Engineering Inc. which is a following 17400 Dallas Parkway, Suite 110, Dallas, TX 75248 The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $80 Set of Bidding and Contract Documents with half size (if available) drawings: $45 CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10 t 121 Revised December 22, 2016 001113-2 INVITATION TO BIDDERS Page 2 of 2 PREBID CONFERENCE A prebid conference may be held as described in Section 00 21 13 - INSTRUCTIONS TO BIDDERS at the following location, date, and time: DATE: December 17`h, 2019 TIME: 10: 00 AM PLACE: 200 Texas Street, Fort Worth, TX 76102 LOCATION: TPW Conference Room 270 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: Sobhy Abdetnafea, RE, City of Fort Worth Email: Sobhy.Abdelnafea@fortworthtexas.gov Phone: 817-392-5026 AND/OR Attn: Greg Robbins, P.E., City of Fort Worth Email: Greg.Robbins@fortworthtexas.gov Phone: 817-392-5565 AND/OR Attn: Sedi Toumani, P.E., DAL-TECHEngineering, Inc. Email: stoumani@DAL-TECH.com Phone: 972-250-2727 AND/OR Attn: Amir Tabesh, Ph.D., DAL -TECH Engineering, Inc. Email: atabesh@DAL-TECH.com Phone: 972-250-2727 ADVERTISEMENT DATES December 05, 2019 December 12, 2019 END OF SECTION CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 22, 2016 SECTION 00 2113 INSTRUCTIONS TO BIDDERS 1. Defined Terms 002113-1 INSTRUCTIONS TO BIDDERS Page 1 of 10 1.1. Terms used in these INSTRUCTIONS TO BIDDERS, which are defined in Section 00 72 00 - GENERAL CONDITIONS. 1.2, Certain additional terms used in these INSTRUCTIONS TO BIDDERS have the meanings indicated below which are applicable to both the singular and plural thereof. 1.2.1. Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents. 1.2.2. Nonresident Bidder: Any person, firm, partnership, company, association, or corporation acting directly through a duly authorized representative, submitting a bid for performing the work contemplated under the Contract Documents whose principal place of business is not in the State of Texas. 1.2.3. Successful Bidder: The lowest responsible and responsive Bidder to whom City (on the basis of City's evaluation as hereinafter provided) makes an award. 2. Copies of Bidding Documents 2.1. Neither City nor Engineer shall assume any responsibility for errors or misinterpretations resulting from the Bidders use of incomplete sets of Bidding Documents. 2.2. City and Engineer in making copies of Bidding Documents available do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license or grant for any other use. 3. Prequalification of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalified for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalif ed (even if inadvertently opened) shall not be considered. Prequaliftcation requirement work types and documentation are as follows: 3.1.1. Paving — Requirements document located at; https://projectpoint.buzzsaw. colrl/fortworthgov/Resources/02%20- %20Constructi on%20Documents/Contractor%20Prequalif ication/TP W %20Paving 20Contractor%2OPrequalification%2OProuaiin/PREQUALIFICA TION% o20REQ UIREMENTS%20FOR%20PAVING %2000NTRA CTORS.PDF?public 3.1.2. Roadway and Pedestrian Lighting — Requirements document located at; https_//proj ectpoint. buzzsaw. conVfortworthgov/Resources/02%20- %20Consti-uction%2ODocuinents/Contractor%2OPre ualification/TPW%2ORoadwa .%20and%20Pedestrian%20Lighting%20Prequaiification%20ProaalaVSTREET% 20LIGHT%20PREQUAL%20REQMNTS.pd1'?public CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101121 Revised August 21, 2015 0021 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 10 3.1.3. Water and Sanitary Sewer — Requirements document located at; httpsu////i)roj eetpoint.buzzsaw.com/fortworth�4ov/Resources/02%20- %20Construction%2ODocuments/Contractor%2OPre ualification/Water%20and%2 OSanitary%2OSewer%2OContractor%2OPrequalification%o2OProgram/W SS%20pre qual%20requirements:do0public 3.2. Each Bidder unless currently prequalified, must be prepared to submit to City within seven (7) calendar days prior to Bid opening, the documentation identified in Section 00 45 11, BIDDERS PREQUALIFICATIONS. 3.2.1. Submission of and/or questions related to prequalification should be addressed to the City contact as provided in Paragraph 6.1. 3.3. The City reserves the right to require any pre -qualified contractor who is the apparent low bidder(s) for a project to submit such additional information as the City, in its sole discretion may require, including but not limited to manpower and equipment records, information about key personnel to be assigned to the project, and construction schedule, to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully complete projects for the amount bid within the stipulated time frame. Based upon the City's assessment of the submitted information, a recommendation regarding the award of a contract will be made to the City Council. Failure to submit the additional information, if requested, may be grounds for rejecting the apparent low bidder as non -responsive. Affected contractors will be notified in writing of a recommendation to the City Council. 3.4. In addition to prequalification, additional requirements for qualification may be required within various sections of the Contract Documents. 4. Examination of Bidding and Contract Documents, Other Related Data, and Site 4.1. Before submitting a Bid, each Bidder shall: 4.1.1. Examine and carefully study the Contract Documents and other related data identified in the Bidding Documents (including "technical data" referred to in Paragraph 4.2. below). No information given by City or any representative of the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.2. Visit the site to become familiar with and satisfy Bidder as to the general, local and site conditions that may affect cost, progress, performance or furnishing of the Work. 4.1.3. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101121 Revised August 21, 2015 0021 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 10 4.1.4. Be advised, City, in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d to 2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally -assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration of award. 4.1.5. Study all: (i) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in the Contract Documents as containing reliable "technical data" and (ii) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data." 4.1.6. Be advised that the Contract Documents on file with the City shall constitute all of the information which the City will furnish. All additional information and data which the City will supply after promulgation of the formal Contract Documents shall be issued in the form of written addenda and shall become part of the Contract Documents just as though such addenda were actually written into the original Contract Documents. No information given by the City other than that contained in the Contract Documents and officially promulgated addenda thereto, shall be binding upon the City. 4.1.7. Perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which will be encountered during the construction of the project. On request, City may provide each Bidder access to the site to conduct such examinations, investigations, explorations, tests and studies as each Bidder deems necessary for submission of a Bid. Bidder must fill all holes and clean up and restore the site to its former conditions upon completion of such explorations, investigations, tests and studies. 4.1.8. Determine the difficulties of the Work and all attending circumstances affecting the cost of doing the Work, time required for its completion, and obtain all information required to make a proposal. Bidders shall rely exclusively and solely upon their own estimates, investigation, research, tests, explorations, and other data which are necessary for full and complete information upon which the proposal is to be based. It is understood that the submission of a proposal is prima -facie evidence that the Bidder has made the investigation, examinations and tests herein required. Claims for additional compensation due to variations between conditions actually encountered in construction and as indicated in the Contract Documents will not be allowed. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.701121 Revised August 21, 2015 0021 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 10 4.1.9. Promptly notify City of all conflicts, errors, ambiguities or discrepancies in or between the Contract Documents and such other related documents. The Contractor shall not take advantage of any gross error or omission in the Contract Documents, and the City shall be permitted to make such corrections or interpretations as may be deemed necessary for fulfillment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.2.1. Those reports of explorations and tests of subsurface conditions at or contiguous to the site which have been utilized by City in preparation of the Contract Documents. The logs of Soil Borings, if any, on the plans are for general information only. Neither the City nor the Engineer guarantee that the data shown is representative of conditions which actually exist. 4.2.2. Those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site that have been utilized by City in preparation of the Contract Documents. 4.2.3. Copies of such reports and drawings will be made available by City to any Bidder on request. Those reports and drawings may not be part of the Contract Documents, but the "technical data" contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.02 of the General Conditions has been identified and established in Paragraph SC 4.02 of the Supplementary Conditions. Bidder is responsible for any interpretation or conclusion drawn from any "technical data" or any other data, interpretations, opinions or information. 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) that Bidder has complied with every requirement of this Paragraph 4, (ii) that without exception the Bid is premised upon performing and furnishing the Work required by the Contract Documents and applying the specific means, methods, techniques, sequences or procedures of construction (if any) that may be shown or indicated or expressly required by the Contract Documents, (iii) that Bidder has given City written notice of all conflicts, errors, ambiguities and discrepancies in the Contract Documents and the written resolutions thereof by City are acceptable to Bidder, and when said conflicts, etc., have not been resolved through the interpretations by City as described in Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by Paragraph 4.06 of the General Conditions, unless specifically identified in the Contract Documents. 5. Availability of Lands for Work, Etc. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101121 Revised August 21, 2015 0021 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 10 5.1. The lands upon which the Work is to be performed, rights -of -way and easements for access thereto and other lands designated for use by Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by City unless otherwise provided in the Contract Documents. 5.2.Outstanding right-of-way, easements, and/or permits to be acquired by the City are listed in Paragraph SC 4.01 of the Supplementary Conditions. In the event the necessary right- of-way, easements, and/or permits are not obtained, the City reserves the right to cancel the award of contract at any time before the Bidder begins any construction work on the project. 5.3. The Bidder shall be prepared to commence construction without all executed right-of- way, easements, and/or permits, and shall submit a schedule to the City of how construction will proceed in the other areas of the project that do not require permits and/or easements. 6. Interpretations and Addenda 6.1. All questions about the meaning or intent of the Bidding Documents are to be directed to City in writing on or before 2 p.m., the Monday prior to the Bid opening. Questions received after this day may not be responded to. Interpretations or clarifications considered necessary by City in response to such questions will be issued by Addenda delivered to all parties recorded by City as having received the Bidding Documents. Only questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Address questions to: City of Fort Worth 200 Texas Street Fort Worth, TX 76102 Attn: Greg Robbins, P.E., City of Fort Worth Email: Greg. Robbins@fortworthtexas.gov Phone: (817) 392-2333 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 6.3. Addenda or clarifications may be posted via Buzzsaw at: https://proj ectpoint.buzzsaw. com/fortworthgov/Advertised/101121 %20- %202018%20Bond%20Street%20Reconstruction%2O%20-%20Contract%203?public Bond St Recon Contract 3/Bid Document Package. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised August 21, 2015 0021 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 10 6.4. A prebid conference may be held at the time and place indicated in the Advertisement or INVITATION TO BIDDERS. Representatives of City will be present to discuss the Project. Bidders are encouraged to attend and participate in the conference. City will transmit to all prospective Bidders of record such Addenda as City considers necessary in response to questions arising at the conference. Oral statements may not be relied upon and will not be binding or legally effective. 7. Bid Security 7.1. Each Bid must be accompanied by Bid Bond made payable to City in an amount of five (5) percent of Bidder's maximum Bid price on form attached, issued by a surety meeting the requirements of Paragraphs 5.01 of the General Conditions. 7.2. The Bid Bond of all Bidders will be retained until the conditions of the Notice of Award have been satisfied. If the Successful Bidder fails to execute and deliver the complete Agreement within 10 days after the Notice of Award, City may consider Bidder to be in default, rescind the Notice of Award, and the Bid Bond of that Bidder will be forfeited. Such forfeiture shall be City's exclusive remedy if Bidder defaults. The Bid Bond of all other Bidders whom City believes to have a reasonable chance of receiving the award will be retained by City until final contract execution. 8. Contract Times The number of days within which, or the dates by which, Milestones are to be achieved in accordance with the General Requirements and the Work is to be completed and ready for Final Acceptance is set forth in the Agreement or incorporated therein by reference to the attached Bid Form. 9. Liquidated Damages Provisions for liquidated damages are set forth in the Agreement. 10. Substitute and "Or -Equal" Itemis The Contract, if awarded, will be on the basis of materials and equipment described in the Bidding Documents without consideration of possible substitute or "or -equal" items. Whenever it is indicated or specified in the Bidding Documents that a "substitute" or "or - equal" item of material or equipment may be furnished or used by Contractor if acceptable to City, application for such acceptance will not be considered by City until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by City is set forth in Paragraphs 6.05A., 6.0513. and 6.05C. of the General Conditions and is supplemented in Section 0125 00 of the General Requirements. 11. Subcontractors, Suppliers and Others CITY OF FORT WORTH 2019 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101121 Revised August 21, 2015 0021 13-7 INSTRUCTIONS TO BIDDERS Page 7 of 10 11.1. In accordance with the City's Business Diversity Enterprise Ordinance No. 20020- 12-2011 (as amended), the City has goals for the participation of minority business and/or small business enterprises in City contracts. A copy of the Ordinance can be obtained from the Office of the City Secretary. The Bidder shall submit the MBE and SBE Utilization Form, Subcontractor/Supplier Utilization Form, Prime Contractor Waiver Form and/or Good Faith Effort Form with documentation and/or Joint Venture Form as appropriate. The Forms including documentation must be received by the City no later than 2:00 P.M. CST, on the second business days after the bid opening date. The Bidder shall obtain a receipt from the City as evidence the documentation was received. Failure to comply shall render the bid as non- responsive. 11.2. No Contractor shall be required to employ any Subcontractor, Supplier, other person or organization against whom Contractor has reasonable objection. 12. Bid Form 12.1. The Bid Form is included with the Bidding Documents; additional copies maybe obtained from the City. 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item, alternative, and unit price item listed therein. In the case of optional alternatives, the words "No Bid," "No Change," or "Not Applicable" may be entered. Bidder shall state the prices, written in ink in both words and numerals, for which the Bidder proposes to do the work contemplated or furnish materials required. All prices shall be written legibly. In case of discrepancy between price in written words and the price in written numerals, the price in written words shall govern. 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed. The corporate address and state of incorporation shall be shown below the signature. 12.4. Bids by partnerships shall be executed in the partnership name and signed by a partner, whose title must appear under the signature accompanied by evidence of authority to sign. The official address of the partnership shall be shown below the signature. 12.5. Bids by limited liability companies shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and official address. 12.7. Bids by joint ventures shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown_ 12.8. All names shall be typed or printed in ink below the signature. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101121 Revised August 21, 2015 0021 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 10 12.9. The Bid shall contain an acknowledgement of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form. 12.10. Postal and e-mail addresses and telephone number for communications regarding the Bid shall be shown. 12.11. Evidence of authority to conduct business as a Nonresident Bidder in the state of Texas shall be provided in accordance with Section 00 43 37 — Vendor Compliance to State Law Non Resident Bidder. 13. Submission of Bids Bids shall be submitted on the prescribed Bid Form, provided with the Bidding Documents, at the time and place indicated in the Advertisement or INVITATION TO BIDDERS, addressed to Purchasing Manager of the City, and shall be enclosed in an opaque sealed envelope, marked with the City Project Number, Project title, the name and address of Bidder, and accompanied by the Bid security and other required documents. If the Bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation "BID ENCLOSED" on the face of it. 14. Modification and Withdrawal of Bids 14.1. Bids addressed to the Purchasing Manager and filed with the Purchasing Office cannot be withdrawn prior to the time set for bid opening. A request for withdrawal must be made in writing by an appropriate document duly executed in the manner that a Bid must be executed and delivered to the place where Bids are to be submitted at any time prior to the opening of Bids. After all Bids not requested for withdrawal are opened and publicly read aloud, the Bids for which a withdrawal request has been properly filed may, at the option of the City, be returned unopened, 14.2. Bidders may modify their Bid by electronic communication at any time prior to the time set for the closing of Bid receipt. 15. Opening of Bids Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An abstract of the amounts of the base Bids and major alternates (if any) will be made available to Bidders after the opening of Bids. 16. Bids to Remain Subject to Acceptance All Bids will remain subject to acceptance for the time period specified for Notice of Award and execution and delivery of a complete Agreement by Successful Bidder. City may, at City's sole discretion, release any Bid and nullify the Bid security prior to that date. 17. Evaluation of Bids and Award of Contract CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101 121 Revised August 21, 2015 0021 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 10 17.1. City reserves the right to reject any or all Bids, including without limitation the rights to reject any or all nonconforming, nonresponsive, unbalanced or conditional Bids and to reject the Bid of any Bidder if City believes that it would not be in the best interest of the Project to make an award to that Bidder, whether because the Bid is not responsive or the Bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by City. City also reserves the right to waive informalities not involving price, contract time or changes in the Work with the Successful Bidder. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. Discrepancies between words and figures will be resolved in favor of the words. 17.1.1. Any or all bids will be rejected if City has reason to believe that collusion exists among the Bidders, Bidder is an interested party to any litigation against City, City or Bidder may have a claim against the other or be engaged in litigation, Bidder is in arrears on any existing contract or has defaulted on a previous contract, Bidder has performed a prior contract in an unsatisfactory manner, or Bidder has uncompleted work which in the judgment of the City will prevent or hinder the prompt completion of additional work if awarded. 17.2- City may consider the qualifications and experience of Subcontractors, Suppliers, and other persons and organizations proposed for those portions of the Work as to which the identity of Subcontractors, Suppliers, and other persons and organizations must be submitted as provided in the Contract Documents or upon the request of the City. City also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed.for incorporation in the Work when such data is required to be submitted prior to the Notice of Award. 17.3. City may conduct such investigations as City deems necessary to assist in the evaluation of any Bid and to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers and other persons and organizations to perform and furnish the Work in accordance with the Contract Documents to City's satisfaction within the prescribed time. 17.4. 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. 17.5. If the Contract is to be awarded, it will be awarded to lowest responsible and responsive Bidder whose evaluation by City indicates that the award will be in the best interests of the City. 17.6. Pursuant to Texas Government Code Chapter 2252.001, the City will not award contract to a Nonresident Bidder unless the Nonresident Bidder's bid is lower than the lowest bid submitted by a responsible Texas Bidder by the same amount that a Texas resident bidder would be required to underbid a Nonresident Bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located. CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101121 Revised August 21, 2015 0021 13 - 10 INSTRUCTIONS TO BIDDERS Page 10 of 10 17.7. A contract is not awarded until formal City Council authorization. If the Contract is to be awarded, City will award the Contract within. 90 days after the day of the Bid opening unless extended in writing. No other act of City or others will constitute acceptance of a Bid. Upon the contractor award a Notice of Award will be issued by the City. 17.8. Failure or refusal to comply with the requirements may result in rejection of Bid. 18. Signing of Agreement When City issues a Notice of Award to the Successful Bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement. Within 14 days thereafter Contractor shall sign and deliver the required number of counterparts of the Agreement to City with the required Bonds, Certificates of Insurance, and all other required documentation. City shall thereafter deliver one fully signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No.101121 Revised August 21, 2015 0035 13 BID FORM Page 1 of 1 SECTION 00 35 13 CONFLICT OF INTEREST STATEMENT Each bidder, offeror or respondent (hereinafter referred to as "You") to a City of Fort Worth procurement may be required to complete a Conflict of Interest Questionnaire (the attached CIQ Form) and/or a Local Government Officer Conflicts Disclosure Statement (the attached CIS Form) pursuant to state law. You are urged to consult with counsel regarding the applicability of these forms to your company. The referenced forms may be downloaded from the links provided below. http://www.ethics.state.tx.us/forms/ClQ.pdf http://www.ethics.state.tx.us/forms/CIS.pdf ❑ CIQ Form does not apply ❑ CIQ Form is on file with City Secretary CIQ Form is being provided to the City Secretary ❑ CIS Form does not apply ❑ CIS Form is on File with City Secretary M CIS Form is being provided to the City Secretary BIDDER: Stabile & Winn, Inc. Company P.O. Box 79380 Address Saginaw, TX 76179 City/State/Zip END OF SECTION By: Jerry nderson Signature: Tit e: Vice President (Please Print) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20171109 101121_Bid Proposal workbook - Addendum #2 CONFLICT OF INTEREST QUESTIONNAIRE FORM CIO For vendor doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. OFFICE USE ONLY This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who Date Received has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. -1J Name of vendor who has a business relationship with local governmental entity. Stabile & Winn, Inc. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.) 3 Name of local government officer about whom the information is being disclosed. NONE Name of Officer 4 Describe each employment or other business relationship with the local government officer, or a family member of the officer, as described by Section 176.003(a)(2)(A). Also describe any family relationship with the local government officer. Complete subparts A and B for each employment or business relationship described. Attach additional pages to this Form CIO as necessary. A. Is the local government officer or a family member of the officer receiving or likely to receive taxable income, other than investment income, from the vendor? Yes ® No B. Is the vendor receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer or a family member of the officer AND the taxable income is not received from the local governmental entity? F] Yes F--x] No 5 Describe each employment or business relationship that the vendor named in Section 1 maintains with a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership interest of one percent or more. NONE s ❑Check this box if the vendor has given the local government officer or a family member of the officer one or more gifts as described in Section 176. 03(a)(2)(B), excluding gifts described in Section 176.003(a-1). 7 q/—,— zov� C) I i at o or doing business with the governmental entity Rate Form provided by Texas Ethics Commission www.ethics.state.tx.us Revised 11/30/2015 0041 00 BID FORM Page 1 of 3 SECTION 00 41 00 BID FORM TO: The Purchasing Manager c/o: The Purchasing Division 200 Texas Street City of Fort Worth, Texas 76102 FOR: 2018 BOND STREET RECONSTRUCTION - CONTRACT 3 - Creekfail Dr. from Misty Ridge Dr. to Basswood Blvd. - Rosita St. from Glen Eden Dr. to Jean Hills Ln. - Mesa Verde Trail from Basswood to Isle Royale Dr. City Project No.: 101121 Units/Sections: UNIT 1: PAVING IMPROVEMENTS UNIT 2: WATER IMPROVEMENT - 8" WATER LINE UNIT 3: SANITARY SEWER IMPROVEMENT - 8" SANITARY SEWER LINE & 4' D1A. SSMH 1. Enter Into Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form included in the Bidding Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Bid Price and within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER Acknowledgements and Certification 2.1. In submitting this Bid, Bidder accepts all of the terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitation those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of all costs to provide the required insurance, will do so pending contract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder certifies that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or Corporation. 2.4. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. 2.5. Bidder has not solicited or induced any individual or entity to refrain from bidding. 2.6. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph: a. "corrupt practice" means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process. b. "fraudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENT S Form Revised 20150821 101121_Bid Proposal Workbook - Addendum #2 0041 00 BID FORM Page 2of3 c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificial, non- competitive levels. d. "coercive practice" means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 3. Prequalification The Bidder acknowledges that the following work types must be performed only by prequalified contractors and subcontractors: a. PAVING RECONSTRUCTION IMPROVEMENT b. WATER IMPROVEMENT -- 8" WATER LINE c. SANITARY SEWER IMPROVEMENT - 8" SANITARY SEWER LINE & 4' DIA. SSMH 4. Time of Completion 4.1. The Work will be complete for Final Acceptance within 210 days after the date when the the Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 4.2. Bidder accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work (and/or achievement of Milestones) within the times specified in the Agreement. 5. Attached to this Bid The following documents are attached to and made a part of this Bid: a. This Bid Form, Section 00 41 00 b. Required Bid Bond, Section 00 43 13 issued by a surety meeting the requirements of Paragraph 5.01 of the General Conditions. G. Proposal Form, Section 00 42 43 d. Vendor Compliance to State Law Non Resident Bidder, Section 00 43 37 e. MWBE Forms (optional at time of bid) f. Prequalification Statement, Section 00 45 12 g. Conflict of Interest Affidavit, Section 00 35 13 *If necessary, CIO or CIS forms are to be provided directly to City Secretary h. Any additional documents that may be required by Section 12 of the Instructions to Bidders CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOGUMENTS Form Revised 20150821 101121_Bid Proposal Workbook - Addendum #2 0041 00 BID FORM Page 3 of 3 6. Total Bid Amount 6.1. Bidder will complete the Work in accordance with the Contract Documents for the following bid amount. In the space provided below, please enter the total bid amount for this project. Only this figure will be read publicly by the City at the bid opening. TOTAL BID AMOUNT $ 1,665,778.50 6.2. It is understood and agreed by the Bidder in signing this proposal that the total bid amount entered below is subject to verification and/or modification by multiplying the unit bid prices for each pay item by the respective estimated quantities shown in this proposal and then totaling all of the extended amounts. 7. Bid Submittal This Bid is submitted on RespectfullyAbrr^d, By (Signature) Jerry Henderson (Printed Name) Title: Vice President Company: Stabile & Winn, Inc. Address: P.O. Box 79380 Saginaw, TX 76179 State of Incorporation: Texas Email: merry. hendersonastabilewinn.com Phone: 817-829-5854 Jan. 16, 2020 END OF SECTION by the entity named below. Receipt is acknowledged of the following Addenda: Initial Addendum No. 1: Addendum No. 2: Addendum No. 3: Addendum No. 4: Corporate Seal: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMIcNTS Form Revised 20150821 101121_Bid Proposal Workbook - Addendum #2 M 4211 HIDPkuFOSAL Ng I of 2 SI-Cl ION 00 42 43 PROPOSAL FORM UNIT PRICE BID BIDDER'S APPLICATION Project hurn Information Bidder's Proposal HOW Item Na_ 1-1 ❑escrption 3171.0101 Construction Staking atio on ;01 Unit of Measure Bid quantity Unit Price Bid Value 3 LS 1 $11,900.00 $ 11,900.00 1-2 02410100 Remove Sidewalk D2 41 13 SF 11.884 $1.50 $ 17.826.00 I-3 D241.0300 Remove AUA Ramp 0241 13 EA 13 $200.00 $ 2.600.00 1-4 0241.0401 Remove Concrete ❑rive 0241 13 0241 13 SF EA 14,807 $1.50 24 $100.00 $ 22,210.50 $ 2.400.00 I-5 0241.0700 Remove and Reset Mailbox 1-6 0241.1000 Remove Cone Pvmt (including monolithic curb & guller) 0241 15 SY 11,770 $11.50 $ 135,355.00 1-7 0241.1100 Remove Asphalt PaVemont 0241 15 0241 15 SY SF 42 $9.00 1.012 $1 00 $ 378.00 $ 1,012.00 1-8 0241.1200 Remove Brick Pvmt 1-9 3110.0101 Site Clearing 31 1000 31 1 U DO LS LA 1 $500.00 18 $650.00 $ 500.00 $ 11,700.00 1-10 3110.0103 12"-18" Tree Removal 1-11 3110.0104 W'-24" Tree Removal 31 1000 EA 23 $80000 $ 18.400,00 1-12 3123.0101 Unclassified Excavation by Plan 312316 31 2506 CY LS 2,250 $20.00 1 $1,100.00 $ 45,0oo.O0 $ 1,100.00 143 3125.0101 SWPPP 1-14 3211.0400 Hydrated Lime 32 11 29 TN 255 $190.00 $ 48,454(10 1-15 3211.0502 8" Lime Treatment 1@381bs13Y) 32 11 29 SY 11'500 $3.75 $ 43,125.00 1-16 3211,0502 8" lime Treatment (@47 IbslSY] 32 11 29 SY 1,770 $3.76 $ 6,637.50 1-17 3212.0401 HMAC Transition _ 32 12 16 TN 7 $275.00 $ 1,787.50 14B 3213.01016" Concrete Pavement 321313 SY 10,725 $54.00 $ 578,150.00 1-19 3213,0103 8" Concrete Pavement 3213.0301 4" Cone Sidewalk 321313 SY 1,6s0 $68.00 $ 112,200.00 1-20 32 13 20 SF 15,494 $7.00 $ 108,458.00 1-21 3213,0311 4" Cone Sidewalk, Adjacent to Curb 32 13 20 37 13 20 SF LF 746 $8-25 6.118 $2.00 $ 6,154.50 $ 12.236,00 1-22 3213.0322 Cone Curb of Back of Sidewalk 1-23 3213. 0401 8" Concrete Driveway 32 13 20 SF 14,807 $9.00 $ 133,263.00 1-24 3213.0504 Barrier Free Ramp Type M-2 3213.0506 Barrier Free Ramp Type A-1 32 13 20 FA 1 $2.000.00 $ 2,000.00 1-25 32 13 20 EA 14 $2.000.00 $ 28.000.00 1-26 3217.5001 Curb Address Painting 32 11 25 EA 97 $65.00 $ 6,305.00 1-27 3291.0100 Topsail 32 91 19 CY 350 $22,00 $ 7.700,00 1-28 3292.0100 Block Sod Placement 32 92 13 SY 2,957 $4.50 $ 13,3D6.50 1-29 331)5.0108 Miscellaneous Utility Adjustment (Irrigation) 32 92 13 LS 1. $30,000.00 $ 30,00D.01) 130 3305.0107 Manhole Adjustment, Minor 33 0514 EA 16 $40000 $ 6,400.00 1-31 3305.0108 Remove & Replace Curb Iniet Tap 33 OS 14 FA 4 $5,200.00 3 20,800.00 1-32 3441.4110 Remove and Reinstall Sign Panel and Post 34 41 30 E.A 2 $476.00 $ 950.00 1-33 3471.00,01 Traffic Control 3471 13 MO 7 $2,775.00 $ 19,425.00 1-34 9999.0001 Street Header LF 335 8.00 2,680.00 1-35 9998.ODD2 Barrier Free Ramp Type P-1 Special EA 2 $2,000.00 $ 4,0011.00 1-36 9999.0003 Construction New Brick Mailbox 1D 55 23 FA 11 $1,100.00 $ 12,100.W 1-37 9999.0004 Stamped Colored Cone for Median 9999.ODDB Tree Protection SF 1,012 $1200 $ 12,144.00 130 EA 29 $250.00 $ 7,250.00 1-39 9999.0006 Mailbox Protection EA 5 $100.00 $ 500.00 1-40 9999.00D7 paving Reconstruction Improvement Aflowarce LS 1 $50,00001) $ 50,000.00 SUB107AL -PAVING RECONSTRUCTION IMPROVEMENT $ 1,545,403.50 ClT Of 17ORT WORTH S fANDA"WNSTR MON SPIM11CAU01N DOCU\IEX' F.-H- d201201M 201121_ Bid Pipnsn 1VorUb-Adk,.d u, 92 004243 RIO PR IPOSAI. P4.2 or2 II-1 3306.0108 Miscellaneous Struclum Adjustment (Meter I lox Incid. Conc. Noses) 33 05 14 FA 18 $200,00 $ 3.600.00 II-2 3305.0108 Miscellaneous Structure Adjustment (Meter Has [neld. Plastic E3oxes) 3305 14 EA 67 $150.00 S 10.050-00 II-3 3305.0112 Water Valve -Box Adjustment - 33 05 14 EA 13 $200.00 $ 2.600.00 II-4 3312.2001 1" Water Service Malor Reconnection 33 12 1D EA 5 $525.00 $ 2,625.00 II-5 3312.2003 1" Water Service 33 t2 10 EA 5 $2,300.00 $ 11,500.00 II-6 3305.0112 Concrete Colfar 33 05 17 LA 13 $200A0 $ 2,600.00 II-79999.0D05 Waterlmprovemanl Allowance LS 1 $10.000.00 $ 10,000A0 SUBTOTAL - WATER IMPROVEMENT $ 42,975.00 III-1 3305.0108 Miscellaneous Structural Adjustment, Creekfall Drive, STA In 155,66 33 05 14 33 05 '14 EA EA 1 1 S4,100.00 $4,100.00 $4,100.00 $4,100.00 III-2 3305.010B Miscellaneous Structural Adjustment. Crcektall Onve, STA 16+84.98 III-3 3305.0108 Miscellaneous Structural Adjustment, Creektell Drive, STA 19+24.00 mm 33 05 14 EA 1 $4.100.00 $4,100.00 III-4 3305.0108 Miscellaneous Siruelural Adjustment. Mesa Verde l rail. SJA 11161.21 330514 LA 1 $4,100.00 $4,10000 0I-5 3305.0108 Miseellaneaus Structural Adjustmunt. Mesa Verde I ail. S IA 11' R3.58 33 05 I4 FA 1 $4,100.00 $4.100 00 III-6 3305.0108 Miscellaneous Structural Atljustment, Musa Vurdo I rail. SIA 13162.51 33 05 14 EA EA 1 1 $4,100.00 $4,100.00 $4,10000 $4,100,00 III-7 3305.0108 Miscellaneous Structural Atljustment, Musa Verde hall. S IA 18+8/.58 33 05 14 III-8 3305.0108 Miscellaneous Structural Adjustment. Mesa Verde I rarl, S I A 11)-145.58 33 05 14 EA 1 $4.100.00 $4,100.00 III-9 3305.0108 Miscellaneous Structural Adjustment. Mesa Verde Trail. SIA 21 Q'268 33 05 14 EA 1 $4,100.00 $4,100.00 III-10 3305.0108 Miscellaneous Structural Adjustment. Mesa Verde I rail. S]A 71 -9/.56 33 05 14 EA 1 S4,10o.00 $4,10000 III-11 33050108 MISCGBaneous Structural Adjustment, Mesa Verde I rail, S TA 24, 04.20 3305.0108 Miscellaneous Structural Adjustment, Mesa Verde I rail, SI A 26 r01 J4 33050108 Miscellaneous Structural Adjustment. Mesa Verde I rail. S IA 26 r91.12 3305.0108 Miscellaneous Structural Adjustment, Rosila Strout, STA sj rS 4 3305 14 EA 1 $4,100.00 $4.100.00 III-12 3306 14 EA 1 $4.100 00 $4,10000 M-13 33 06 14 EA 1 $4,100.00 $4.100,00 III-14 33 OS 14 LA 1 $4.100.00 $4,100.00 III-15 9999.DD06 Sanitary Sewer Improvement Allowance 00 00 00 LS 1- $20.000.00 $20,000.00 SUBTOTAL - SANITARY SEWER IMPROVEMENT $77,400.00 Bic! Summary Base Bid UNIT I: PAVING RECONSTRUCTION IMPROVEMENT $ %W,403.50 UNIT II: WATER IMPROVEMENT $ 42,975.00 UNIT III: SANITARY SEWER IMPROVEMENT s 77,400.00 TOTAL BID $ 1,665,778.60 IF NO DF SECTION CITY OF. Ii Jtr WORTH STANDARD COSfSf1HL'CTI0N SPITIFICATIONDO ,% \TS r-x-j-1 tin l006 101 Ol Rid Pr -I wmks-lk-Ad&,,d.m s2 Bid Bond Surety Department KNOW ALL MEN BY THESE PRESENTS, That we, Stabile & Winn, Inc., as Principal, hereinafter called the Principal, and the Great American Insurance Company of New York, a Corporation created and existing under the laws of the State of New York, whose principal office is in Cincinnati, OH, as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Fort Worth, Texas, as Obligee, hereinafter called the Obligee, in the sum of Five Percent 5% of the amount bid Dollars ($------------), for the payment of which sum, well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Whereas, the Principal has submitted a bid for 2018 Bond Street Reconstruction -- Contract No. 3 Unit I — Paving Improvement; Unit II — Water Improvement: Unit III -_Sanitary Sewer Improvement Creekfall Drive (Misty Ridge Dr. to Basswood Blvd.); Rosita Street (Glen Eden Dr. to Jean Hills Ln.); Mesa Verde Trail (Basswood Blvd. to Isle Royale Dr.) City Proiect No. 101121 NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and scaled this 16th day of January, 2020. Attest: Stabile & Winn Witness: 'Great American Insurance Company of New York By: By racy Tuck r, y-in-F (SEAL) Form S-3266-4 Printed in U.S.A. 12-70 GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York Administrative Office: 301 E 4TH STREET a CINCINNATI, OHIO 45202 0 513-369-5000 o FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than SIX No p 14893 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK, a corporation organized and existing under and by virtue of the laws of the State of New York, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power TRACY TUCKER STEVEN TUCKER ALL OF W. LAWRENCE BROWN BENNETT BROWN FORT WORTH, KEVIN J. DUNN ROBERTA ERB TEXAS ALL $100,000,000.00 This Power of Attorney revokes all previous powers issued on behalf of the attorneys) -in -fact named above. IN WITNESS WHEREOF, the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 13TH day of MARCH 5 2018 . Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK 3 SEAL /J • 'SEAL J' 6 � � 4 .4ssisfant Secretary DivisianalSenior Yice President DAVID C. KITCHIN 1877-377-2405i STATE OF OHIO, COUNTY OF HAMILTON-ss: On this 13TH day of MARCH , 2018 , before me personally appeared DAVID C. KITCHIN, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company of Now York, the Company described in and which executed the above instrument; that he knows the seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New York by unanimous written consent dated May 14, 2009. RESOLVED. That the Divisional President, the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisional Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attorneys -in -Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,- to prescribe their respective duties and the respective limits of their authority, and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of eithergiven for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company of New York, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of May 14, 2009 have not been revoked and are now in full force and effect. Signed and sealed this 16thday of January 2020 Assislant Secretary S1185L (08/15) 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. PI BIDDER: By: Stabile & Winn, Inc. Jerry He4derson Company P.O. Box 79380 Signature: Address Saginaw, TX 76179 Title: Vice President City/State/Zip (Please Print) END OF SECTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 101121_Sid Proposal Workbook - Addendum #2 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 SECTION 00 4511 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 prequalifted 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 31 st 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/tMpermit/ 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. 14) 1016) 9101 C41 &.161 Wril STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 00 45 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 falls within the time anew 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 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 BOND STREET RECONSTRUCTION — Contract 3 CityProject No. 101121 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 WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 The Page Intentionally Left Blank CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 0045 13 - 1 BIDDER PREQUALIFICATION APPLICATION FoR� WO TK% TH Page 1 of 8 SECTION 00 45 13 BIDDER PREQUALIFICATION APPLICATION Date of Balance Sheet Name under which you wish to qualify Post Office Box City Mark only one: Individual Limited Partnership General Partnership Corporation Limited Liability Company State Zip Code Street Address (required) City State Zip Code Telephone Fax Email Texas Taxpayer Identification No. Federal Employers Identification No. DUNS No. (if applicable) MAIL THIS QUESTIONAIRE ALONG WITH FINANCIAL STATEMENTS TO: CITY OF FORT WORTH TEXAS 1000 THROCKMORTON STREET FORT WORTH, TEXAS 76102-6311 AND MARK THE ENVELOPE: "BIDDER PREQUALIFICATION APPLICATION" CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION - Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 0045 13 - 2 BIDDER PREQUALIFICATION APPLICATION Page 2 of 8 BUSINESS CLASSIFICATION The following should be completed in order that we may properly classify your firm: (Check the block(s) which are applicable — Block 3 is to be left blank if Block 1 and/or Block 2 is checked) Has fewer than 100 employees and/or ❑ Has less than $6,000,000.00 in annual gross receipts OR Does not meet the criteria for being designated a small business as provided in Section 2006.001 of the Texas Government Code. The classification of your firm as a small or large business is not a factor in determining eligibility to become prequalified. MAJOR WORK CATEGORIES Water Department Augur Boring - 24-inch diameter casing and less Augur Boring - Greater than 24-inch diameter casing and greater Tunneling — 36-Inches — 60 —inches, and 350 LF or less Tunneling - 36-Inches — 60 —inches, and greater than 350 LF Tunneling — 66" and greater, 350 LF and greater Tunneling — 66" and greater, 350 LF or Less Cathodic Protection Water Distribution, Development, 8-inch diameter and smaller Water Distribution, Urban and Renewal, 8-inch diameter and smaller Water Distribution, Development, 12-inch diameter and smaller Water Distribution, Urban and Renewal, 12-inch diameter and smaller Water Transmission, Development, 24-inches and smaller Water Transmission, Urban/Renewal, 24-inches and smaller Water Transmission, Development, 42-inches and smaller Water Transmission, Urban/Renewal, 42-inches and smaller Water Transmission, Development, All Sizes Water Transmission, Urban/Renewal, All Sizes Sewer Bypass Pumping, 18-inches and smaller Sewer Bypass Pumping, 18-inches — 36-inches Sewer Bypass Pumping 42-inches and larger CCTV, 8-inches and smaller CCTV, 12-inches and smaller CCTV, 18-inches and smaller CCTV, 24-inches and smaller CCTV, 42-inches and smaller CCTV, 48-inches and smaller CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 0045 13 - 3 BIDDER PREQUALIFICATION APPLICATION Page 3 of 8 MAJOR WORD CATEGORIES, CONTINUED Sewer CIPP, 12-inches and smaller Sewer CIPP, 24-inches and smaller Sewer CIPP, 42-inches and smaller Sewer CIPP, All Sizes Sewer Collection System, Development, 8-inches and smaller Sewer Collection System, Urban/Renewal, 8-inches and smaller Sewer Collection System, Development, 12-inches and smaller Sewer Collection System, Urban/Renewal, 12-inches and smaller Sewer Interceptors, Development, 24-inches and smaller Sewer Interceptors, Urban/Renewal, 24-inches and smaller Sewer Interceptors, Development, 42-inches and smaller Sewer Interceptors, Urban/Renewal, 42-inches and smaller Sewer Interceptors, Development, 48-inches and smaller Sewer Interceptors, Urban/Renewal, 48-inches and smaller Sewer Pipe Enlargement 12-inches and smaller Sewer Pipe Enlargement 24-inches and smaller Sewer Pipe Enlargement, All Sizes Sewer Cleaning, 24-inches and smaller Sewer Cleaning, 42-inches and smaller Sewer Cleaning, All Sizes Sewer Cleaning, 8-inches and smaller Sewer Cleaning, 12-inches and smaller Sewer Siphons 12-inches or less Sewer Siphons 24-inches or less Sewer Siphons 42-inches or less Sewer Siphons All Sizes Transportation Public Works Asphalt Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Asphalt Paving Construction/Reconstruction (15,000 square yards and GREATER) Asphalt Paving Heavy Maintenance (UNDER $1,000,000) Asphalt Paving Heavy Maintenance ($1,000,000 and OVER) X Concrete Paving Construction/Reconstruction (LESS THAN 15,000 square yards) Concrete Paving Construction/Reconstruction (15,000 square yards and GREATER) Roadway and Pedestrian Lighting CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 00 45 13 - 4 BIDDER PREQUALIFICATION APPLICATION Page 4 of 8 1. List equipment you do not own but which is available by renting DESCRIPTION OF EQUIPMENT I NAME AND DETAILED ADDRESS OF OWNER I 2. How many years has your organization been in business as a general contractor under your present name? List previous business names: 3. How many years of experience in construction work has your organization had: (a) As a General Contractor: (b) As a Sub -Contractor: 4. *What projects has your organization completed in Texas and elsewhere? CONTRACT AMOUNT CLASS OF WORK DATE COMPLETED LOCATION CITY -COUNTY- STATE NAME AND DETAILED ADDRESS OF OFFICIAL TO WHOM YOU REFER *If requalifying only show work performed since last statement. 5. Have you ever failed to complete any work awarded to you?_ If so, where and 6.Has any officer or owner of your organization ever been an officer of another organization that failed to complete a contract? If so, state the name of the individual, other organization and reason. 7.Has any officer or owner of your organization ever failed to complete a contract executed in his/her name? If so, state the name of the individual, name of owner and reason. CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION —Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 0045 13 - 5 BIDDER PREQUALIFICATION APPLICATION Page 5 of 8 8. In what other lines of business are you financially interested? Have you ever performed any work for the City?. If so, when and to whom do you refer? 10. State names and detailed addresses of all producers from whom you have purchased principal materials during the last three years. I NAME OF FIRM OR COMPANY I DETAILED ADDRESS 11. Give the names of any affiliates or relatives currently debarred by the City. Indicate your relationship to this person or firm. 12. What is the construction experience of the principal individuals in your organization? NAME PRESENT POSITION OR OFFICE YEARS OF EXPERIENCE MAGNITUDE AND TYPE OF WORK IN WHAT CAPACITY 13. If any owner, officer, director, or stockholder of your firm is an employee of the City, or shares the same household with a City employee, please list the name of the City employee and the relationship. In addition, Iist any City employee who is the spouse, child, or parent of an owner, officer, stockholder, or director who does not live in the same household but who receives care and assistance from that person as a direct result of a documented medical condition. This includes foster children or those related by adoption or marriage. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 0045 13 - 6 BIDDER PREQUALIFICATION APPLICATION Page 6 of 8 CORPORATION BLOCK PARTNERSHIP BLOCK If a corporation: Date of Incorporation Charter/File No. President Vice Presidents If a partnership: State of Organization Date of organization Is partnership general, limited, or registered limited liability partnership? File No. (if Limited Partnership) General Partners/Officers Secretary Treasurer Limited Partners (if applicable) LIMITED LIABILITY COMPANY BLOCK If a corporation: State of Incorporation Date of organization File No. Officers or Managers (with titles, if any) Individuals authorized to sign for Partnership Except for limited partners, the individuals listed in the blocks above are presumed to have full signature authority for your firm unless otherwise advised. Should you wish to grant signature authority for additional individuals, please attach a certified copy of the corporate resolution, corporate minutes, partnership agreement, power of attorney or other legal documentation which grants this authority. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contact 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 14. Equipment 00 45 13 - 7 BIDDER PREQUALIFICATION APPLICATION Page 7 of 8 TOTAL ITEM QUANTITY ITEM DESCRIPTION BALANCESHEET VALUE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Various - TOTAL Similar types of equipment may be lumped together. If your firm has more than 30 types of equipment, you may show these 30 types and show the remainder as 'various". The City, by allowing you to show only 30 types of equipment, reserves the right to request a complete, detailed list of all your equipment. The equipment list is a representation of equipment under the control of the firm and which is related to the type of work for which the firm is seeking qualification. In the description include, the manufacturer, model, and general common description of each. CITY OF FORT WORTH 20N BOND STREET RECONSTRUCTION --- Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 004513-8 BIDDER PREQUALIFICATION APPLICATION Page 8 of 8 BIDDER PREQUALIFICATION AFFIDAVIT STATE OF COUNTY OF The undersigned hereby declares that the foregoing is a true statement of the financial condition of the entity herein first named, as of the date herein first given; that this statement is for the express purpose of inducing the party to whom it is submitted to award the submitter a contract; and that the accountant who prepared the balance sheet accompanying this report as well as any depository, vendor or any other agency herein named is hereby authorized to supply each party with any information, while this statement is in force, necessary to verify said statement. , being duly sworn, deposes and says that he/she is the of , the entity described in and which executed the foregoing statement that he/she is familiar with the books of the said entity showing its financial condition; that the foregoing financial statement taken from the books of the said entity as of the date thereof and that the answers to the questions of the foregoing Bidder Prequalification Application are correct and true as of the date of this affidavit. Firm Name: Signature: Sworn to before me this day of , Notary Public Notary Public must not be an officer, director, or stockholder or relative thereof. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 00 45 12 BID FORM Page 1 of 1 SECTION 00 45 12 PREQUALIFIGATION 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 ROADWAY Stabile &Winn, Inc. 1-Sep-20 CONSTRUCTION WATER IMPROVEMENT - 8" R&D Burns Brothers 30-Apr-20 WATER LINE SANITARY SEWER IMPROVEMENT - 8" SS LINE R&D Burns Brothers 30-Apr-20 WITH 4' DIA. SSMH The undersigned hereby certifies that the contractors and/or subcontractors described in the table above are currently prequalified for the work types listed. Stabile & Winn, Inc. By: Jerry Heigorson Company P.O. Box 79380 Signature: Address Saginaw, TX 76179 Title: Vice President City/State/Zip END OF SECTION (Please Print) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20120120 2018 BOND STREET RECONSTRUCTION - Contract 3 City Project No. 101121 101 121Bid Proposal Workbook - Addendum #2 004526-1 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Page 1 of I SECTION 00 45 26 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW Pursuant to Texas Labor Code Section 406.096(a), as amended, Contractor certifies that it provides worker's compensation insurance coverage for all of its employees employed on City Project No. 101121. Contractor further certifies that, pursuant to Texas Labor Code, Section 406.096(b), as amended, it will provide to City its subcontractor's certificates of compliance with worker's compensation coverage. CONTRACTOR: 04J,FAIP+C. By: Company lease Print) Signature: Address 1 S f*C, I 4•� ��C � 1 1 _ Title: V 1 Cr-- '1d� 11Nt. AA- City/State/Zip (Please Print) THE STATE OF TEXAS § COUNTY OF TARRANT § BEFORE ME, the undersigned authority, on this day personally appeared 3`r--yA&Y . known to me to be the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he/she executed the same as the act and decd of _ �� �, �.� - ishsia G . for the purposes and consideration therein expressed and in the capacity therein stated. GIVEN UNDER MY HAND AND SEAL OF OFFICE this S day of M>-t _, 20ZQ D Notary RARODRIGUE Y x * Comm. Expires 09-07-2022 � � P -Notary ID 13M267-2 END OF SECTION NotayPublic in and or the State of Texas CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 The gage Intentionally Left flank CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 00 45 40 - 1 Minority Business Enterprise Specifications Page) of 2 SECTION 00 45 40 Minority Business Enterprise Specifications APPLICATION OF POLICY If the total dollar value of the contract is greater than $50,000, then a MBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. MBE PROJECT GOALS The City's MBE goal on this project is 9% of the total bid value of the contract (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a MBE subcontracting goal is applied, Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated MBE goal through MBE subcontracting participation, or 2. Meet or exceed the above stated MBE goal through MBE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchasing Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shrill delimrer the MBE documentation in pers= to the appropriate employee of the purchasing division ad obtain a dateltime receipt. Such receipt small be evidence that the City received the -documentation in the time allocated, A Faxed and/or emu iled copy wilt naI he accepted. 1. Subcontractor Utilization Form, if received no later than 2:00 p.m., on the second City business goal is met or exceeded: day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if day after the bid opening date, exclusive of the bid opening participation is less than statedgoal: date. 3. Good Faith Effort and received no later than 2:00 p.m., on the second City business Subcontractor Utilization Form, if no clay after the bid opening date, exclusive of the bid opening MBE participation: date. 4. Prime Contractor Waiver Form, received no later than 2:00 p.m., on the second City business if you will perform all day after the bid opening date, exclusive of the bid opening contracting/supplier work: date. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised June 9, 2015 004540-2 Minority Business Enterprise Specifications Page 2 of 2 5. Joint Venture Form, if goal is met received no later than 2:00 p.m., on the second City business or exceeded. day after the bid opening date, exclusive of the bid opening date. IFAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON-RESONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIIiICAITON PERIOD OF THREE YEARS. Any Questions, Please Contact The NVWBE Office at (817) 212-2674. END OF SECTION CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised June 9, 2015 004541-1 SMALL BUSINESS ENTERPRISE GOAL Page 1 of 2 SECTION 00 45 41 SMALL BUSINESS ENTERPRISE GOAL APPLICATION OF POLICY If the total dollar value of the contract is $50,000 or more, then a SBE subcontracting goal is applicable. POLICY STATEMENT It is the policy of the City of Fort Worth to ensure the full and equitable participation by Small Business Enterprises (SBE) in the procurement of all goods and services. All requirements and regulations stated in the City's current Business Diversity Enterprise Ordinance apply to this bid. SBE PROJECT GOAL The City's SBE goal on this project is 0% of the base bid (Base bid applies to Parks and Community Services). Note: If both MBE and SBE subcontracting goals are established for this project, then an Offeror must submit both a MBE Utilization Form and a SBE Utilization Form to be deemed responsive. COMPLIANCE TO BID SPECIFICATIONS On City contracts $50,000 or more where a SBE subcontracting goal is applied Offerors are required to comply with the intent of the City's Business Diversity Enterprise Ordinance by one of the following: 1. Meet or exceed the above stated SBE goal through SBE subcontracting participation, or 2. Meet or exceed the above stated SBE goal through SSE Joint Venture participation, or 3. Good Faith Effort documentation, or; 4. Prime Waiver documentation. SUBMITTAL OF REQUIRED DOCUMENTATION The applicable documents must be received by the Purchase Division, within the following times allocated, in order for the entire bid to be considered responsive to the specifications. The Offeror shall deliver the SBE documentation In person to the appropriate employee of the purcbasine division and obtain a date/time receipt. Such receipt shall he evidence that the City received the docurnentadan in the tlme.piiorated... A.f"O.andfor RMpiled.copy W111 not be accepted. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION -Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised June 9, 2015 004541-2 SMALL BUSINESS ENTERPRISE GOAL Page 2 of 2 1. Subcontractor Utilization Form, if goal received no later than 2:00 p.m., on the second City is met or exceeded: business day after the bid opening date, exclusive of the bid opening date. 2. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City Utilization Form, if participation is less business days after the bid opening date, exclusive of than stated goal: the bid opening date. 3. Good Faith Effort and Subcontractor received no later than 2:00 p.m., on the second City Utilization Form, if no MBE participation: business days after the bid opening date, exclusive of the bid opening date. 4. Prime Contractor Waiver Form, if firm received no later than 2:00 p.m., on the second City will perform all subcontracting/supplier business days after the bid opening date, exclusive of work: the bid opening date. 5. Joint Venture Form, if goal is met or received no later than 2:00 p.m., on the second City exceeded: business days after the bid opening date, exclusive of the bid opening date. FAILURE TO COMPLY WITH THE CITY'S BUSINESS DIVERSITY ENTERPRISE ORDINANCE WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE TO SPECIFICATIONS. FAILURE TO SUBMIT THE REQUIRED MBE DOCUMENTATION WILL RESULT IN THE BID BEING CONSIDERED NON -RESPONSIVE. A SECOND FAILURE WILL RESULT IN THE OFFEROR BEING DISQUALIFIED FOR A PERIOD OF ONE YEAR. THREE FAILURES IN A FIVE YEAR PERIOD WILL RESULT IN A DISQUALIFICATION PERIOD OF THREE YEARS. Any questions, please contact the M/WBE Office at (817) 212-2674 END OF SECTION CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION -Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised June 9, 2015 an5243-1 Agreement Page I of 8 SECTIUN OD 52 43 AGREEMENT THIS AGREEMENT, ENT, authorized on April 7, 2020 _is made by and between the City of Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and Stabile & Winn, Inc, authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor, In consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated In the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part Is generally described as follows: 2018 BONO Smm? wNSTRaTioa — rontroct 3 0tv Pro!--ct dumber 101.121 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an rlmovnt, in CUrrent funds, of —. �^,�w�=,�e�,,a-,a«.M,, .��$=,a,����Far,...ar�...,, Dollars Article4. CONTRACTTIME 4.1 Final Acceptance. The Work will be complete for Final Acceptance within 210 days after the date when the Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions, 4.2 Liquidated Damages Contractor recognizes that time is of the essence For completion of Milestones, If any, and to achieve Final Acceptance of the Work and City will suffer financial loss if the CITY of FORTWORTH 2n1t1 noma STREET Rl<CONSTRUCTION — Contract d STANDARD coNSTRucrioN spf.dricKnON DOCUMENTS City Project No.101121 Revised 11=15,17 008243-2 .Agraemant Page 2 of a Work Is not completed within the time(s) specified In Paragraph 4A above. The - Contractor also recognizes the delays, expense nd dlffictifties Involved in proving In a legal proceeding, the actual lass suffered by the City if the Work Is not completed on time. Accordingly, Instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundreds and rifts Dollars $650.00 for each day that expires after the time specified in Paragraph 4.1 for final Acceptance until the City issues the Flnal Letter of Acceptance, Article 5. CONTRACT DOCUMENTS 5.1 CONTENTS: A, The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2, Attachments to this Agreement: a, Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Pretluallfication Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage state Table c. insurance ACORD Form(s) d. Payment Bond e. performance Bond f, Malntenancp sand g, mower of Attorney forthe Bands h, Worker's Compensation Affidavit i. MBE and/or,SBE Utilization Form 3. General Conditions. 4, Supplementary Conditions. CITY OF FORT WORTH 2018 BAND STREET AEC0NSTRUa10N —Contract 3 STANDARD CONSTRUaION SPECIF[CATION DOCUMENTS City Prpji�0 4n, tat 1,11 Revised 1l.15,17 005243-1 Agreement Page 1 of 8 SECTION 00 52 43 AGREEMENT THIS AGREEMENT, authorized on is made by and between the City of Forth Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, ("City"), and , authorized to do business in Texas, acting by and through its duly authorized representative, ("Contractor"). City and Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK Contractor shall complete all Work as specified or indicated in the Contract Documents for the Project identified herein. Article 2. PROJECT The project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project Number 10.1121 Article 3. CONTRACT PRICE City agrees to pay Contractor for performance of the Work in accordance with the Contract Documents an amount, in current funds, of Dollars Article4. CONTRACTTIME 4.1 Final Acceptance. The Work will be complete for Final Acceptance within 210 days after the date when the Contract Time commences to run, as provided in Paragraph 2.03 of the General Conditions, plus any extension thereof allowed in accordance with Article 12 of the General Conditions. 4.2 Liquidated Damages Contractor recognizes that time is of the essence for completion of Milestones, if any, and to achieve Final Acceptance of the Work and City will suffer financial loss if the CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION —Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised 11.15.17 005243-2 Agreement Page 2 of 8 Work is not completed within the time(s) specified in Paragraph 4.1 above. The Contractor also recognizes the delays, expense and difficulties involved in proving in a legal proceeding, the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, Contractor agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay City Six Hundreds and Fifty Dollars $650.00 for each day that expires after the time specified in Paragraph 4.1 for Final Acceptance until the City issues the Final Letter of Acceptance. Article S. CONTRACT DOCUMENTS 5.1 CONTENTS: A. The Contract Documents which comprise the entire agreement between City and Contractor concerning the Work consist of the following: 1. This Agreement. 2. Attachments to this Agreement: a. Bid Form 1) Proposal Form 2) Vendor Compliance to State Law Non -Resident Bidder 3) Prequalification Statement 4) State and Federal documents (project specific) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond f. Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MBE and/or SBE Utilization Form 3. General Conditions. 4. Supplementary Conditions. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION —Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised 11.15.17 005243-3 Agreement Page 3 of 8 5. Specifications specifically made a part of the Contract Documents by attachment or, if not attached, as incorporated by reference and described in the Table of Contents of the Project's Contract Documents. 6. Drawings. 7. Addenda. 8. Documentation submitted by Contractor prior to Notice of Award. 9. The following which may be delivered or issued after the Effective Date of the Agreement and, if issued, become an incorporated part of the Contract Documents: a. Notice to Proceed. b. Field Orders. c. Change Orders. d. Letter of Final Acceptance. Article 6. INDEMNIFICATION 6.1 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 alle ed 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. 6.2 Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the city, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the city, arising out of, or alleged to arise out of, the work and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is specifically intended tooperate and be effective even if it is alleged or proven that all CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION —Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised 11.15.17 00 52 43 - 4 Agreement Page 4 of 8 or some of the damages being sought were caused in whole or in part, by any act omission or ne li ence of the city. Article 7. MISCELLANEOUS 7.1 Terms. Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in the General Conditions. 7.2 Assignment of Contract. This Agreement, including all of the Contract Documents may not be assigned by the Contractor without the advanced express written consent of the City. 7.3 Successors and Assigns. City and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements and obligations contained in the Contract Documents. 7.4 Severability. Any provision or part of the Contract Documents held to be unconstitutional, void or unenforceable by a court of competent jurisdiction shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon CITY and CONTRACTOR. 7.5 Governing Law and Venue. This Agreement, including ail of the Contract Documents is performable in the State of Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the Northern District of Texas, Fort Worth Division. 7.6 Authority to Sign. Contractor shall attach evidence of authority to sign Agreement if signed by someone other than the duly authorized signatory of the Contractor. 7.7 Prohibition On Contracts With Companies Boycotting Israel. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised 11.15.17 005243-5 Agreement Page 5 of 8 Contractor acknowledges that in accordance with Chapter 2270 of the Texas Government Code, the City is prohibited from entering into a contract with a company for goods or services unless the contract contains a written verification from the company that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract. The terms "boycott Israel' and "company" shall have the meanings ascribed to those terms in Section 808.001 of the Texas Government Code. By signing this contract, Contractor certifies that Contractor's signature provides written verification to the City that Contractor. (1) does not boycott Israel, and (2) will not boycott Israel during the term of the contract. 7.8 Immigration Nationality Act. Contractor shall verify the identity and employment eligibility of its employees who perform work under this Agreement, including completing the Employment Eligibility Verification Form (1-9). Upon request by City, Contractor shall provide City with copies of all 1-9 forms and supporting eligibility documentation for each employee who performs work under this Agreement. Contractor shall adhere to all Federal and State laws as well as establish appropriate procedures and controls so that no services will be performed by any Contractor employee who is not legally eligible to perform such services. CONTRACTOR SHALL INDEMNIFY CITY AND HOLD CITY HARMLESS FROM ANY PENALTIES, LIABILITIES, OR LOSSES DUE TO VIOLATIONS OF THIS PARAGRAPH BY CONTRACTOR, CONTRACTOR'S EMPLOYEES, SUBCONTRACTORS, AGENTS, OR LICENSEES. City, upon written notice to Contractor, shall have the right to immediately terminate this Agreement for violations of this provision by Contractor. 7.9 No Third -Party Beneficiaries. This Agreement gives no rights or benefits to anyone other than the City and the Contractor and there are no third -party beneficiaries. 7.10 No Cause of Action Against Engineer. Contractor, its subcontractors and equipment and materials suppliers on the PROJECT or their sureties, shall maintain no direct action against the Engineer, its officers, employees, and subcontractors, for any claim arising out of, in connection with, or resulting from the engineering services performed. Only the City will be the beneficiary of any undertaking by CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised 11.15.17 005243-6 Agreement Page 6 of 8 the Engineer. The presence or duties of the Engineer's personnel at a construction site, whether as on -site representatives or otherwise, do not make the Engineer or its personnel in any way responsible for those duties that belong to the City and/or the City's construction contractors or other entities, and do not relieve the construction contractors or any other entity of their obligations, duties, and responsibilities, including, but not limited to, all construction methods, means, techniques, sequences, and procedures necessary for coordinating and completing all portions of the construction work in accordance with the Contract Documents and any health or safety precautions required by such construction work. The Engineer and its personnel have no authority to exercise any control over any construction contractor or other entity or their employees in connection with their work or any health or safety precautions. SIGNATURE PAGE TO FOLLOW CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION —contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised 11.15.17 00 52 43 - 7 Agreement page 7 of 7 I 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 Clty Manager ("Effective ffective Date"). �C CItV of Fort Worth Contract �: �fi - e iN� >1 n � 1'r � � y (Signature) Dana Burghdoff,. ssistant Ity Manager (Printed Name) Title: � t¢f- 1(t•>PS1�� Address: 9,0, V50>4 7A3k�o City/State/Zip: CITY or FORT WORTH STANr)ARD coNsTRUCTION SPECIFICATION DOCUMENTS Revised 11,15.17 Date Attest: City Secretary (Seal) M&c-0?0 - 0 2VP Date: I " 7 - 2 O O end at �.,,-� Form 1295 No. -,3gaaq � . Ord No. 24161-04-2020 Contract Compliance Manager: By signing, I acknowledge that I am the parson responsible for the monitoring and administration of this contract, including ensuring all performance and re crtlnVei2lre nts. Ryl -- GregRobbins, Senior Project Manager Douglas W. Black Douglas W. Black, Assistant City Attor►tey .Approval: William Johnson, Dire r Transportation and P41111c Works Department OFFMAL RECORD OV SECRETARY 2018BONI)5TRE Rtw � i1; 3 C !y Pralect No"1n112 005243-7 Agreement Page 7 of 7 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"). Contract uTu i l� V% iftaf lY3L By: (Signature) (Printed Name) Title: � «r— Address: Pp� bo-,v �3161D City/State/Zip: DatelAfX S' Z0-4,D City of Fort Worth By: Dana Burghdoff, Assistant City Manager Date Attest: City Secretary (Seal) M&C 0 — 0 2a9 Date: -11 P -7 2 D Form 1295 No.�(� 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 re in ire nts. r By: Greg Robbins, Senior Project Manager Douglas W. Black, Assistant City Attorney Approval: William Johnson, DirArt-" Transportation and P blic Works Department OFFICIAL RECORD CITY OF FORT WORTH 2O18 BOND S[RWlt REtW"Gi3�J6 f STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised 11.15.17 3 The Page Intentionally Left flank CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 Bond #CA 3349587 0061 13 -1 PERFORMANCE BONA Page 1 of 2 SECTION 00 GI 13 PERFORMANCE BOND THE STATE OF TEXAS § § KNOW ALL BY THESE PRESENT'S: COUNTY OF TARRANT § That we, Stabile & Winn Inc. known as "Principal" herein and Great American Insurance Company of New York , a corporate surety(sureties, if more than one) duly authorized to do business in the State of Texas, known as "Surety" herein (whether one or more), are held and frrnly bound unto the City of Fort Worth, a municipal corporation created pursuant to the laws of Texas, known as "City" herein, in the penal One million six hundred sixty five thousand seven hundred sum of, seventy eight and 50l100------------------------------------ Dollars ($„ 1,665,778.50 ), 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 entered into a certain written contract with the City awarded the 7th day of April , 20 Q , which Contract is hereby referred to and made a part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories defined by law, in the prosecution of the Work, including any Change Orders, as provided for in said Contract designated as 2018 BOND STREET RECONSTRUCTION — Contract 3, City Project Number 10112. NOW, THEREFORE, the condition of this obligation is such that if the said. Principal shall faithfully perform it obligations under the Contract and shall in all respects duly and faithfully perform the Work, including Change Orders, under the Contract, according to the plans, specifications, and contract documents therein referred to, and as well during any period of extension of the Contract that may be granted on the part of the City, then this obligation shall be and become null and void, otherwise to remain in full force and effect. 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. CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 006113-2 PERFORMANCE BOND Page 2 of 2 This bond is made and executed in compliance with the provisions of Chapter 2253 of the Texas Government Code, as amended, and all Iiabilities on this bond shall be determined in accordance with the provisions of said statue. IN WITNESS WHEREOF, the Principal and the Surety have SIGNED and SEALED this instrument by duly authorized agents and officers on this the 28tb day of April . 20 20 . ATTEST: Witness as to Surety PRINCIPAL: Stabile & Winn, Inc. BY: r ature Jerry Henderson Vice -President _ Name and Title Address: P O Box 79380 --Ia inaw TX 76179-0380 SURETY: Great American Insurance Com an of New York C Signa Tracy Tucker, Attorney -in -Fact Name and Title Address: P O Box 2285 Telephone Number: 817/336-8520 _ *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. CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION -- Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 Bond #CA 3349587 OD6114-1 PAYMENT BOND Page 1 of 4 1 SFCT lopd 00 6114 2 PAYMENT BOND 3 4 THE STATF OF TF -tS § 5 § KNOW ALL BY THESE PRESENTS: 6 COUN'(Y Or, TAIWANT § 7 That we, stabile & Winn, Inc. known as "Principal" 8 herein, and Great American Insurance Company of New York _ , a corporate 9 surety (sureties), duly authorized to do business in the State of Texas, known as "Surety" herein 10 (whether one or more), are held and firmly bound unto the City of Fart Worth, a municipal 11 corporation created pursuant to the laws of the State of Texas, known as "City" herein, in the ven One million six hundred sixty five thousand sehundred 12 penal sum of ==xcight_aiad50/1.00 --------------------------------------- Dollars 13 ($ 1,665,778.50 ), lawful money of the United States, to be paid in Fort Worth, 14 Tarrant County, Texas, for the payment of which sum well and truly be made, we bind ourselves, 15 our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these 16 presents: 17 WHEREAS, Principal has entered into a certain written Contract with City, awarded the 18 7th day of Anril , 20 20 , which Contract is hereby referred to and 19 made a part hereof for all purposes as if fully set forth herein, to furnish all materials, 20 equipment, labor and other accessories as defined by law, in the prosecution of the Work as 21 provided for in said Contract and designated as 22 NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Principal shall 23 pay all monies owing to any (and all) payment bond beneficiary (as defined in Chapter 2253 of 24 the Texas Government Code, as amended) in the prosecution of the Work under the Contract, 25 then this obligation shall be and become null and void; otherwise to remain in full force and 26 effect. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTStInsertProJectNumber] Revised July 1, 2011 00 6114 - 2 PAYMENT BOND Page 2 of 4 I This bond is made and executed in compliance with the provisions of Chapter 2253 of 2 the Texas Government Code, as amended, and all liabilities on this bond shall be determined in 3 accordance with the provisions of said statute. 4 CITY OF FORT WORTH (insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS(Insert Project Number] Revised July 1, 2011 006114-3 PAYMENT BONA Page 3 of 4 1 IN WITNESS WHEREOF, the Principal and Surety have each SIGNED and SEALED this 2 instrument by duly authorized agents and officers on this the 28th day of 3 April , 20 20 4 PRINCIPAL: Stabile & Winn, Inc. ATTEST: BY: Signature (Principal) Secretary Jerry Henderson, Vice -President Name and Title ess: P O Box 79380 Saginaw, TX 76179-0380 SURETY: Great American Insurance Company of New York ATTEST: B CD2 6��2 Signature CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS[fnsert Project Number] Revised July 1, 2011 (insert Project Name] (Surety) Secretary Witness as to Surety 1 006114-4 PAYMENT BOND Page 4 of 4 Tracy Tucker, Attorney -in -Fact Name and Title Address: P 0 Box 2285 Ft Worth, TX 76113 Telephone Number: 817/336-8526 2 Note: If signed by an officer of the Surety, there must be on file a certified extract from the 3 bylaws showing that this person has authority to sign such obligation. If Surety's physical 4 address is different from its mailing address, both must be provided. S 6 The date of the bond shall not be prior to the date the Contract is awarded. 7 END OF SECTION 8 CITY OF FORT WORTH (insert Project Nome] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTSflnsert Project Number) Revised July 1, 2011 Bond #CA 3349587 006119-1 MAINTENANCE BOND Page 1 of 3 SECTION 00 6119 MAINTENANCE BOND THE STATE OF TEXAS § § ENOW ALL BY THESE PRESENTS: COUNTY OF TARRANT § That We Stabile & Winn, Inc. , known as "Principal" herein and Great American Insurance Company of New York , a corporate surety (sureties, if more than one) 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, One million six hundred sixty five thousand seven in the sum of hundred seventy eight and 501100__________________ Dollars ($ 1,665,778.50 }, lawful money of the United States, to be paid in Fort Worth, Tarrant County, Texas, for payment of which sum well and truly be made unto the City and its successors, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has entered into a certain written contract with the City awarded the 7th day of 2020 . which Contract is hereby referred to and a made part hereof for all purposes as if fully set forth herein, to furnish all materials, equipment labor and other accessories as defined by law, in the prosecution of the Work, including any Work resulting from a duly authorized Change Order (collectively herein, the "Work") as provided for in said contract and designated as 2018 BOND STREET RECONSTRUCTION — Contract 3, City Project Number 10 1121 and 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 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101121 Revised July 1, 2011 0061 19 - 2 MAINTENANCE BOND Page 2 of 3 NOW THEREFORE, the condition of this obligation is such that if Principal shall remedy any defective Work, for which timely notice was provided by City, to a completion satisfactory to the City, then this obligation shall become null and void; otherwise to remain in full force and effect. PROVIDED, HOWEVER, if Principal shall fail so to repair or reconstruct any timely noticed defective Work, it is agreed that the City may cause any and all such defective Work to be repaired and/or reconstructed with all associated costs thereof being borne by the Principal and the Surety under this Maintenance bond; and PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division; and PROVIDED FURTHER, that this obligation shall be continuous in nature and successive recoveries may be had hereon for successive breaches. CrrY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 006119-3 MAINTENANCE BOND Page 3 of 3 IN WITNESS WHEREOF, the Principal and the Surety have each SIGNED and SEALED this instrument by duly authorized agents and officers on this the 28th day of —April.-.. ,20 zo_. ATTEST: (Principal) Secre ATTEST: {Sure ) Secretary a Witness as to Surety PRINCIPAL: Stabile & Winn, Inc. BY: - 4ure Jeu7 Henderson, Vice -President Name and Title Address: P O Box 79380 Saginaw, TX 76179-0380 SURETY: Great American Insurance Company of New York Signa Tracy Tucker Attorney- in -Fact Name and Title Address: P O Box 2285 Ft Worth, TX 76113 Telephone Number: _817/336-8520 *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. CITY OF FORT WORTH 20I8 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101121 Revised July 1, 2011 GREAT AMERICAN INSURANCE COMPANY OF NEW YORK New York Administrative Office: 301 E 4TH STREET a CINCINNAT'I, OHIO 45202 a 513-369-5000 m F'AX 513-723-2740 The number of persons authorized by this power of attorney is not more than SIX No. 0 14893 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK, a corporation organized and existing under and by virtue of the laws of the State of New York, does hereby nominate, constitute and appoint the person or persons named below its true and lawful attorney -in -fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power TRACY TUCKER STEVEN TUCKER W. LAWRENCE BROWN BENNETT BROWN KEVIN J. DUNN ROBERTA ERB ALL OF FORT WORTH, TEXAS ALL $100,000,000.00 This Power of Attorney revokes all previous powers issued on behalf of the attorneys) -in -fact named above - IN WITNESS WHEREOF, the GREAT AMERICAN INSURANCE COMPANY OF NEW YORK has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 2tST day of APRIL , 2020 Attest GREAT AMERICAN INSURANCE COMPANY OF NEW YORK o ti 5EAL3 `sue, 0 Assistant Secretary ' Divisional Senior ice President MARK VICARIO (877-377-2405) STATE OF OHIO, COUNTY OF HAMILTON-ss: On this 21ST day of APRIL 1 2020 , before me personally appeared MARK VICARIO, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company of New York, the Company described in and which executed the above instrument; that he knows the seal; that It was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. SUSAN A KOHORST p otar Statef Ohio State e4 Ohio My Comm. Expires fty 18, 2025 This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company of New York by unanimous written consent dated May 14, 2009. RESOLVED: That the Divisional President the several Divisional Senior Vice Presidents, Divisional Vice Presidents and Divisional Assistant Vice Presidents, or any one of them, be and hereby is authorized, from time to time, to appoint one or more Attomeys-in-Fact to execute on behalf of the Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof,- to prescribe their respective duties and the respective limits of their authority, and to revoke any such appointment at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of eithergiven for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, STEPHEN C. BERAHA, Assistant Secretary of Great American Insurance Company of New York, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of May 14, 2009 have not been revoked and are now in full force and effect. Signed and sealed this 28th day of April , 2020 � 56AL tE ' Assistant Seeretmy s1185M (03/20) Great American Insurance Company of New York GI�ATqMERjcAN Great American Alliance Insurance Company INSURRNGE GROUP Great American Insurance Company IMPORTANT NOTICE: To obtain information or make a complaint: 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 at: P.O. Box 149104 Austin, TX 78714-9I04 FAX: 1-512-475-1771 Your notice of claim against the attached bond may be given to the surety company that issued the bond by sending it by certified or registered mail to the following address: Mailing Address: Great American Insurance Company P.O. Box 2119 Cincinnati, Ohio 45202 Physical Address: Great American Insurance Company 301 E. Fourth Street Cincinnati, Ohio 45202 You may also contact the Great American Insurance Company Claim office by: Fax: 1-888-290-3706 Telephone: 1-513-369-5091 Email: bondelaims@gaic.com PREMIUM OR CLAIM DISPUTES: If you have a dispute concerning a premimn, you should contact the agent first. If you have a dispute concerning a claim, you should contact the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR ]BOND: This notice is for information only and does not become a part or condition of the attached document. F.9667A (3111) 007200-1 GENERAL CONDITIONS Page 1 of 70 STANDARD GENERAL CONDITIONS OF TIME CONSTRUCTION CONTRACT CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101 t21 Revision: Febnoy2,2016 GENERAL CONDITIONS Page 2 of 70 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT TABLE OF CONTENTS Page Article 1— Definitions and Terminology..........................................................................................................1 1.01 Defined Terms...............................................................................................................................1 1.02 Terminology..................................................................................................................................6 Article2 Preliminary Matters......................................................................................................................... 7 2.01 Copies of Documents....................................................................................................................7 2.02 Commencement of Contract Time; Notice to Proceed................................................................ 7 2.03 Starting the Work.......................................................................................................................... 8 2.04 Before Starting Construction........................................................................................................ 8 2.05 Preconstruction Conference..........................................................................................................8 2.06 Public Meeting.............................................................................................................................. 8 2.07 Initial Acceptance of Schedules.................................................................................................... 8 Article 3 — Contract Documents: Intent, Amending, Reuse............................................................................ 8 3.01 Intent.............................................................................................................................................. 8 3.02 Reference Standards......................................................................................................................9 3.03 Reporting and Resolving Discrepancies....................................................................................... 9 3.04 Amending and Supplementing Contract Documents.................................................................10 3.05 Reuse of Documents...................................................................................................................10 3.06 Electronic Data............................................................................................................................ I I Article 4 — Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points...........................................................................................................11 4.01 Availability of Lands..................................................................................................................11 4.02 Subsurface and Physical Conditions..........................................................................................12 4.03 Differing Subsurface or Physical Conditions................................................................... 4.04 Underground Facilities...............................................................................................................13 4.05 Reference Points.........................................................................................................................14 4.06 Hazardous Environmental Condition at Site..............................................................................14 Article5 — 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 CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proj cot No. I01121 Revision: Febnkazy2, 2016 GENERAL CONDITIONS Page 3 of 70 Article 6 — Contractor's Responsibilities........................................................................................................19 6.01 Supervision and Superintendence...............................................................................................19 CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febmaiy 2, 2016 GENERAL CONDITIONS Page 4 of 70 6.02 Labor; Working Hours................................................................................................................20 6.03 Services, Materials, and Equipment........................................................................................... 20 6.04 Project Schedule..........................................................................................................................21 6.05 Substitutes and "Or -Equals" ....................... ................ ................................................................ 21 6.06 Concerning Subcontractors, Suppliers, and Others....................................................................24 6.07 Wage Rates..................................................................................................................................25 6.08 Patent Fees and Royalties........................................................................................................... 26 6.09 Permits and Utilities.................................................................................................................... 27 6.10 Laws and Regulations................................................................................................................. 27 6.11 Taxes........................................................................................................................................... 28 6.12 Use of Site and Other Areas....................................................................................................... 28 6.13 Record Documents......................................................................................................................29 6.14 Safety and Protection.................................................................................................................. 29 6.15 Safety Representative.................................................................................................................. 30 6.16 Hazard Communication Programs............................................................................................. 30 6.17 Emergencies and/or Rectification............................................................................................... 30 6.18 Submittals.................................................................................................................................... 31 6.19 Continuing the Work................................................................................................................... 32 6.20 Contractor's General Warranty and Guarantee..........................................................................32 6.21 Indemnification.........................................................................................................................33 6.22 Delegation of Professional Design Services..............................................................................34 6.23 Right to Audit.............................................................................................................................. 34 6.24 Nondiscrimination.......................................................................................................................35 Article 7 - Other Work at the Site...................................................................................................................35 7.01 Related Work at Site................................................................................................................... 35 7.02 Coordination................................................................................................................................36 Article 8 - City's Responsibilities................................................................................................................... 36 8.01 Communications to Contractor................................................................................................... 36 8.02 Furnish Data................................................................................................................................ 36 8.03 Pay When Due............................................................................................................................ 36 8.04 Lands and Easements; Reports and Tests...................................................................................36 8.05 Change Orders............................................................................................................................. 36 8.06 Inspections, Tests, and Approvals.............................................................................................. 36 8.07 Limitations on City's Responsibilities.......................................................................................37 8.08 Undisclosed Hazardous Environmental Condition....................................................................37 8.09 Compliance with Safety Program...............................................................................................37 Article 9 - City's Observation Status During Construction........................................................................... 37 9.01 City's Project Manager............................................................................................................ 37 9.02 Visits to Site................................................................................................................................ 37 9.03 Authorized Variations in Work..................................................................................................38 9.04 Rejecting Defective Work..........................................................................................................38 9.05 Determinations for Work Performed..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work ..................... 38 CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION - Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febngary 2, 2016 GENERAL CONDITIONS Page 5 of 70 Article 10 - Changes in the Work; Claims; Extra Work................................................................................ 38 10.01 Authorized Changes in the Work............................................................................................... 38 10.02 Unauthorized Changes in the Work........................................................................................... 39 10.03 Execution of Change Orders....................................................................................................... 39 10.04 Extra Work..................................................................................................................................39 10.05 Notification to Surety.................................................................................................................. 39 10.06 Contract Claims Process........................................................................... .. 40 ................................ Article 11- Cost of the Work; Allowances; Unit Price Work; Plans Quantity Measurement ...................... 41 11.01 Cost of the Work.........................................................................................................................41 11.02 Allowances.................................................................................................................................. 43 11.03 Unit Price Work ................................ ..........................................................................................44 11.04 Plans Quantity Measurement......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract Time.................................................................46 12.01 Change of Contract Price............................................................................................................46 12.02 Change of Contract Time............................................................................................................47 12.03 Delays .................................... ...................................................................................................... 47 Article 13 - Tests and Inspections; Correction, Removal or Acceptance of Defective Work ......................48 13.01 Notice of Defects........................................................................................................................ 48 13.02 Access to Work...........................................................................................................................48 13.03 Tests and Inspections.................................................................................................................. 48 13.04 Uncovering Work........................................................................................................................ 49 13.05 City May Stop the Work.............................................................................................................49 13.06 Correction or Removal of Defective Work................................................................................ 50 13.07 Correction Period........................................................................................................................ 50 13.08 Acceptance of Defective Work................................................................................................... 51 13.09 City May Correct Defective Work............................................................................................. 51 Article 14 - Payments to Contractor and Completion............................................................ 14.01 Schedule of Values......................................................................................................................52 14.02 Progress Payments...................................................................................................................... 52 14.03 Contractor's Warranty of Title................................................................................................... 54 14.04 Partial Utilization........................................................................................................................ 55 14.05 Final Inspection...........................................................................................................................55 14.06 Final Acceptance......................................................................................................................... 55 14.07 Final Payment.............................................................................................................................. 56 14.08 Final Completion Delayed and Partial Retainage Release........................................................56 14.09 Waiver of Claims........................................................................................................................ 57 Article 15 - Suspension of Work and Termination........................................................................................ 57 15.01 City May Suspend Work............................................................................................................. 57 15.02 City May Terminate for Cause.......................................................................... .................. 58 15.03 City May Terminate For Convenience....................................................................................... 60 CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION - Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febnkvy2, 2016 GENERAL CONDITIONS Page 6 of 70 Article 16 — Dispute Resolution...................................................................................................................... 61 16.01 Methods and Procedures............................................................................................................. 61 CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proj ect No. 101121 Revision: Febrmy2, 2016 GENERAL CONDITIONS Page 7 of 70 Article17 — Miscellaneous.............................................................................................................................. 62 17.01 Giving Notice.............................................................................................................................. 62 17.02 Computation of Times................................................................................................................ 62 17.03 Cumulative Remedies................................................................................................................. 62 17.04 Survival of Obligations............................................................................................................... 63 17.05 Headings...................................................................................................................................... 63 CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION -- Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Fehmary2, 2016 007200-1 GENERAL CONDITIONS Page i of 63 ARTICLE 1— DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Wherever used in these General Conditions or in other Contract Documents, the terms listed below have the meanings indicated which are applicable to both the singular and plural thereof, and words denoting gender shall include the masculine, feminine and neuter. Said terms are generally capitalized or written in italics, but not always. When used in a context consistent with the definition of a listed -defined term, the term shall have a meaning as defined below whether capitalized or italicized or otherwise. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement —The written instrument which is evidence of the agreement between City and Contractor covering the Work. 3. Application for Payment —The form acceptable to City which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos —Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid —The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder —The individual or entity who submits a Bid directly to City. 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febmary 2, 2016 007200-1 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 filial 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 parry 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 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febmay2, 2016 007200-1 GENERAL_ CONDITIONS Page 3 of 63 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or Contractor exclusive of a Contract Claim. 26. Day or day A day, unless otherwise defined, shall mean a Calendar Day. 27. Director of Aviation — The officially appointed Director of the Aviation Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Community Services — The officially appointed Director of the Parks and Community Services Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 29. Director of Planning and Development — The officially appointed Director of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportation Public Works — The officially appointed Director of the Transportation Public Works Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 31. Director of Water Department — The officially appointed Director of the Water Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 32. Drawings —That part of the Contract Documents prepared or approved by Engineer which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Submittals are not Drawings as so defined. 33. Effective Date of the Agreement —The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 34. Engineer —The licensed professional engineer or engineering firm registered in the State of Texas performing professional services for the City. 35. Extra Work — Additional work made necessary by changes or alterations of the Contract Documents or of quantities or for other reasons for which no prices are provided in the Contract Documents. Extra work shall be part of the Work. 36. Field Order — A written order issued by City which requires changes in the Work but which does not involve a change in the Contract Price, Contract Time, or the intent of the Engineer. Field Orders are paid from Field Order Allowances incorporated into the Contract by funded work type at the time of award. 37. Final Acceptance — The written notice given by the City to the Contractor that the Work specified in the Contract Documents has been completed to the satisfaction of the City. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION - Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febnmry 2, 2016 007200-1 GENERAL CONDITIONS Page 4 of 63 38, Final Inspection — Inspection carried out by the City to verify that the Contractor has completed the Work, and each and every part or appurtenance thereof, fully, entirely, and in conformance with the Contract Documents. 39. General Requirements Sections of Division 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 continence 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. CrrY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION -- Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febmazy2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 5 of 63 51. Project Schedule —A schedule, prepared and maintained by Contractor, in accordance with the General Requirements, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Time. 52. Project —The Work to be performed under the Contract Documents. 53. Project Manager —The authorized representative of the City who will be assigned to the Site. 54. Public Meeting -- An announced meeting conducted by the City to facilitate public participation and to assist the public in gaining an informed view of the Project. 55. Radioactive Material —Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 56. Regular Working Hours — Hours beginning at 7:00 a.m. and ending at 6:00 p.m., Monday thru Friday (excluding legal holidays). 57. Samples —Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 58. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 60. Site —Lands or areas indicated in the Contract Documents as being furnished by City upon which the Work is to be performed, including rights -of -way, permits, and easements for access thereto, and such other lands furnished by City which are designated for the use of Contractor. 61. Specifications —That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. Specifications may be specifically made a part of the Contract Documents by attachment or, if not attached, may be incorporated by reference as indicated in the Table of Contents (Division 00 00 00) of each Project. 62. Subcontractor —An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febniary2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 6 of 63 63. Submittals —All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 64. Successful Bidder —The Bidder submitting the lowest and most responsive Bid to whom City makes an Award. 65. Superintendent --- The representative of the Contractor who is available at all times and able to receive instructions from the City and to act for the Contractor. 66. Supplementary Conditions —That part of the Contract Documents which amends or supplements these General Conditions. 67. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 68. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including but not limited to, those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 69. Unit Price Work —See Paragraph 11.03 of these General Conditions for definition. 70. Weekend Working Hours Hours beginning at 9:00 a.m. and ending at 5:00 p.m., Saturday, Sunday or legal holiday, as approved in advance by the City. 71. Work —The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction including any Change Order or Field Order, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 72. Working Day — A working day is defined as a day, not including Saturdays, Sundays, or legal holidays authorized by the City for contract purposes, in which weather or other conditions not under the control of the Contractor will permit the performance of the principal unit of work underway for a continuous period of not less than 7 hours between 7 a.m. and 6 p.m. 1.02 Terminology A. The words and terms discussed in Paragraph 1.02.B through E are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdx1wy2, 2016 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 007200-1 GENERAL CONDITIONS Page 7 of 63 1. The Contract Documents include the terms "as allowed," "as approved," "as ordered," "as directed" or terms of like effect or import to authorize an exercise of judgment by City. In addition, the adjectives "reasonable," "suitable," "acceptable," "proper," "satisfactory," or adjectives of like effect or import are used to describe an action or determination of City as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). C. Defective: 1. The word "defective," when modifying the word "Work," refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to City's written acceptance. D. Furnish, Install, Perform, Provide: 1. The word "Furnish" or the word "Install" or the word "Perform" or the word "Provide" or the word "Supply," or any combination or similar directive or usage thereof, shall mean furnishing and incorporating in the Work including all necessary labor, materials, equipment, and everything necessary to perform the Work indicated, unless specifically limited in the context used. E. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 — PRELIIVIINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2.02 Commencement of Contract Time; Notice to Proceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febnjary 2, 2016 007200-1 GENERAL CONDITIONS Page 8 of 63 2.03 Starting the Work Contractor shall start to perform the Work on the date when the Contract Time commences to run. No Work shall be done at the Site prior to the date on which the Contract Time commences to run. 2.04 Before Starting Construction Baseline Schedules: Submit in accordance with the Contract Documents, and prior to starting the Work. 2.05 Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 2.06 Public Meeting Contractor may not mobilize any equipment, materials or resources to the Site prior to Contractor attending the Public Meeting as scheduled by the City. 2.07 Initial Acceptance of Schedules No progress payment shall be made to Contractor until acceptable schedules are submitted to City in accordance with the Schedule Specification as provided in the Contract Documents. ARTICLE 3 — CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.01 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in 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 "tile Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityProject No. 101121 Revision: Febnlmy2, 2016 007200-1 GENERAL CONDITIONS Page 9 of 63 3.02 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. Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of City, Contractor, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to City, or any of its officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor's Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work. If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation , (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City ProjectNo. 101121 Revision: Febmary2, 2016 007200-1 GENERAL CONDITIONS Page 10 of 63 3.04 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. 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.I8.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTI4 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision; Febnary2, 2016 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 007200-1 GENERAL CONDITIONS Page 11 of 63 B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.06 Electronic Data A. Unless otherwise stated in the Supplementary Conditions, the data furnished by City or Engineer to Contractor, or by Contractor to City or Engineer, that may be relied upon are limited to the printed copies included in the Contract Documents (also known as hard copies) and other Specifications referenced and located on the City's Buzzsaw site. Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user's sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data's creator. ARTICLE 4 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.01 Availability of Lands A. City shall furnish the Site. City shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. City will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. 1. The City has obtained or anticipates acquisition of and/or access to right-of-way, and/or easements. Any outstanding right-of-way and/or easements are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding right-of-way, and/or easements. 2. The City has or anticipates removing and/or relocating utilities, and obstructions to the Site. Any outstanding removal or relocation of utilities or obstructions is anticipated in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding utilities or obstructions to be removed, adjusted, and/or relocated by others. B. Upon reasonable written request, City shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed. CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febnwy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 12 of 63 4.02 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. Subsurface and Physical Conditions A. Reports and Drawings: The Supplementary Conditions identify: 1. those reports known to City of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to City of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is identified in the Supplementary Conditions. Contractor may not make any Contract Claim against City, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions, or information. 4.03 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any "technical data" on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnmiy2, 2016 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 007200-1 GENERAL CONDITIONS Page 13 of 63 4.04 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. Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to City or Engineer by the owners of such Underground Facilities, including City, or by others. Unless it is otherwise expressly provided in the Supplementary Conditions: 1. City and Engineer shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination and adjustment of the Work with the owners of such Underground Facilities, including City, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated. 1. If an Underground Facility which conflicts with the Work is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnwy 2, 2016 20IS BOND STREET RECONSTRUCTION —Contract 3 City Project No. 101121 00 72 00 -1 GENERAL CONDITIONS Page 14 of 63 Work in connection therewith (except in an emergency as required by Paragraph 6.17.A), identify the owner of such Underground Facility and give notice to that owner and to City. City will review the discovered Underground Facility and determine the extent, if any, to which a change may be required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. Contractor shall be responsible for the safety and protection of such discovered Underground Facility. 2. If City concludes that a change in the Contract Documents is required, a Change Order may be issued to reflect and document such consequences. 3. Verification of existing utilities, structures, and service lines shall include notification of all utility companies a minimum of 48 hours in advance of construction including exploratory excavation if necessary. 4.05 Reference Points A. City shall provide engineering surveys to establish reference points for construction, which in City's judgment are necessary to enable Contractor to proceed with the Work. City will provide construction stakes or other customary method of marking to establish line and grades for roadway and utility construction, centerlines and benchmarks for bridgework. Contractor shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations. Contractor shall report to City whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations. The City shall be responsible for the replacement or relocation of reference points or property monuments not carelessly or willfully destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the fall 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 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101121 Revision: Febnmy2, 2016 007200-1 GENERAL CONDITIONS Page 15 of 63 construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical data" or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.17.A); and (iii) notify City (and promptly thereafter confirm such notice in writing). City may consider the necessity to retain a qualified expert to evaluate such condition or take corrective action, if any. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after City has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed. F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then City may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. City may have such deleted portion of the Work performed by City's own forces or others. G. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Fcbnkuy2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 16 of 63 ARTICLE 5 — BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall f mish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney -in -fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney -in -fact signed each bond. D. If the surety on any bond famished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify City and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febnktry2,2016 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 G. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identify a deficiency from evidence that is provided shall not be construed as a waiver of Contractor's obligation to maintain such lines of insurance coverage. 7. If insurance policies are not written for specified coverage limits, an Umbrella or Excess Liability insurance for any differences is required. Excess Liability shall follow form of the primary coverage. 8. Unless otherwise stated, all required insurance shall be written on the "occurrence basis". If coverage is underwritten on a claims -made basis, the retroactive date shall be coincident with or prior to the date of the effective date of the agreement and the certificate of insurance shall state that the coverage is claims -made and the retroactive date. The insurance coverage shall be maintained for the duration of the Contract and for three (3) years following Final Acceptance provided under the Contract Documents or for the warranty period, whichever is longer. An annual certificate of insurance submitted to the City shall evidence such insurance coverage. 9. Policies shall have no exclusions by endorsements, which, neither nullify or amend, the required lines of coverage, nor decrease the limits of said coverage unless such endorsements are approved in writing by the City. In the event a Contract has been bid or executed and the exclusions are determined to be unacceptable or the City desires additional insurance coverage, and the City desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self -insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision. Febftmy2,2016 007200-1 GENERAL CONDITIONS Page 18 of 63 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 11. Any deductible in excess of $5,000.00, for any policy that does not provide coverage on a first -dollar basis, must be acceptable to and approved by the City. 12. City, at its sole discretion, reserves the right to review the insurance requirements and to make reasonable adjustments to insurance coverage's and their limits when deemed necessary and prudent by the City based upon changes in statutory law, court decision or the claims history of the industry as well as of the contracting party to the City. The City shall be required to provide prior notice of 90 days, and the insurance adjustments shall be incorporated into the Work by Change Order. 13. City shall be entitled, upon written request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions necessary to conform the policy and endorsements to the requirements of the Contract. Deletions, revisions, or modifications shall not be required where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies. 14. City shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensation and Employers' Liability. Contractor shall purchase and maintain such insurance coverage with limits consistent with statutory benefits outlined in the Texas Workers' Compensation Act (Texas Labor Code, Ch. 406, as amended), and minimum limits for Employers' Liability as is appropriate for the Work being performed and as will provide protection from claims set forth below which may arise out of or result from Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be Iiable: 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febmazy2, 2016 007200-1 GENERAL CONDITIONS Page 19 of 63 insurance or self-insurance programs afforded to the City. The Commercial General Liability policy, shall have no exclusions by endorsements that would alter of nullify premises/operations, products/completed operations, contractual, personal injury, or advertising injury, which are normally contained with the policy, unless the City approves such exclusions in writing. For construction projects that present a substantial completed operation exposure, the City may require the contractor to maintain completed operations coverage for a minimum of no less than three (3) years following the completion of the project (if identified in the Supplementary Conditions). C. Automobile Liability. A commercial business auto policy shall provide coverage on "any auto', defined as autos owned, hired and non -owned and provide indemnity for claims for damages because bodily injury or death of any person and or property damage arising out of the work, maintenance or use of any motor vehicle by the Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable. D. Railroad Protective Liability. If any of the work or any warranty work is within the limits of railroad right-of-way, the Contractor shall comply with the requirements identified in the Supplementary Conditions. E. Notification of Policy Cancellation: Contractor shall immediately notify City upon cancellation or other loss of insurance coverage. Contractor shall stop work until replacement insurance has been procured. There shall be no time credit for days not worked pursuant to this section. 5.05 Acceptance of Bands 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. CH Y OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febnaazy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 20 of 63 6.02 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. Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during Regular Working Hours. Contractor will not permit the performance of Work beyond Regular Working Hours or for Weekend Working Hours without City's written consent (which will not be unreasonably withheld). Written request (by letter or electronic communication) to perform Work: 1. for beyond Regular Working Hours request must be made by noon at least two (2) Business Days prior 2. for Weekend Working Hours request must be made by noon of the preceding Thursday 3. for legal holidays request must be made by noon two Business Days prior to the legal holiday. 6.03 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, Contractor required testing, start-up, and completion of the Work. B. All materials and equipment incorporated into the Work shall be as specified or, if not specified, shall be of good quality and new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of City. If required by City, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnkvy 2, 2016 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 007200-1 GENERAL CONDITIONS Page 21 of 63 i 1' 6.05 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. Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specification 01 32 16. 3. Proposed adjustments in the Project Schedule that will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 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: Febmazy 2, 2016 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 00 72 00 - 1 GENERAL CONDITIONS Page 22 of 63 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service; and b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the City or increase in Contract Time; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: a. If in City's sole discretion an item of material or equipment proposed by Contractor does not qualify as an "or -equal" item under Paragraph 6.05.A.1, it may be submitted as a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow City to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by City from anyone other than Contractor. c. Contractor shall make written application to City for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application shall comply with Section 0125 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febnkuy 2, 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. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febnay2, 2016 007200-1 GENERAL CONDITIONS Page 24 of 63 i li 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. Concerning Subcontractors, Suppliers, and Others A. Contractor shall perform with his own organization, work of a value not less than 35% of the value embraced on the Contract, unless otherwise approved by the City. B. Contractor shall not employ any Subcontractor, Supplier, or other individual or entity, whether initially or as a replacement, against whom City may have reasonable objection. Contractor shall not be required to employ any Subcontractor, Supplier, or other individual or entity to furnish or perform any of the Work against whom Contractor has reasonable objection (excluding those acceptable to City as indicated in Paragraph 6.06.C). C. The City may from time to time require the use of certain Subcontractors, Suppliers, or other individuals or entities on the project, and will provide such requirements in the Supplementary Conditions. D. Minority Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority Business Enterprises (MBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MBE goal, Contractor is required to comply with the intent of the City's MBE Ordinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MBE without written consent of the City. Any unjustified change or deletion shall be a material breach of Contract and may result in debarment in accordance with the procedures outlined in the Ordinance. 3. Contractor shall, upon request by City, allow an audit and/or examination of any books, records, or files in the possession of the Contractor that will substantiate the actual work performed by an MBE. Material misrepresentation of any nature will be grounds for termination of the Contract in accordance with Paragraph 15.02.A. Any such misrepresentation may be grounds for disqualification of Contractor to bid on future contracts with the City for a period of not less than three years. E. Contractor shall be fully responsible to City for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor's own acts and omissions. Nothing in the Contract Documents: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Fdmkvy2, 2016 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 00 72 00 - 1 GENERAL CONDITIONS Page 25 of 63 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between City and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of City to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. F. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. G. All Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work shall communicate with City through Contractor. H. All Work performed for Contractor by a Subcontractor or Supplier will be pursuant to an appropriate agreement between Contractor and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of City. 6.07 Wage Rates A. Duty to pay Prevailing Wage Rates. The Contractor shall comply with all requirements of Chapter 2258, Texas Government Code (as amended), including the payment of not less than the rates determined by the City Council of the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. B. Penalty for Violation. A Contractor or any Subcontractor who does not pay the prevailing wage shall, upon demand made by the City, pay to the City $60 for each worker employed for each calendar day or part of the day that the worker is paid less than the prevailing wage rates stipulated in these contract documents. This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas Government Code 2258.023. C. Complaints of Violations and City Determination of Good Cause. On receipt of information, including a complaint by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make an initial determination, before the 31 st day after the date the City receives the information, as to whether good cause exists to believe that the violation occurred. The City shall notify in writing the Contractor or Subcontractor and any affected worker of its initial determination. Upon the City's determination that there is good cause to believe the Contractor or Subcontractor has violated Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the difference between wages paid and wages due under the prevailing wage rates, such amounts being subtracted from successive progress payments pending a final determination of the violation. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febnny2, 2016 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 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 15th day after the date the City makes its initial determination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the l lth 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: Febnkuy2, 2016 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 10112 ] 007200-1 GENERAL CONDITIONS Page 27 of 63 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilities A. Contractor obtained permits and licenses. Contractor shall obtain and pay for all construction permits and licenses except those provided for in the Supplementary Conditions or Contract Documents. City shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement, except for permits provided by the City as specified in 6.09.B. City shall pay all charges of utility owners for connections for providing permanent service to the Work. B. City obtained permits and licenses. City will obtain and pay for all permits and licenses as provided for in the Supplementary Conditions or Contract Documents. It will be the Contractor's responsibility to carry out the provisions of the permit. If the Contractor initiates changes to the Contract and the City approves the changes, the Contractor is responsible for obtaining clearances and coordinating with the appropriate regulatory agency. The City will not reimburse the Contractor for any cost associated with these requirements of any City acquired permit. The following are permits the City will obtain if required: 1. Texas Department of Transportation Permits 2. U.S. Army Corps of Engineers Permits 3. Texas Commission on Environmental Quality Permits 4. Railroad Company Permits C. Outstanding permits and licenses. The City anticipates acquisition of and/or access to permits and licenses. Any outstanding permits and licenses are anticipated to be acquired in accordance with the schedule set forth in the Supplementary Conditions. The Project Schedule submitted by the Contractor in accordance with the Contract Documents must consider any outstanding permits and licenses. 6.10 Laws and Regulations A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, the City shall not be responsible for monitoring Contractor's compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febnaary2, 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: Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 78711; or 2. hitp://www.window.state.tx.us/taxinfo/taxforms/93-forins.html 6.12 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: February2, 2016 007200-1 GENERAL CONDITIONS Page 29 of 63 3. Should any Damage Claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly attempt to resolve the Damage Claim. 4. Pursuant to Paragraph 6.21, Contractor shall indemnify and hold harmless City, from and against all claims, costs, losses, and damages arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against City. B. Removal of Debris During Performance of the Work During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Site Maintenance Cleaning: 24 hours after written notice is given to the Contractor that the clean-up on the job site is proceeding in a manner unsatisfactory to the City, if the Contractor fails to correct the unsatisfactory procedure, the City may take such direct action as the City deems appropriate to correct the clean-up deficiencies cited to the Contractor in the written notice (by letter or electronic communication), and the costs of such direct action, plus 25 % of such costs, shall be deducted from the monies due or to become due to the Contractor. D. Final Site Cleaning: Prior to Final Acceptance of the Work Contractor shall clean the Site and the Work and make it ready for utilization by City or adjacent property owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition or better all property disturbed by the Work. E. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 6.13 Record Documents A. Contractor shall maintain in a safe place at the Site or in a place designated by the Contractor and approved by the City, one (1) record copy of all Drawings, Specifications, Addenda, Change Orders, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all accepted Submittals will be available to City for reference. Upon completion of the Work, these record documents, any operation and maintenance manuals, and Submittals will be delivered to City prior to Final Inspection. Contractor shall include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febnxny 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 30 of 63 6.15 6.16 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. Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 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: FebnimyZ 2016 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 007200-1 GENERAL CONDITIONS Page 31 of 63 changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. if City determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Change Order may be issued. B. Should the Contractor fail to respond to a request from the City to rectify any discrepancies, omissions, or correction necessary to conform with the requirements of the Contract Documents, the City shall give the Contractor written notice that such work or changes are to be performed. The written notice shall direct attention to the discrepant condition and request the Contractor to take remedial action to correct the condition. In the event the Contractor does not take positive steps to fulfill this written request, or does not show just cause for not taking the proper action, within 24 hours, the City may take such remedial action with City forces or by contract. The City shall deduct an amount equal to the entire costs for such remedial action, plus 25%, from any funds due or become due the Contractor on the Project. 6.18 Submittals A. Contractor shall submit required Submittals to City for review and acceptance in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as City may require. 1. Submit number of copies specified in the General Requirements. 2. Data shown on the Submittals will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show City the services, materials, and equipment Contractor proposes to provide and to enable City to review the information for the limited purposes required by Paragraph 6.18.C. 3. Submittals submitted as herein provided by Contractor and reviewed by City for conformance with the design concept shall be executed in conformity with the Contract Documents unless otherwise required by City. 4. When Submittals are submitted for the purpose of showing the installation in greater detail, their review shall not excuse Contractor from requirements shown on the Drawings and Specifications. 5. 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101121 Revision: Febniazy2, 2016 007200-1 GENERAL CONDITIONS Page 32 of 63 6.19 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. City's Review: 1. City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review and acceptance of a separate item as such will not indicate approval of the assembly in which the item functions. 3. City's review and acceptance shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Section 01 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to City that all Work will be in accordance with the Contract Documents and will not be defective. City and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor's warranty and guarantee. B. Contractor's warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revision: Febakuy2, 20I 6 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 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.B. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnification A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its 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 QF ILM CTTLY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its officers, servants and employees, from and against any and all loss, damage or destruction of property of the City, arising out of, or alleged to arise out of, the work and services to be performed by the Contractor, its officers, agents, employees, subcontractors, licensees or invitees under this Contract. THIS INDEMNIFICATION PROVISION IS CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febnjmy2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 34 of 63 6.22 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. Delegation ofProfessional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION --- Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101 t21 Revision: FebnmyyZ 2016 00 72 00 - 1 GENERAL CONDITIONS Page 35 of 63 Subcontractor facilities, and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Subcontractor reasonable advance notice of intended audits. C. Contractor and Subcontractor agree to photocopy such documents as may be requested by the City. The City agrees to reimburse Contractor for the cost of the copies as follows at the rate published in the Texas Administrative Code in effect as of the time copying is performed. 6.24 Nondiscrimination A. The City is responsible for operating Public Transportation Programs and implementing transit - related projects, which are funded in part with Federal financial assistance awarded by the U.S. Department of Transportation and the Federal Transit Administration (FTA), without discriminating against any person in the United States on the basis of race, color, or national origin. B. Title VI, Civil Rights Act of 1964 as amended: Contractor shall comply with the requirements of the Act and the Regulations as further defined in the Supplementary Conditions for any project receiving Federal assistance. ARTICLE 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febniary2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 36 of 63 7.02 Coordination A. If City intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in Supplementary Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2, the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the Supplementary Conditions, City shall have authority for such coordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all communications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101121 Revision: Febnim y2, 2016 007200-1 GENERAL CONDITIONS Page 37 of 63 8.07 Limitations on City's Responsibilities A. The City shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor's means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. City will not be responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. B. City will notify the Contractor of applicable safety plans pursuant to Paragraph 6.14. 8.08 Undisclosed Hazardous Environmental Condition City's responsibility with respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safety Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of which City has been informed pursuant to Paragraph 6.14. ARTICLE 9 — CITY'S OBSERVATION STATUS DURING CONSTRUCTION 9.01 City's Project Manager City will provide one or more Project Manager(s) during the construction period. The duties and responsibilities and the limitations of authority of City's Project Manager during construction are set forth in the Contract Documents. The City's Project Manager for this Contract is Mary Hanna or his/her successor pursuant to written notification from the Director of Lane Zarate. 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: February2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 38 of 63 9.03 Authorized Variations in Work City's Project Manager may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Time and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on City and also on Contractor, who shall perform the Work involved promptly. 9.04 Rejecting Defective Work City will have authority to reject Work which City's Project Manager believes to be defective, or will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. City will have authority to conduct special inspection or testing of the Work as provided in Article 13, whether or not the Work is fabricated, installed, or completed. 9.05 Determinations for Work 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 lA — 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febnary2, 2016 007200-1 GENERAL CONDITIONS Page 34 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: changes in the Work which are: (i) ordered by City pursuant to Paragraph 10.01.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Time which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed. 10.04 Extra Work A. Should a difference arise as to what does or does not constitute Extra Work, or as to the payment thereof, and the City insists upon its performance, the Contractor shall proceed with the work after making written request for written orders and shall keep accurate account of the actual reasonable cost thereof. Contract Claims regarding Extra Work shall be made pursuant to Paragraph 10.06. B. The Contractor shall furnish the City such installation records of all deviations from the original Contract Documents as may be necessary to enable the City to prepare for permanent record a corrected set of plans showing the actual installation. C. The compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a full, complete and final payment for all costs Contractor incurs as a result or relating to the change or Extra Work, whether said costs are known, unknown, foreseen or unforeseen at that time, including without limitation, any costs for delay, extended overhead, ripple or impact cost, or any other effect on changed or unchanged work as a result of the change or Extra Work. 10.05 Notification to Surety If the provisions of any bond require notice to be given to a surety of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Time), the giving of any such notice will be Contractor's responsibility. The amount of each applicable bond will be adjusted by the Contractor to reflect the effect of any such change. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision; Febr uary 2, 2016 007200-1 GENERAL CONDITIONS Page 40 of 63 10.06 Contract Claims Process A. City's Decision Required: All Contract Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the City for decision. A decision by City shall be required as a condition precedent to any exercise by Contractor of any rights or remedies he may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Contract Claims. B. Notice: 1. Written notice stating the general nature of each Contract Claim shall be delivered by the Contractor to City no later than 15 days after the start of the event giving rise thereto. The responsibility to substantiate a Contract Claim shall rest with the party making the Contract Claim. 2. Notice of the amount or extent of the Contract Claim, with supporting data shall be delivered to the City on or before 45 days from the start of the event giving rise thereto (unless the City allows additional time for Contractor to submit additional or more accurate data in support of such Contract Claim). 3. A Contract Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph 12.01. 4. A Contract Claim for an adjustment in Contract Time shall be prepared in accordance with the provisions of Paragraph 12.02. 5. Each Contract Claim shall be accompanied by Contractor's written statement that the adjustment claimed is the entire adjustment to which the Contractor believes it is entitled as a result of said event. 6. The City shall submit any response to the Contractor within 30 days after receipt of the claimant's last submittal (unless Contract allows additional time). C. City's Action: City will review each Contract Claim and, within 30 days after receipt of the last submittal of the Contractor, if any, take one of the following actions in writing: 1. deny the Contract Claim in whole or in part; 2. approve the Contract Claim; or 3. notify the Contractor that the City is unable to resolve the Contract Claim if, in the City's sole discretion, it would be inappropriate for the City to do so. For purposes of further resolution of the Contract Claim, such notice shall be deemed a denial. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febnimy 2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 41 of 63 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE I 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.B, and shall include but not be limited to the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by City and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include; a. salaries with a 55% markup, or b. salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers' compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of Regular Working Hours, Weekend Working Hours, or legal holidays, shall be included in the above to the extent authorized by City. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers' field services required in connection therewith. 3. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by City, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proj ect No. 101121 Revision: Febnraiy 2, 2016 00 72 00 -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. D 1. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. e. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work, provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of City. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor's fee. f. The cost of utilities, fuel, and sanitary facilities at the Site. g. Minor expenses such as telegrams, long distance telephone calls, telephone and communication services at the Site, express and courier services, and similar petty cash items in connection with the Work. CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: FehmaryZ 20 t6 007200-1 GENERAL CONDITIONS Page 43 of 63 h. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor's officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor's principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 11.0I.A.I or specifically covered by Paragraph 11.0I.A.4, all of which are to be considered administrative costs covered by the Contractor's fee. 2. Expenses of Contractor's principal and branch offices other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind. C. Contractor's Fee: When all the Work is performed on the basis of cost-plus, Contractor's fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor's fee shall be determined as set forth in Paragraph 12.01.C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.0l.A and 11.0l.B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to City an itemized cost breakdown together with supporting data. 11.02 Allowances A. Specified Allowance: It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to City. B. Pre -bid Allowances: 1. Contractor agrees that: CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I0I 121 Revision: Febway2, 2016 007200-1 GENERAL CONDITIONS Page 44 of 63 a. the pre -bid allowances include the cost to Contractor of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the pre -bid allowances have been included in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: Contractor agrees that a contingency allowance, if any, is for the sole use of City. D. Prior to final payment, an appropriate Change Order will be issued to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. 11.03 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I01121 Revision: Febnwy2, 2016 007200-1 GENERAL CONDITIONS Page 45 of 63 2. If the changes in quantities or alterations significantly change the character of work, the Contract will be amended by a Change Order. 3. If no unit prices exist, this will be considered Extra Work and the Contract will be amended by a Change Order in accordance with Article 12. 4. A significant change in the character of work occurs when: a. the character of work for any Item as altered differs materially in kind or nature from that in the Contract or b. a Major Item of work varies by more than 25% from the original Contract quantity. 5. When the quantity of work to be done under any Major Item of the Contract is more than 125% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price on the portion of the work that is above 125%. 6. When the quantity of work to be done under any Major Item of the Contract is less than 75% of the original quantity stated in the Contract, then either party to the Contract may request an adjustment to the unit price. 11.04 Plans Quantity Measurement A. Plans quantities may or may not represent the exact quantity of work performed or material moved, handled, or placed during the execution of the Contract. The estimated bid quantities are designated as final payment quantities, unless revised by the governing Section or this Article. B. If the quantity measured as outlined under "Price and Payment Procedures" varies by more than 25% (or as stipulated under "Price and Payment Procedures" for specific Items) from the total estimated quantity for an individual Item originally shown in the Contract Documents, an adjustment may be made to the quantity of authorized work done for payment purposes. The party to the Contract requesting the adjustment will provide field measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febn=y 2, 2016 007200-1 GENERAL CONDITIONS Page 46 of 63 E. For callout work or non -site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.01.C.2), and shall include the cost of any secondary impacts that are foreseeable at the time of pricing the cost of Extra Work; or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum or unit price is not reached under Paragraph 12.0l.B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.01.C). C. Contractor's Fee: The Contractor's additional fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs 11.0l.A.1, 11.0l.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 (5%); 1) where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs 12.01.C.2.a and 12.01.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febnory 2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 47 of 63 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.0l.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°/a) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.01.A.6, and 11.01.B; d. the amount of credit to be allowed by Contractor to City for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor's fee by an amount equal to five percent (5%) of such net decrease. 12.02 Change of Contract Time A. The Contract Time may only be changed by a Change Order. B. No extension of the Contract Time will be allowed for Extra Work or for claimed delay unless the Extra Work contemplated or claimed delay is shown to be on the critical path of the Project Schedule or Contractor can show by Critical Path Method analysis how the Extra Work or claimed delay adversely affects the critical path. 12.03 Delays A. Where Contractor is reasonably delayed in the performance or completion of any part of the Work within the Contract Time due to delay beyond the control of Contractor, the Contract Time may be extended in an amount equal to the time lost due to such delay if a Contract Claim is made therefor. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by City, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. Such an adjustment shall be Contractor's sole and exclusive remedy for the delays described in this Paragraph. B. If Contractor is delayed, City shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. C. Contractor shall not be entitled to an adjustment in Contract Price or Contract Time for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. D. The Contractor shall receive no compensation for delays or hindrances to the Work, except when direct and unavoidable extra cost to the Contractor is caused by the failure of the City to provide information or material, if any, which is to be furnished by the City. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Feb 2, 2616 007200-1 GENERAL CONDITIONS Page 48 of 63 ARTICLE 13 — TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.01 Notice of Defects Notice of all defective Work of which City has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.02 Access to Work City, independent testing laboratories, and governmental agencies with jurisdictional interests will have access to the Site and the Work at reasonable times for their observation, inspection, and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor's safety procedures and programs so that they may comply therewith as applicable. 13.03 Tests and Inspections A. Contractor shall give City timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. If Contract Documents, Laws or Regulations of any public body having jurisdiction require any of the Work (or part thereof) to be inspected, tested, or approved, Contractor shall assume full responsibility for arranging and obtaining such independent inspections, tests, retests or approvals, pay all costs in connection therewith, and furnish City the required certificates of inspection or approval; excepting, however, those fees specifically identified in the Supplementary Conditions or any Texas Department of Licensure and Regulation (TDLR) inspections, which shall be paid as described in the Supplementary Conditions. C. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, re -tests, or approvals required for City's acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work. Such inspections, tests, re -tests, or approvals shall be performed by organizations acceptable to City. D. City may arrange for the services of an independent testing laboratory ("Testing Lab") to perform any inspections or tests ("Testing) for any part of the Work, as determined solely by City. 1. City will coordinate such Testing to the extent possible, with Contractor; 2. Should any Testing under this Section 13.03 D result in a "fail", "did not pass" or other similar negative result, the Contractor shall be responsible for paying for any and all retests. Contractor's cancellation without cause of City initiated Testing shall be deemed a negative result and require a retest. MY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION -- Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febnxffy 2, 2016 007200-1 GENERAL CONDITIONS Page 44 of 63 3. Any amounts owed for any retest under this Section 13.03 D shall be paid directly to the Testing Lab by Contractor. City will forward all invoices for retests to Contractor. 4. If Contractor fails to pay the Testing Lab, City will not issue Final Payment until the Testing Lab is paid. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of City, Contractor shall, if requested by City, uncover such Work for observation. F. Uncovering Work as provided in Paragraph 13.03.E shall be at Contractor's expense. G. Contractor shall have the right to make a Contract Claim regarding any retest or invoice issued under Section 13.03 D. 13.04 Uncovering Work A. If any Work is covered contrary to the Contract Documents or specific instructions by the City, it must, if requested by City, be uncovered for City's observation and replaced at Contractor's expense. B. If City considers it necessary or advisable that covered Work be observed by City or inspected or tested by others, Contractor, at City's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as City may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. 1. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop. the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the benefit of Contractor, any CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proj ect No. 101121 Revision: Febmay2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 50 of 63 Subcontractor, any Supplier, any other individual or entity, or any surety for, or employee or agent of any of them. 13.06 Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work pursuant to an acceptable schedule, whether or not fabricated, installed, or completed, or, if the Work has been rejected by City, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, additional testing, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). Failure to require the removal of any defective Work shall not constitute acceptance of such Work. B. When correcting defective Work under the terms of this Paragraph 13.06 or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair City's special warranty and guarantee, if any, on said Work. 13.07 Correction Period A. If within two (2) years after the date of Final Acceptance (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents), any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor's use by City or permitted by Laws and Regulations as contemplated in Paragraph 6.10.A is found to be defective, Contractor shall promptly, without cost to City and in accordance with City's written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by City, remove it from the Project and replace it with Work that is not defective, and 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of City's written instructions, or in an emergency where delay would cause serious risk of loss or damage, City may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision; Fdmoy2, 2016 007200-1 GENERAL CONDITIONS Page 51 of 63 C. In special circumstances where a particular item of equipment is placed in continuous service before Final Acceptance of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work may be required to be extended for an additional period of one year after the end of the initial correction period. City shall provide 30 days written notice to Contractor should such additional warranty coverage be required. Contractor may dispute this requirement by filing a Contract Claim, pursuant to Paragraph 10.06. E. Contractor's obligations under this Paragraph 13.07 are in addition to any other obligation or warranty. The provisions of this Paragraph 13.07 shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose. 13.08 Acceptance of Defective Work If, instead of requiring correction or removal and replacement of defective Work, City prefers to accept it, City may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) attributable to City's evaluation of and determination to accept such defective Work and for the diminished value of the Work to the extent not otherwise paid by Contractor. If any such acceptance occurs prior to Final Acceptance, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and City shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. 13.09 City May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from City to correct defective Work, or to remove and replace rejected Work as required by City in accordance with Paragraph 13.06.A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Contract Documents, City may, after seven (7) days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, City shall proceed expeditiously. In connection with such corrective or remedial action, City may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor's services related thereto, and incorporate in the Work all materials and equipment incorporated in the Work, stored at the Site or for which City has paid Contractor but which are stored elsewhere. Contractor shall allow City, City's representatives, agents, consultants, employees, and City's other contractors, access to the Site to enable City to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febnoy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 52 of 63 costs) incurred or sustained by City in exercising the rights and remedies under this Paragraph 13.09 will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and City shall be entitled to an appropriate decrease in the Contract Price. D. Contractor shall not be allowed an extension of the Contract Time because of any delay in the performance of the Work attributable to the exercise of City's rights and remedies under this Paragraph 13.09. ARTICLE 14 -- PAYMENTS TO CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts established as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revisions Febnuary2, 2016 00 72 00 -1 GENERAL CONDITIONS Page 53 of 63 B. Review of Applications: 1. City will, after receipt of each Application for Payment, either indicate in writing a recommendation of payment or return the Application to Contractor indicating reasons for refusing payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. City's processing of any payment requested in an Application for Payment will be based on City's observations of the executed Work, and on City's review of the Application for Payment and the accompanying data and schedules, that to the best of City's knowledge: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Final Acceptance, the results of any subsequent tests called for in the Contract Documents, a final determination of quantities and classifications for Work performed under Paragraph 9.05, and any other qualifications stated in the recommendation). 3. Processing any such payment will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to City in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by City or entitle City to withhold payment to Contractor, or c. Contractor has complied with Laws and Regulations applicable to Contractor's performance of the Work. 4. City may refuse to process the whole or any part of any payment because of subsequently discovered evidence or the results of subsequent inspections or tests, and revise or revoke any such payment previously made, to such extent as may be necessary to protect City from loss because: a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityProject No. 101121 Revision: Febmary2,2016 00 72 00 - 1 GENERAL CONDITIONS Page 54 of 63 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: 1. For contracts less than $400,000 at the time of execution, retainage shall be ten percent (10%). 2. For contracts greater than $400,000 at the time of execution, retainage shall be five percent (5%). D. Liquidated Damages. For each calendar day that any work shall remain uncompleted after the time specified in the Contract Documents, the sum per day specified in the Agreement, will be deducted from the monies due the Contractor, not as a penalty, but as liquidated damages suffered by the City. E. Payment: Contractor will be paid pursuant to the requirements of this Article 14 and payment will become due in accordance with the Contract Documents. F. Reduction in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to City to secure the satisfaction and discharge of such Liens; b. there are other items entitling City to a set-off against the amount recommended; or c. City has actual knowledge of the occurrence of any of the events enumerated in Paragraphs 14.02.B.4.a through 14.02.B.4.e or Paragraph 15,02.A. 2. If City refuses to make payment of the amount requested, City will give Contractor written notice stating the reasons for such action and pay Contractor any amount remaining after deduction of the amount so withheld. City shall pay Contractor the amount so withheld, or any adjustment thereto agreed to by City and Contractor, when Contractor remedies the reasons for such action. 14.03 Contractor's Warranty of Title Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101 I21 Revision: Febnuay2, 2016 007200-1 GENERAL CONDITIONS Page 55 of 63 14.04 Partial Utilization A. Prior to Final Acceptance of all the Work, City may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which City, determines constitutes a separately functioning and usable part of the Work that can be used by City for its intended purpose without significant interference with Contractor's performance of the remainder of the Work. City at any time may notify Contractor in writing to permit City to use or occupy any such part of the Work which City determines to be ready for its intended use, subject to the following conditions: 1. Contractor at any time may notify City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notification as enumerated in Paragraph 14.05.A.1, City and Contractor shall make an inspection of that part of the Work to determine its status of completion. If City does not consider that part of the Work to be substantially complete, City will notify Contractor in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Final Inspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: 1. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection. Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10I 121 Revision: Febmary2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 56 of 63 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for final payment following the procedure for progress payments in accordance with the Contract Documents. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.03; b. consent of the surety, if any, to final payment; c. a list of all pending or released Damage Claims against City that Contractor believes are unsettled; and d. affidavits of payments and complete and legally effective releases or waivers (satisfactory to City) of all Lien rights arising out of or Liens filed in connection with the Work. B. Payment Becomes Due: 1. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febnkuy2, 2016 007200-1 GENERAL CONDITIONS Page 57 of 63 portion of the Work fully completed and accepted shall be submitted by Contractor to City with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Contract Claims. B. Partial Retainage Release. For a Contract that provides for a separate vegetative establishment and maintenance, and test and performance periods following the completion of all other construction in the Contract Documents for all Work locations, the City may release a portion of the amount retained provided that all other work is completed as determined by the City. Before the release, all submittals and final quantities must be completed and accepted for all other work. An amount sufficient to ensure Contract compliance will be retained. 14.09 Waiver of Claims The acceptance of final payment will constitute a release of the City from all claims or liabilities under the Contract for anything done or furnished or relating to the work under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERNIINATION 15.01 City May Suspend Work A. At any time and without cause, City may suspend the Work or any portion thereof by written notice to Contractor and which may fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. During temporary suspension of the Work covered by these Contract Documents, for any reason, the City will make no extra payment for stand-by time of construction equipment and/or construction crews. B. Should the Contractor not be able to complete a portion of the Project due to causes beyond the control of and without the fault or negligence of the Contractor, and should it be determined by mutual consent of the Contractor and City that a solution to allow construction to proceed is not available within a reasonable period of time, Contractor may request an extension in Contract Time, directly attributable to any such suspension. C. If it should become necessary to suspend the Work for an indefinite period, the Contractor shall store all materials in such a manner that they will not obstruct or impede the public unnecessarily nor become damaged in any way, and he shall take every precaution to prevent damage or deterioration of the work performed; he shall provide suitable drainage about the work, and erect temporary structures where necessary. D. Contractor may be reimbursed for the cost of moving his equipment off the job and returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CRY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Febmary2, 2016 007200-1 GENERAL CONDITIONS Page 58 of63 15.02 City May Terminate for Cause A. The occurrence of any one or more of the following events by way of example, but not of limitation, may justify termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment, failure to adhere to the Project Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04, or failure to adhere to the City's Business Diversity Enterprise Ordinance #20020-12-2011established under Paragraph 6.06.D); 2. Contractor's disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor's repeated disregard of the authority of City; or 4. Contractor's violation in any substantial way of any provisions of the Contract Documents; or 5. Contractor's failure to promptly make good any defect in materials or workmanship, or defects of any nature, the correction of which has been directed in writing by the City; or 6. Substantial indication that the Contractor has made an unauthorized assignment of the Contract or any funds due therefrom for the benefit of any creditor or for any other purpose; or 7. Substantial evidence that the Contractor has become insolvent or bankrupt, or otherwise financially unable to carry on the Work satisfactorily; or 8. Contractor commences legal action in a court of competent jurisdiction against the City. B. If one or more of the events identified in Paragraph 15.02A. occur, City will provide written notice to Contractor and Surety to arrange a conference with Contractor and Surety to address Contractor's failure to perform the Work. Conference shall be held not later than 15 days, after receipt of notice. 1. If the City, the Contractor, and the Surety do not agree to allow the Contractor to proceed to perform the construction Contract, the City may, to the extent permitted by Laws and Regulations, declare a Contractor default and formally terminate the Contractor's right to complete the Contract. Contractor default shall not be declared earlier than 20 days after the Contractor and Surety have received notice of conference to address Contractor's failure to perform the Work. 2. If Contractor's services are terminated, Surety shall be obligated to take over and perform the Work. If Surety does not commence performance thereof within 15 consecutive calendar days after date of an additional written notice demanding Surety's performance of its CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: FeUnkvy2,2016 007200-1 GENERAL CONDITIONS Page 59 of 63 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any finther 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. ff such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, costs, losses and damages incurred by City will be incorporated in a Change Order, provided that when exercising any rights or remedies under this Paragraph, City shall not be required to obtain the lowest price for the Work performed. 4. Neither City, nor any of its respective consultants, agents, officers, directors or employees shall be in any way liable or accountable to Contractor or Surety for the method by which the completion of the said Work, or any portion thereof, may be accomplished or for the price paid therefor. 5. City, notwithstanding the method used in completing the Contract, shall not forfeit the right to recover damages from Contractor or Surety for Contractor's failure to timely complete the entire Contract. Contractor shall not be entitled to any claim on account of the method used by City in completing the Contract. 6. Maintenance of the Work shall continue to be Contractor's and Surety's responsibilities as provided for in the bond requirements of the Contract Documents or any special guarantees provided for under the Contract Documents or any other obligations otherwise prescribed by law. C. Notwithstanding Paragraphs 15.02.B, Contractor's services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. D. Where Contractor's services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proj oct No. 101121 Revision: Febmazy2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 60 of 63 15.03 City May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any termination shall be effected by mailing a notice of the termination to the Contractor specifying the extent to which performance of Work under the contract is terminated, and the date upon which such termination becomes effective. Receipt of the notice shall be deemed conclusively presumed and established when the letter is placed in the United States Postal Service Mail by the City. Further, it shall be deemed conclusively presumed and established that such termination is made with just cause as therein stated; and no proof in any claim, demand or suit shall be required of the City regarding such discretionary action. B. After receipt of a notice of termination, and except as otherwise directed by the City, the Contractor shall: 1. Stop work under the Contract on the date and to the extent specified in the notice of termination; 2. place no further orders or subcontracts for materials, services or facilities except as may be necessary for completion of such portion of the Work under the Contract as is not terminated; 3. terminate all orders and subcontracts to the extent that they relate to the performance of the Work terminated by notice of termination; 4. transfer title to the City and deliver in the manner, at the times, and to the extent, if any, directed by the City: a. the fabricated or unfabricated parts, Work in progress, completed Work, supplies and other material produced as a part of, or acquired in connection with the performance of, the Work terminated by the notice of the termination; and b. the completed, or partially completed plans, drawings, information and other property which, if the Contract had been completed, would have been required to be furnished to the City. 5. complete performance of such Work as shall not have been terminated by the notice of termination; and 6. take such action as may be necessary, or as the City may direct, for the protection and preservation of the property related to its contract which is in the possession of the Contractor and in which the owner has or may acquire the rest. C. At a time not later than 30 days after the termination date specified in the notice of termination, the Contractor may submit to the City a list, certified as to quantity and quality, of any or all items of termination inventory not previously disposed of, exclusive of items the disposition of which has been directed or authorized by City. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: FeUnivyZ 2016 007200-1 GENERAL CONDITIONS Page 61 of 63 D. Not later than 15 days thereafter, the City shall accept title to such items provided, that the list submitted shall be subject to verification by the City upon removal of the items or, if the items are stored, within 45 days from the date of submission of the list, and any necessary adjustments to correct the list as submitted, shall be made prior to final settlement. E. Not later than 60 days after the notice of termination, the Contractor shall submit his termination claim to the City in the form and with the certification prescribed by the City. Unless an extension is made in writing within such 60 day period by the Contractor, and granted by the City, any and all such claims shall be conclusively deemed waived. F. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; and 3. reasonable expenses directly attributable to termination. G. In the event of the failure of the Contractor and City to agree upon the whole amount to be paid to the Contractor by reason of the termination of the Work, the City shall determine, on the basis of information available to it, the amount, if any, due to the Contractor by reason of the termination and shall pay to the Contractor the amounts determined. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. ARTICLE 16 — DISPUTE RESOLUTION 16.01 Methods and Procedures A. Either City or Contractor may request mediation of any Contract Claim submitted for a decision under Paragraph 10.06 before such decision becomes final and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.13 shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101121 Revision: Frbnmly2, 2016 00 72 00 - 1 GENERAL CONDITIONS Page 62 of 63 1. elects in writing to invoke any other dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Contract Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Contract Claim to a court of competent jurisdiction. ARTICLE 17 — MISCELLANEOUS 17.01 Giving Notice A. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the notice. B. Business address changes must be promptly made in writing to the other party. C. Whenever the Contract Documents specifies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityProject No. 101121 Revision: FebmaiyZ2016 00 72 00 - 1 GENERAL CONDITIONS Page 63 of 63 17.04 Survival of Obligations All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. 17.05 Headings Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. CITY OF FORT WORTH 2019 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revision: Fdxuary2, 2016 SECTION 00 73 00 SUPPLEMENTARY CONDITIONS TO GENERAL CONDITIONS Supplementary Conditions 007300-1 SUPPLEMENTARY CONDITIONS Page 1 of 6 These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. Defined Terms The terms used in these Supplementary Conditions which are defined in the General Conditions have the meaning assigned to them in the General Conditions, unless specifically noted herein. Modifications and Supplements The following are instructions that modify or supplement specific paragraphs in the General Conditions and other Contract Documents. SC-3.03B.2, "Resolving Discrepancies" Plans govern over Specifications. SC-4.01 A Easement limits shown on the Drawing are approximate and were provided to establish a basis for bidding. Upon receiving the final easements descriptions, Contractor shall compare them to the lines shown on the Contract Drawings. SC-4.01A.1., "Availability of Lands" The following is a list of known outstanding right-of-way, and/or easements to be acquired, if any as of Outstanding Right -Of -Way, and/or Easements to Be Acquired PARCEL OWNER TARGET DATE NUMBER OF POSSESSION 1►M0110 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within five (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. SC-4.01A.2, "Availability of Lands" CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised January 22, 2016 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 6 Utilities or obstructions to be removed, adjusted, and/or relocated The following is list of utilities and/or obstructions that have not been removed, adjusted, and/or relocated as of July 10, 2019. EXPECTED UTILITY AND LOCATION OWNER TARGET DATE OF ADJUSTMENT ONCOR Power Pole 7400 Creckfall Dr. August 2019 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4A2A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotecbnical Investigation Report No. 18202, dated March 2018, prepared by Globe Engineers, Inc. a sub -consultant of DAL -TECH Engineering, a consultant of the City, providing additional information on proposed 2018 Bond Street Reconstruction. The following are drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground Facilities) which are at or contiguous to the site of the Work: NONE SC-4.06A., "Hazardous Environmental Conditions at Site" The following are reports and drawings of existing hazardous environmental conditions known to the City: NONE SC-5.03A., "Certificates of Insurance" The entities listed below are "additional insureds as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: NONE (3) Other: NONE SC-5.04A., "Contractor's Insurance" The limits of liability for the insurance required by Paragraph GC-5.04 shall provide the following coverages for not less than the following amounts or greater where required by laws and regulations: 5.04A. Workers' Compensation, under Paragraph GC-5.04A. Statutory limits Employer's liability $100, 000 each accident/occurrence $100, 000 Disease - each employee $500, 000 Disease -policy limit CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised January 22, 2016 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 6 SC-5.04B., "Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.0413. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $1, 000, 000 each occurrence $2, 000, 000 aggregate limit The policy must have an endorsement (Amendment — Aggregate Limits of Insurance) making the General Aggregate Limits apply separately to each job site. The Commercial General Liability Insurance policies shall provide "X", "C", and "U" coverage's. Verification of such coverage must be shown in the Remarks Article of the Certificate of Insurance. SC 5.04C., "Contractor's Insurance" 5.04C. Automobile Liability, under Paragraph GC-5.04C. Contractor's Liability Insurance under Paragraph GC-5.04C., which shall be in an amount not less than the following amounts: (1) Automobile Liability - a commercial business policy shall provide coverage on "Any Auto", defined as autos owned, hired and non -owned. $1,000,000 each accident on a combined single limit basis. Split limits are acceptable if limits are at least: $250,000 Bodily Injury per person / $500,000 Bodily Injury per accident / $100,000 Property Damage SC-5.04D., "Contractor's Insurance" The Contractor's construction activities will require its employees, agents, subcontractors, equipment, and material deliveries to cross railroad properties and tracks NONE The Contractor shall conduct its operations on railroad properties in such a manner as not to interfere with, hinder, or obstruct the railroad company in any manner whatsoever in the use or operation of its/their trains or other property. Such operations on railroad properties may require that Contractor to execute a "Right of Entry Agreement" with the particular railroad company or companies involved, and to this end the Contractor should satisfy itself as to the requirements of each railroad company and be prepared to execute the right -of -entry (if any) required by a railroad company. The requirements specified herein likewise relate to the Contractor's use of private and/or construction access roads crossing said railroad company's properties. The Contractual Liability coverage required by Paragraph 5.04D of the General Conditions shall provide coverage for not less than the following amounts, issued by companies satisfactory to the City and to the Railroad Company for a term that continues for so long as the Contractor's operations and work cross, occupy, or touch railroad property: (1) General Aggregate: (2) Each Occurrence: Required for this Contract CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised January 22, 2016 $NONE $NONE X Not required for this Contract 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 00 73 00 - 4 SUPPI,FMFNTARY CONDITIONS Page 4 of 6 With respect to the above outlined insurance requirements, the following shall govern: 1. Where a single railroad company is involved, the Contractor shall provide one insurance policy in the name of the railroad company. However, if more than one grade separation or at -grade crossing is affected by the Project at entirely separate locations on the line or lines of the same railroad company, separate coverage may be required, each in the amount stated above. 2. Where more than one railroad company is operating on the same right-of-way or where several railroad companies are involved and operated on their own separate rights -of -way, the Contractor may be required to provide separate insurance policies in the name of each railroad company. 3. If, in addition to a grade separation or an at -grade crossing, other work or activity is proposed on a railroad company's right-of-way at a 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: CFW Horizontal Wage Rate Table CFW Vertical Wage Rate Table 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: NONE SC-6.0913. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: NONE SC-6.09C. "Outstanding permits and licenses" CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION -- Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised January 22, 2016 007300-5 SUPPLEMENTARY CONDITIONS Page 5 of 6 The following is a list of known outstanding permits and/or licenses to be acquired, if any as of July 10, 2019. Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION TARGET DATE OF POSSESSION The City of Fort Worth iSWM xxxxxxXX SC-6.24B., "Title VI, Civil Rights Act of 1964 as amended" During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor") agrees as follows: I. Compliance with Regulations: The Contractor shall comply with the Regulation relative to nondiscrimination in Federally -assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin, in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by 49 CFR, section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontractors, Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontactor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by City or the Texas Department of Transportation to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information the contractor shall so certify to the City, or the Texas Department of Transportation, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, City shall impose such contract sanctions as it or the Texas Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding of payments to the Contractor under the Contract until the Contractor complies, and/or b. canceIlation, termination or suspension of the Contract, in whole or in part. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised January 22, 2016 00 73 00 - 6 SUPPLEMENTARY CONDITIONS Page 6 of 6 6. Incorporation of Provisions: The Contractor shall include the provisions of paragraphs (1) through (6) in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as City or the Texas Department of Transportation may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request City to enter into such litigation to protect the interests of City, and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. Additional Title VI requirements can be found in the Appendix. 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" NONE SC-9.01., "City's Project Manager" The City's Project Manager for this Contract is Greg Robbins, P.E., PMP, 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised January 22, 2016 SECTION 01 11 00 SUMMARY OF WORK PART1- GENERAL 1.1 SUMMARY A. Section Includes: 011100-1 SUMMARY OF WORK Page 1 of 3 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 USED] 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 1. 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. 3. 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 amount 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 011100-2 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. 1 } All Work shall be in accordance with railroad requirements set forth in Division 0 as well as the railroad permit. D. Work within Easements 1. 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 easements 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 land 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 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 easements, 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 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 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 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 CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 The Page Intentionally Left Blank CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 SECTION 0125 00 SUBSTITUTION PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 012500-1 SUBSTITUTION PROCEDURES Page I 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 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. 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 012500-2 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 1. 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 literature 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 2O18 BOND STREET RECONSTRUCTION— Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 01 25 00 - 3 SUBSTITUTION PROCEDURES Page 3 of 4 4. No additional contract time will be given for substitution. Substitution will be rejected if. 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 SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. In making request for substitution or in using an approved product, the Contractor represents that the Contractor: l . 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 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: 1" 012500-4 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 SPECIFIED 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 FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 SECTION 013119 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 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. Coordination 1. Attend preconstruction meeting. 2_ Representatives of Contractor, subcontractors and suppliers attending meetings shall be qualified and authorized to act on behalf of the entity each represents. 3. Meeting administered by City may be tape recorded. a. If recorded, tapes will be used to prepare minutes and retained by City for future reference. B. Preconstruction Meeting 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 2O18 BOND STREET RECONSTRUCTION -- Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised August 17, 2012 01 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section 0132 16 and provide at Preconstruction Meeting. b. City will notify Contractor of any schedule changes upon Notice of Preconstruction Meeting. 5. Preliminary Agenda may include: a. Introduction of Project Personnel b. General Description of Project c. Status of right-of-way, utility clearances, easements or other pertinent permits d. Contractor's work plan and schedule e. Contract Time f. Notice to Proceed g. Construction Staking h. Progress Payments i. Extra Work and Change Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals in. Payroll Certification n. Material Certifications and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre -Construction Conditions q. Weekend Work Notification r. Legal Holidays s. Trench Safety Plans t. Confined Space Entry Standards u. Coordination with the City's representative for operations of existing water systems v. Storm Water Pollution Prevention Plan w. Coordination with other Contractors x. Early Warning System y. Contractor Evaluation z. Special Conditions applicable to the project aa. Damages Claims bb. Submittal Procedures cc. Substitution Procedures dd. Correspondence Routing ee. Record Drawings ff. Temporary construction facilities gg. M/WBE or MBE/SBE procedures hh. Final Acceptance ii. Final Payment J. Questions or Comments CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised August 17, 2012 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 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 USEDI 111 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised August 17, 2012 The Page Intentionally Left Blank CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 SECTION 013120 PROJECT MEETINGS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 013120-1 PROJECT MEETINGS Page 1 of 3 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 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. 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 1. 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 a. Contractor CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 01 31 20 - 2 PROJECT MEETINGS Page 2 of 3 b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre -construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as - needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues c. Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall include: a. Contractor's project manager b. Contractor's superintendent c. Any subcontractor or supplier representatives whom the Contractor may desire to invite or the City may request d. Engineer's representatives e. City's representatives f. Others, as requested by the Project Representative 5. Preliminary Agenda may include: a. Review of Work progress since previous meeting b. Field observations, problems, conflicts c. Items which impede construction schedule d. Review of off -site fabrication, delivery schedules e. Review of construction interfacing and sequencing requirements with other construction contracts f. Corrective measures and procedures to regain projected schedule g. Revisions to construction schedule h. Progress, schedule, during succeeding Work period i. Coordination of schedules j . Review submittal schedules k. Maintenance of quality standards 1. Pending changes and substitutions in. Review proposed changes for: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record Documents o. Review monthly pay request p. Review status of Requests for Information CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 01 31 20 - 3 PROJECT MEETINGS Page 3 of 3 6. Meeting Schedule a. Progress meetings will be held periodically as determined by the Project Representative. 1) Additional meetings may be held at the request of the: a) City b) Engineer c) Contractor 7. Meeting Location a. The City will establish a meeting location. 1) To the extent practicable, meetings will be held at the Site. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 110 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 INOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 The Page Intentionally Left Blank CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 013216-1 CONSTRUCTION PROGRESS SCHEDULE Page 1 of 5 SECTION 0132 16 CONSTRUCTION PROGRESS SCHEDULE PART 1-- 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 1 - 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. Baseline 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July I, 2011 01 32 16 - 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 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 1. 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: 1) 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 concurrency 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 013216-3 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 j ob 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 he used by the City as well as by the Contractor. 3. 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 01 32 16 - 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 l . 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 schcdule 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 013216-5 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 The Page Intentionally Left Blank CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 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 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. 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 until the end of the maintenance surety period. 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] CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised duly 1, 2011 01 32 33 - 2 PRECONSTRUCTION VIDEO Page 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 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 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 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 OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101 I21 Revised December 20, 2012 013300-2 SUBMITTALS Page 2 of 8 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 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 1 Iinches. 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 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 5. Identification of the product, with the Specification Section number, page and paragraph(s) 6. FieId 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 £ 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 1. 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. 2. 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 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. Submittal 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) If 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 013300-5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Copies a) Submit the number stated in the respective Specification Sections. 3. Distribute reproductions of approved shop drawings and copies of approved product data and samples, where required, to the job site file and elsewhere as directed by the City. a. Provide number of copies as directed by the City but not exceeding the number previously specified. K. Submittal Review 1. The review of shop drawings, data and samples will be for general conformance with the design concept and Contract Documents. This is not to be construed as: a. Permitting any departure from the Contract requirements b. Relieving the Contractor of responsibility for any errors, including details, dimensions, and materials c. Approving departures from details furnished by the City, except as otherwise provided herein 2. The review and approval of shop drawings, samples or product data by the City does not relieve the Contractor from his/her responsibility with regard to the fulfillment of the terms of the Contract. a. All risks of error and omission are assumed by the Contractor, and the City will have no responsibility therefore. 3. The Contractor remains responsible for details and accuracy, for coordinating the Work with all other associated work and trades, for selecting fabrication processes, for techniques of assembly and for performing Work in a safe manner. 4. If the shop drawings, data or samples as submitted describe variations and show a departure from the Contract requirements which City finds to be in the interest of the City and to be so minor as not to involve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. SubmittaIs will be returned to the Contractor under 1 of the following codes: a. Code I 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 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 resubmittal. d. Code 4 1) "NOT APPROVED" is assigned when the submittal does not meet the intent of the Contract Documents. a) The Contractor must resubmit the entire package revised to bring the submittal into conformance. b) It may be necessary to resubmit using a different manufacturer/vendor to meet the Contract Documents. 6. Resubmittals a. Handled in the same manner as first submittals 1) Corrections other than requested by the City 2) Marked with revision triangle or other similar method a) At Contractor's risk if not marked b. Submittals for each item will be reviewed no more than twice at the City's expense. 1) All subsequent reviews will be performed at times convenient to the City and at the Contractor's expense, based on the City's or City Representative's then prevailing rates. 2) Provide Contractor reimbursement to the City within 30 Calendar Days for all such fees invoiced by the City. c. The need for more than 1 resubmission or any other delay in obtaining City's review of submittals, will not entitle the Contractor to an extension of Contract Time. 7. Partial Submittals a. City reserves the right to not review submittals deemed partial, at the City's discretion. b. Submittals deemed by the City to be not complete will be returned to the Contractor, and will be considered "Not Approved" until resubmitted. c. The City may at its option provide a list or mark the submittal directing the Contractor to the areas that are incomplete. 8. If the Contractor considers any correction indicated on the shop drawings to constitute a change to the Contract Documents, then written notice must be provided thereof to the City at least 7 Calendar Days prior to release for manufacture. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 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) 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. S. 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 SUBMITTALSIINFORMATIONAL 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 SECTION 413513 SPECIAL PROJECT PROCEDURES PART1- GENERAL 1.1 SUMMARY A. Section Includes: 0I3513-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 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 1. Provide parking for employees at locations approved by the City. m. Comply with equipment, operational, reporting and enforcement requirements set forth in NCTCOG's Clean Construction Specification. 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 a — Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1 — General Requirements 3. Section 33 12 25 — Connection to Existing Water Mains 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment 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 CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 0135 13 -2 SPECIAL PROJECT PROCEDURES Page 2 of 8 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 a. Measurement 1) Measurement for this Item will be per working day. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for each working day that Railroad Flagmen are present at the Site. c. The price bid shall include: 1) Coordination for scheduling flagmen 2) Flagmen 3) Other requirements associated with Railroad 3. All other items a. Work associated with these Items 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. Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 3. North Central Texas Council of Governments (NCTCOG) — Clean Construction Specification 1.4 ADMINISTRATIVE REQUIREMENTS A. Coordination with the Texas Department of Transportation 1. When work in the right-of-way which is under the jurisdiction of the Texas Department of Transportation (TxDOT): a. Notify the Texas Department of Transportation prior to commencing any work therein in accordance with the provisions of the permit b. All work performed in the TxDOT right-of-way shall be performed in compliance with and subject to approval from the Texas Department of Transportation B. Work near High Voltage Lines 1. Regulatory Requirements a. All Work near High Voltage Lines (more than 600 volts measured between conductors or between a conductor and the ground) shall be in accordance with Health and Safety Code, Title 9, Subtitle A, Chapter 752. 2. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 3. Equipment operating within 10 feet of high voltage lines will require the following safety features CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 013513-3 SPECIAL PROJECT PROCEDURES Page 3 of 8 a. Insulating cage -type of guard about the boom or arm b. Insulator links on the lift hook connections for back hoes or dippers c. Equipment must meet the safety requirements as set forth by OSHA and the safety requirements of the owner of the high voltage lines 4. Work within 6 feet of high voltage electric lines 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 i 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: CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 013513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 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 01 31 13 G. Water Department Coordination 1. During the construction of this project, it will be necessary to deactivate, for a period of time, existing lines. The Contractor shall be required to coordinate with the Water Department to determine the best times for deactivating and activating those lines. 2. Coordinate any event that will require connecting to or the operation of an existing City water line system with the City's representative. a. Coordination shall be in accordance with Section 33 12 25. b. If needed, obtain a hydrant water meter from the Water Department for use during the life of named project. c. In the event that a water valve on an existing live system be turned off and on to accommodate the construction of the project is required, coordinate this activity through the appropriate City representative. 1) Do not operate water line valves of existing water system. a) Failure to comply will render the Contractor in violation of Texas Penal Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full extent of the law. b) In addition, the Contractor will assume all liabilities and responsibilities as a result of these actions. H. Public Notification Prior to Beginning Construction I. Prior to beginning construction on any block in the project, on a block by block basis, prepare and deliver a notice or flyer of the pending construction to the front door of each residence or business that will be impacted by construction. The notice shall be prepared as follows: a. Post notice or flyer 7 days prior to beginning any construction activity on each block in the project area. 1) Prepare flyer on the Contractor's letterhead and include the following information: a) Name of Project b) City Project No (CPN) c) Scope of Project (i.e. type of construction activity) d) Actual construction duration within the block e) Name of the contractor's foreman and phone number f) Name of the City's inspector and phone number g) City's after-hours phone number 2) A sample of the `pre -construction notification' flyer is attached as Exhibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to the inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction will be allowed to begin on any block until the flyer is delivered to all residents of the block. I. Public Notification of Temporary Water Service Interruption during Construction CrFY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 0135 13 - 5 SPECIAL PROJECT PROCEDURES Page 5 of S 1. In the event it becomes necessary to temporarily shut down water service to residents or businesses during construction, prepare and deliver a notice or flyer of the pending interruption to the front door of each affected resident. 2. Prepared notice as follows: a. The notification or flyer shall be posted 24 hours prior to the temporary interruption. b. Prepare flyer on the contractor's letterhead and include the following information: 1) Name of the project 2) City Project Number 3) Date of the interruption of service 4) Period the interruption will take place 5) Name of the contractor's foreman and phone number 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption notification is attached as Exhibit B. d. Deliver a copy of the temporary interruption notification to the City inspector for review prior to being distributed. e. No interruption of water service can occur until the flyer has been delivered to all affected residents and businesses. f. Electronic versions of the sample flyers can be obtained from the Project Construction Inspector. J. Coordination with United States Army Corps of Engineers (USAGE) 1. At locations in the Project where construction activities occur in areas where USACE permits are required, meet all requirements set forth in each designated permit. K. Coordination within Railroad Permit Areas 1. At locations in the project where construction activities occur in areas where railroad permits are required, meet all requirements set forth in each designated railroad permit. This includes, but is not limited to, provisions for: a. Flagmen b. Inspectors c. Safety training d. Additional insurance e. Insurance certificates f. Other employees required to protect the right-of-way and property of the Railroad Company from damage arising out of and/or from the construction of the project. Proper utility clearance procedures shall be used in accordance with the permit guidelines. 2. Obtain any supplemental information needed to comply with the railroad's requirements. 3. Railroad Flagmen a. Submit receipts to City for verification of working days that railroad flagmen were present on Site. L. Dust Control 1. Use acceptable measures to control dust at the Site. a. If water is used to control dust, capture and properly dispose of waste water. CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 013513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 b. If wet saw cutting is performed, capture and properly dispose of slurry. M. Employee Parking 1. Provide parking for employees at locations approved by the City. N. {Coordination with North Central Texas Council of Governments (NCTCOG) Clean Construction Specification [if required for the project— verify with City] 1. Comply with equipment, operational, reporting and enforcement requirements set forth in NCTCOG's Clean Construction Specification.) 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 8/31 /2012 D. Johnson 1.4.B — Added requirement of compliance with Health and Safety Code, Title 9. Safety, Subtitle A. Public Safety, Chapter 752. High Voltage Overhead Lines. 1.4.E — Added Contractor responsibility for obtaining a TCEQ Air Permit CITY OF FORT WORT14 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 013513-7 SPECIAL PROJECT PROCEDURES EXHIBIT A (To be printed on Contractor's Letterhead) Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: Page 7 of 8 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.> a Mr. <CITY INSPECTOR> AT C TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 EXHIBIT B FORTWORTH Dole 110. 5dj= »e: NOTICE OF TEMPORARY WATER SERVICE INTERRUPTION DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE HOURS OF AND IF YOU HAVE QUESTIONS ABOUT THIS SHUT -OUT, PLEASE CALL. MR. AT (CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER) OR MR. AT (CITY INSPECTOR) (TELEPHONE NUMBER) THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, ,CONTRACTOR CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 0I4523-1 TESTING AND INSPECTION SERVICES Page 1 of 2 SECTION 0145 23 TESTING AND INSPECTION SERVICES PART 1- 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 first 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 USED] 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 1) 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. 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 01 45 23 - 2 TESTING AND INSPECTION SERVICES Page 2 of 2 3) Hard Copies a) i 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 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 01 50 00 - 1 TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 SECTION 0150 00 TEMPORARY FACILITIES AND CONTROLS PART1- GENERAL 1.1 SUMMARY A. Section Includes: Provide temporary facilities and controls needed for the Work including, but not necessarily limited to: a. Temporary utilities b. Sanitary facilities c. Storage Sheds and Buildings d. Dust control e. Temporary fencing of the construction site 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. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services. b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c. Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 01 50 00 - 2 TEMPORARY FACILITIES AND CONTROLS Page 2 of 4 d. Contractor Payment for Construction Water 1) Obtain construction water meter from City for payment as billed by City's established rates. 3. Electricity and Lighting a. Provide and pay for electric powered service as required for Work, including testing of Work. 1) Provide power for lighting, operation of equipment, or other use. b. Electric power service includes temporary power service or generator to maintain operations during scheduled shutdown. 4. Telephone a. Provide emergency telephone service at Site for use by Contractor personnel and others performing work or furnishing services at Site. 5. Temporary Heat and Ventilation a. Provide temporary heat as necessary for protection or completion of Work. b. Provide temporary heat and ventilation to assure safe working conditions. B. Sanitary Facilities l . Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 2. Enforce use of sanitary facilities by construction personnel at job site. a. Enclose and anchor sanitary facilities. b. No discharge will be allowed from these facilities. c. Collect and store sewage and waste so as not to cause nuisance or health problem. d. Haul sewage and waste off -site at no less than weekly intervals and properly dispose in accordance with applicable regulation. 3. Locate facilities near Work Site and keep clean and maintained throughout Project. 4. Remove facilities at completion of Project C. Storage Sheds and Buildings l . Provide adequately ventilated, watertight, weatherproof storage facilities with floor above ground level for materials and equipment susceptible to weather damage. 2. Storage of materials not susceptible to weather damage may be on blocks off ground. 3. Store materials in a neat and orderly manner. a. Place materials and equipment to permit easy access for identification, inspection and inventory. 4. Equip building with lockable doors and lighting, and provide electrical service for equipment space heaters and heating or ventilation as necessary to provide storage environments acceptable to specified manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from temporary and existing buildings. 6. Remove building from site prior to Final Acceptance. D. Temporary Fencing 1. Provide and maintain for the duration or construction when required in contract documents E. Dust Control CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Proj ect No. 101121 Revised July 1, 2011 015000-3 TEMPORARY FACILITIES AND CONTROLS Page 3 of 4 1. Contractor is responsible for maintaining dust control through the duration of the project. a. Contractor remains on -call at all times b. Must respond in a timely manner F. Temporary Protection of Construction 1. Contractor or subcontractors are responsible for protecting Work from damage due to weather. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS INOT USED] 1.9 QUALITY ASSURANCE [NOT USEDI 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] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION [NOT USED] 3.4 INSTALLATION A. Temporary Facilities 1. Maintain all temporary facilities for duration of construction activities as needed. 3.5 [REPAIR] / [RESTORATION] 3.6 RE -INSTALLATION 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 A. Temporary Facilities CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 01 50 00 - F4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1. Remove all temporary facilities and restore area after completion of the Work, to a condition equal to or better than prior to start of Work. 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised Juiy 1, 2011 01 55 26 - 1 STREET 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 1 — 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 Iatest 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 1. General a. When traffic control plans are included in the Drawings, provide Traffic Control in accordance with Drawings and Section 34 71 13. b. When traffic control plans are not included in the Drawings, prepare traffic control plans in accordance with Section 34 71 13 and submit to City for review. 1) Allow minimum 10 working days for review of proposed Traffic Control. B. Street Use Permit 1. Prior to installation of Traffic Control, a City Street Use Permit is required. a. To obtain Street Use Permit, submit Traffic Control Plans to City Transportation and Public Works Department. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10112I Revised July 1, 2011 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 Permit, such that construction is not delayed. C. Modification to Approved Traffic Control 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. E. 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. Install 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 SUBMITTALSIINFORMATIONAL 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 01 55 26 - 3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 The Pale Intentionally Left flank CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 01 57 13 - 1 STORM WATER POLLUTION PREVENTION Pagel of 3 SECTION 015713 STORM WATER POLLUTION PREVENTION PART1- 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 1 — 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 I. 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 I. 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised duly 1, 2011 015713-2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 3125 00 and Drawings. 2. 1 to less than 5 acres of disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) TCEQ Small Construction Site Notice Required under general permit TXR150000 a) Sign and post at job site b) Prior to Preconstruction Meeting, send 1 copy to City Department of Transportation and Public Works, Environmental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 3125 00 b) The Drawings c) TXR150000 General Permit d) SWPPP e) TCEQ requirements 3. 5 acres or more of Disturbance a. Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) Prepare a TCEQ 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 leaking changes or updates to NOl 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 SUBMITTALS 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 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 0133 00. 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 The Pale Intentionally Left Blank CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 015813-1 TEMPORARY PROJECT SIGNAGE Page 1 of 3 SECTION 0158 13 TEMPORARY PROJECT SIGNAGE PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Temporary Project Signage Requirements 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 [NOT USED] 1.5 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] PART2- PRODUCTS 2.1 OWNER -FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS A. Design Criteria 1. Provide free standing Project Designation Sign in accordance with City's Standard Details for project signs. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 B. Materials 1. Sign a. Constructed of 3/4-inch fir plywood, grade A-C (exterior) or better 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL [NOT USED] PART 3 - EXECUTION 31 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 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 [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 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 015813-3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 The Pale Intentionally Left flank CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 SECTION 0160 00 PRODUCT REQUIREMENTS PART 1- GENERAL 1.1 SUMMARY A. Section Includes: 01 60 00 - 1 PRODUCT REQUIREMENTS Page 1 of 2 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: 1. Resources102 - Construction Documents\Standard 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. t.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS4NFORMATIONAL 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 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 01 60 00 - 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 10/12/12 D. Johnson Modified Location of City's Standard Product List CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 01 66 00 - 1 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 1 of 4 SECTION 0166 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Exposure to elements or harsh environments 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 [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 AND HANDLING A. Delivery Requirements 1. Schedule delivery of products or equipment as required to allow timely installation and to avoid prolonged storage. 2. Provide appropriate personnel and equipment to receive deliveries. 3. Delivery trucks will not be permitted to wait extended periods of time on the Site for personnel or equipment to receive the delivery. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised duly 1, 2011 016600-2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 4. Deliver products or equipment in manufacturer's original unbroken cartons or other containers designed and constructed to protect the contents from physical or environmental damage. 5. Clearly and frilly mark and identify as to manufacturer, item and installation location. 6. Provide manufacturer's instructions for storage and handling. B. Handling Requirements 1. Handle products or equipment in accordance with these Contract Documents and manufacturer's recommendations and instructions. C. Storage Requirements 1. Store materials in accordance with manufacturer's recommendations and requirements of these Specifications. 2. Make necessary provisions for safe storage of materials and equipment. a. Place loose soil materials and materials to be incorporated into Work to prevent damage to any part of Work or existing facilities and to maintain free access at all times to all parts of Work and to utility service company installations in vicinity of Work. 3. Keep materials and equipment neatly and compactly stored in locations that will cause minimum inconvenience to other contractors, public travel, adjoining owners, tenants and occupants. a. Arrange storage to provide easy access for inspection. 4. Restrict storage to areas available on construction site for storage of material and equipment as shown on Drawings, or approved by City's Project Representative. 5. Provide off -site storage and protection when on -site storage is not adequate. a. Provide addresses of and access to off -site storage locations for inspection by City's Project Representative. 6. Do not use lawns, grass plots or other private property for storage purposes without written permission of owner or other person in possession or control of premises. 7. Store in manufacturers' unopened containers. 8. Neatly, safely and compactly stack materials delivered and stored along line of Work to avoid inconvenience and damage to property owners and general public and maintain at least 3 feet from fire hydrant. 9. Keep public and private driveways and street crossings open. 10. Repair or replace damaged lawns, sidewalks, streets or other improvements to satisfaction of City's Project Representative. a. Total length which materials may be distributed along route of construction at one time is 1,000 linear feet, unless otherwise approved in writing by City's Project Representative. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 _ 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [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 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD joR] SITE QUALITY CONTROL A. Tests and Inspections 1. Insspect all products or equipment delivered to the site prior to unloading. B. Non -Conforming Work L Reject all products or equipment that are damaged, used or in any other way unsatisfactory for use on the project. 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 A. Protect all products or equipment in accordance with manufacturer's written directions. B. Store products or equipment in location to avoid physical damage to items while in storage. C. Protect equipment from exposure to elements and keep thoroughly dry if required by the manufacturer. 3.13 MAINTENANCE [NOT USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 01 66 00 - 4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION —Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 01 70 00 - 1 MOBILIZATION AND REMOBILIZATION Page 1 of 4 SECTION 0170 00 MOBILIZATION AND REMOBILIZATION 1.1 SUMMARY A. Section Includes: 1. Mobilization and Demobilization a. Mobilization 1) Transportation of Contractor's personnel, equipment, and operating supplies to the Site 2) Establishment of necessary general facilities for the Contractor's operation at the Site 3) Premiums paid for performance and payment bonds 4) Transportation of Contractor's personnel, equipment, and operating supplies to another location within the designated Site 5) Relocation of necessary general facilities for the Contractor's operation from I location to another location on the Site. b. DemobiIization 1) Transportation of Contractor's personnel, equipment, and operating supplies away from the Site including disassembly 2) Site Clean-up 3) Removal of all buildings and/or other facilities assembled at the Site for this Contract c. Mobilization and Demobilization do not include activities for specific items of work that are for which payment is provided elsewhere in the contract. 2. Remobilization a. Remobilization for Suspension of Work specifically required in the Contract Documents or as required by City includes: 1) Demobilization a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly or temporarily securing equipment, supplies, and other facilities as designated by the Contract Documents necessary to suspend the Work. b) Site Clean-up as designated in the Contract Documents 2) Remobilization a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site necessary to resume the Work. b) Establishment of necessary general facilities for the Contractor's operation at the Site necessary to resume the Work. 3) No Payments will be made for: a) Mobilization and Demobilization from one location to another on the Site in the normal progress of performing the Work. b) Stand-by or idle time c) Lost profits 3. Mobilizations and Demobilization for Miscellaneous Projects a. Mobilization and Demobilization CITY OF FORT WORTH 20N BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised November 22, 2016 017000-2 MOBILIZATION AND RF-MO131LIZATION Page 2 of 4 1) Mobilization shall consist of the activities and cost on a Work Order basis necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies to the Site for the issued Work Order. b) Establishment of necessary general facilities for the Contractor's operation at the Site for the issued Work Order 2) Demobilization shall consist of the activities and cost necessary for: a) Transportation of Contractor's personnel, equipment, and operating supplies from the Site including disassembly for each issued Work Order b) Site Clean-up for each issued Work Order c) Removal of all buildings or other facilities assembled at the Site for each Work Oder b. Mobilization and Demobilization do not include activities for specific items of work for which payment is provided elsewhere in the contract. 4. Emergency Mobilizations and Demobilization for Miscellaneous Projects a. A Mobilization for Miscellaneous Projects when directed by the City and the mobilization occurs within 24 hours of the issuance of the Work Order. B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 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. Mobilization and Demobilization a. Measure 1) This Item is measured as a single lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. c. Measure 1) This Item will be measured by the lump sum or each as the work progresses. Mobilization is calculated on the base bid only and will not be paid for separately on any additive alternate items added to the Contract. 2) Demobilization shall be considered subsidiary to the various bid items. d. Payment 1) "Mobilization — Paving," "Mobilization — Drainage," and/or "Mobilization — Paving/Drainage", Mobilization shall be made in partial payments as follows: a) When 1% of the adjusted Contract amount for construction Items is earned, 50% of the mobilization lump sum bid will be paid. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised November 22, 2016 017000-3 MOBILIZATION AND REMOBILIZATION Page 3 of 4 b) When 5% of the adjusted Contract amount for construction Items is earned, 75% of the mobilization lump sum bid will be paid. Previous payments under the Item will be deducted from this amount. c) When 10% of the adjusted Contract amount for construction Items is earned, 100% of the mobilization lump sum bid will be paid. Previous payments under the Item will be deducted from this amount. d) A bid containing a total for "Mobilization" in excess of 40 % of total paving, drainage or paving/drainage contract shall be considered unbalanced and a cause for consideration of rejection. 2) The work performed and materials furnished for demobilization in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 2. Remobilization for suspension of Work as specifically required in the Contract Documents a. Measurement 1) Measurement for this Item shall be per each remobilization performed. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Specified Remobilization" in accordance with Contract Documents. c. The price shall include: 1) Demobilization as described in Section I.1.A.2.a.1) 2) Remobilization as described in Section 1, I.A.2.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 3. Remobilization for suspension of Work as required by City a. Measurement and Payment 1) This shall be submitted as a Contract Claim in accordance with Article 10 of Section 00 72 00. 2) No payments will be made for standby, idle time, or lost profits associated with this Item. 4. Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include: 1) Mobilization as described in Section 1.1.A.3.a.1) 2) Demobilization as described in Section 1.1.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 5. Emergency Mobilizations and Demobilizations for Miscellaneous Projects a. Measurement CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised November 22, 2016 01 70 U0 - 4 MOBILIZATION AND REMOMLIZATION Page 4 of 4 1) Measurement for this Item shall be for each Mobilization and Demobilization required by the Contract Documents b. Payment 1) The Work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price per each "Work Order Emergency Mobilization" in accordance with Contract Documents. Demobilization shall be considered subsidiary to mobilization and shall not be paid for separately. c. The price shall include 1) Mobilization as described in Section 1.1.A.4.a) 2) Demobilization as described in Section I. I.A.3.a.2) d. No payments will be made for standby, idle time, or lost profits associated this Item. 1.3 REFERENCES [NOT USED] 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 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 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 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised November 22, 2016 017123-1 CONSTRUCTION STAKING AND SURVEY Page 1 of 8 SECTION 017123 CONSTRUCTION STAKING AND SURVEY PART1- 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 Construction Staking a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "Construction Staking". 2) Payment for "Construction Staking" shall be made in partial payments prorated by work completed compared to total work included in the lump sum item. c. The price bid shall include, but not be limited to the following: 1) Verification of control data provided by City. 2) Placement, maintenance and replacement of required stakes and markings in the field. 3) Preparation and submittal of construction staking documentation in the form of "cut sheets" using the City's standard template. 2. Construction Survey a. Measurement 1) This Item is considered subsidiary to the various Items bid. b. Payment 1) The Work performed and the materials furnished in accordance with this Item are subsidiary to the various Items bid and no other compensation will be allowed. 3. As -Built Survey a. Measurement 1) Measurement for this Item shall be by lump sum. b. Payment 1) The work performed and the materials furnished in accordance with this Item shall be paid for at the lump sum price bid for "As -Built Survey". CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised February 14, 2018 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. 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 Fort 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 SUBMITTALSANFORMATIONAL SUBMITTALS A. Field Quality Control Submittals CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised February 14, 2018 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 sealed 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. 3. General a. Construction survey will be performed in order to construct the work shown on the Construction Drawings and specified in the Contract Documents. b. For construction methods other than open cut, the Contractor shall perform construction survey and verify control data including, but not limited to, the following: 1) Verification that established benchmarks and control are accurate. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised February 14, 2018 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 notes used to establish all lines and grades, if requested, and allow the City to check guidance system setup prior to beginning each tunneling drive. 5) Provide access for the City, if requested, to verify the guidance system and the line and grade of the carrier pipe. 6) The Contractor remains fully responsible for the accuracy of the work and correction of it, as required. 7) Monitor line and grade continuously during construction. 8) Record deviation with respect to design line and grade once at each pipe joint and submit daily records to the City. 9) If the installation does not meet the specified tolerances (as outlined in Sections 33 05 23 and/or 33 05 24), immediately notify the City and correct the installation in accordance with the Contract Documents. C. As -Built Survey 1. Required As -Built Survey will be performed by the Contractor. 2. Coordination a. Contractor is to coordinate with City to confirm which features require as - built surveying. b. It is the Contractor's responsibility to coordinate the as -built survey and required measurements for items that are to be buried such that construction activities are not delayed or negatively impacted. c. For sewer mains and water mains 12" and under in diameter, it is acceptable to physically measure depth and mark the location during the progress of construction and take as -built survey after the facility has been buried. The Contractor is responsible for the quality control needed to ensure accuracy. 3. General a. The Contractor shall provide as -built survey including the elevation and location (and provide written documentation to the City) of construction features during the progress of the construction including the following: 1) Water Lines a) Top of pipe elevations and coordinates for waterlines at the following locations: (1) Minimum every 250 linear feet, including (2) Horizontal and vertical points of inflection, curvature, etc. (3) Fire line tee (4) Plugs, stub -outs, dead-end lines (5) Casing pipe (each end) and all buried fittings 2) Sanitary Sewer a) Top of pipe elevations and coordinates for force mains and siphon sanitary sewer lines (non -gravity facilities) at the following locations: (1) Minimum every 250 linear feet and any buried fittings (2) Horizontal and vertical points of inflection, curvature, etc. 3) Stormwater — Not Applicable CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised February 14, 2018 01 71 23 - 5 CONSTRUCTION STAKING AND SURVEY Page 5 of 8 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). 5. Digital survey files in the following formats shall be acceptable: a. AutoCAD (.dwg) b. ESRI Shapefile (.shp) CITY OF FORT WORTH 20 t8 BOND STREET RECONSTRUCTION —Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised February 14, 2018 01 71 23 -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: 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 rcview 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 should not exceed 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 .0.1ft tolerance. c. Paving or concrete for streets, curbs, gutters, parking areas, drives, alleys and walkways shall be located within the confines of the site boundaries and, occasionally, along a boundary or any other restrictive line. Away from any restrictive line, these facilities should be staked with an accuracy producing no more than 0.05ft. tolerance from their specified locations. d. Underground and overhead utilities, such as sewers, gas, water, telephone and electric lines, shall be located horizontally within their prescribed areas or easements. Within assigned areas, these utilities should be staked with an accuracy producing no more than 0.1 ft tolerance from a specified location. c. The accuracy required for the vertical location of utilities varies widely. Many underground utilities require only a minimum cover and a tolerance of 0.1 ft. should be maintained. Underground and overhead utilities on planned profile, but not depending on gravity flow for performance, should not exceed 0.1 ft. tolerance. B. Surveying instruments shall be kept in close adjustment according to manufacturer's specifications or in compliance to standards. The City reserves the right to request a calibration report at any time and recommends regular maintenance schedule be performed by a certified technician every 6 months. 1. Field measurements of angles and distances shall be done in such fashion as to satisfy the closures and tolerances expressed in Part 3.1.A. 2. Vertical locations shall be established from a pre -established benchmark and checked by closing to a different bench mark on the same datum. 3. Construction survey field work shall correspond to the client's plans. Irregularities or conflicts found shall be reported promptly to the City. 4. Revisions, corrections and other pertinent data shall be logged for future reference. CITY OF FORT WORTH 201813OND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised February 14, 2018 01 71 23 - 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 from 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 3rd party contracted surveyor are not intended to relieve the contractor of his/her responsibility for accuracy. 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 CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised February 14, 2018 017123-8 CONSTRUCTION STAKING AND SURVEY Page 8 of 8 DATE NAME SUMMARY OF CHANGE 8/31/2012 D. Johnson Added instruction and modified measurement & payment under 1.2; added 8/31/2017 M. Owen definitions and references under 1.3; modified 1.6; 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 7/14/2018 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised February 14, 2018 SECTION 0174 23 CLEANING PARTI- GENERAL 1.1 SUMMARY 01 74 23 - 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 1 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 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 STORAGE, AND HANDLING A. Storage and Handling Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised Jelly 1, 2011 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 (oRl 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 2O18 BOND STREET RECONSTRUCTION —Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 017423-3 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 bum 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. Haul 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, 5. 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS CityProject No. 101121 Revised July 1, 2011 01 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. S. 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 017719-1 CLOSEOUT REQUIREMENTS Page 1 of 3 SECTION 0177 19 CLOSEOUT REQUIREMENTS PART1- GENERAL 1.1 SUMMARY 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 WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 017719-2 CLOSEOUT REQUIREMENTS 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 01 78 23 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section 01 74 23. C. Final Inspection 1. After final cleaning, provide notice to the City Project Representative that the Work is completed. a. The City will make an initial Final Inspection with the Contractor present. b. Upon completion of this inspection, the City will notify the Contractor, in writing within 10 business days, of any particulars in which this inspection reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately undertake the Work required to remedy deficiencies and complete the Work to the satisfaction of the City. 3. Upon completion of Work associated with the items listed in the City's written notice, inform the City, that the required Work has been completed. Upon receipt of this notice, the City, in the presence of the Contractor, will make a subsequent Final Inspection of the project. 4. Provide all special accessories required to place each item of equipment in full operation. These special accessory items include, but are not limited to: a. Specified spare parts b. Adequate oil and grease as required for the first lubrication of the equipment c. Initial fill up of all chemical tanks and fuel tanks d. Light bulbs e. Fuses f. Vault keys g. Handwheels h. Other expendable items as required for initial start-up and operation of all equipment D. Notice of Project Completion CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 017719-3 CLOSEOUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative finds the Work subsequent to Final Inspection to be satisfactory, the City will issue a Notice of Project Completion (Green Sheet). E. Supporting Documentation 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 e. Pipe Report (if required) f. Contractor's Evaluation of City g. Performance Evaluation of Contractor F. Letter of Final Acceptance 1. Upon review and acceptance of Notice of Project Completion and Supporting Documentation, in accordance with General Conditions, City will issue Letter of Final Acceptance and release the Final Payment Request for payment. 3.5 REPAIR / 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 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 The Page Intentionally Left Blank CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 BOND STREET RECONSTRUCTION —Contract 3 City Project No. 101121 01 78 23 - 1 OPERATION AND MAINTENANCE DATA Page] of 5 SECTION 0178 23 OPERATION AND MAINTENANCE DATA PART1- GENERAL 1.1 SUMMARY A. Section Includes: l . 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 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. 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 1. Prepare data in form of an instructional manual for use by City personnel. 2. Format a. Size: 8 % 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 01 78 23 - 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. £ 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 017823-3 OPERATION AND MAINTENANCE DATA Page 3 of 5 5. 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 3. 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 e. 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 2O1813OND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 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] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 017823-5 OPERATION AND MAINTENANCE DATA Page 5 of 5 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 8/31/2012 D. Johnson I.5.A.1— tide of section removed CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 The Page Intentionally Left flank CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 SECTION 0178 39 PROJECT RECORD DOCUMENTS PART1- GENERAL 1.1 SUMMARY A. Section Includes: 017839-1 PROJECT RECORD DOCUMENTS Page] of 4 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 SUBMITTALSIINFORMATIONAL 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 017839-2 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 1 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 01 78 39 - 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. 5. 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101I21 Revised July 1, 2011 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 / RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD Ioa] 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 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 03 80 00 - 1 MODIFICATIONS TO EXISTING CONCRETE Page 1 of 7 1 SECTION 03 80 00 2 MODIFICATIONS TO EXISTING CONCRETE STRUCTURES 3 PART1- GENERAL 4 11 SUMMARY 5 A. Section includes: 6 1. Modifications to existing concrete structures, including: 7 a. Manholes 8 b. Junction boxes 9 c. Vaults 10 d. Retaining walls 11 e. Wing and head walls 12 f. Culverts 13 2. This section does not include modifications to Reinforced Concrete Pipe. 14 B. Deviations from this City of Fort Worth Standard Specification 15 1. None. 16 C. Related Specification Sections include, but are not necessarily limited to: 17 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 18 2. Division I — General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Measurement 22 a. This Item is considered subsidiary to the structure or Items being placed. 23 2. Payment 24 a. The work performed and the materials furnished in accordance with this Item 25 are subsidiary to the structure or Items being placed and no other compensation 26 will be allowed. 27 1.3 REFERENCES 28 A. Reference Standards 29 1. Reference standards cited in this Specification refer to the current reference 30 standard published at the time of the latest revision date logged at the end of this 31 Specification, unless a date is specifically cited. 32 2. ASTM International (ASTM): 33 a. A615, Deformed and Plain Billet -Steel Bars for Concrete Reinforcement. 34 b. C881, Standard Specification for Epoxy -Resin -Base Bonding Systems for 35 Concrete. 36 c. C882, Standard Test Method for Bond Strength of Epoxy -Resin Systems Used 37 with Concrete by Slant Sheer. 38 d. D570, Standard Test Method for Water Absorption of Plastics. 39 e. D638, Standard Test Method for Tensile Properties of Plastics. CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 038000-2 MODIFICATIONS TO EXISTING CONCRETE Page 2 of 7 1 f D695, Standard Test Method for Compressive Properties of Rigid Plastics. 2 g. D732, Standard Test Method for Shear Strength of Plastics by Punch Tool. 3 h. D790, Standard Test Methods for Flexural Properties of Unreinforced and 4 Reinforced Plastics and Electrical Insulating Materials. 5 B. Where reference is made to 1 of the above standards, the revision in effect at the time of 6 bid opening applies. 7 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 8 1.5 SUBMITTALS 9 A. Provide submittals in accordance with Section 0133 00. 10 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 11 specials. 12 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 13 A. Product Data 14 1. Submit manufacturer's Product Data on all product brands proposed for use to the 15 Engineer for review. 16 2. Include the manufacturer's installation and/or application instructions. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 19 QUALITY ASSURANCE 20 A. When removing materials or portions of existing structures and when making openings 21 in existing structures, take precautions and all erect all necessary barriers, shoring and 22 bracing, and other protective devices to prevent damage to the structures beyond the 23 limits necessary for the new work, protect personnel, control dust, and to prevent 24 damage to the structures or contents by falling or flying debris. 25 B. Core sanitary sewer manhole penetrations. 26 1.10 DELIVERY, STORAGE, AND HANDLING 27 A. Deliver the specified products in original, unopened containers with the manufacturer's 28 name, labels, product identification, and batch numbers. 29 B. Store and condition the specified product as recommended by the manufacturer. 30 1.11 FIELD CONDITIONS [NOT USED] 31 1.12 WARRANTY [NOT USED] 32 PART 2 - PRODUCTS 33 2.1 OWNER -FURNISHED OR OWNER -SUPPLIED PRODUCTS [NOT USED] 34 2.2 PRODUCT TYPES AND MATERIALS 35 A. Manufacturers CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101121 Revised December 20, 2012 03 80 00 - 3 MODIFICATIONS TO EXISTING CONCRETE Page 3 of 7 1 1. In other Part 2 articles where titles below introduce lists, the following requirements 2 apply to product selection: 3 a. Available Products 4 1) Subject to compliance with requirements, products that may be 5 incorporated into the Work include, but are not limited to, products 6 specified. 7 b. Available Manufacturers 8 1) Subject to compliance with requirements, manufacturers offering products 9 that may be incorporated into the Work include, but are not limited to, 10 manufacturers specified. 11 B. Materials 12 1. General 13 a. Comply with this Section and any state or local regulations. 14 C. Steel Reinforcement 15 1. Reinforcing Bars 16 a. ASTM A615, Grade 60, deformed. 17 D. Epoxy Bonding Agent 18 1. A 2-component, solvent -free, asbestos -free, moisture -insensitive epoxy resin 19 material used to bond plastic concrete to hardened concrete complying with the 20 requirements of ASTM C881, Type V, and the additional requirements specified 21 herein. 22 2. Properties of the cured material 23 a. Compressive Strength (ASTM D695) 24 1) 8,500 psi minimum at 28 days 25 b. Tensile Strength (ASTM D638) 26 1) 4,000 psi minimum at 14 days 27 c. Flexural Strength (ASTM D790 - Modulus of Rupture) 28 1) 6,300 psi minimum at 14 days 29 d. Shear Strength (ASTM D732) 30 1) 5,000 psi minimum at 14 days 31 e. Water Absorption (ASTM D570 - 2 hour boil) 32 1) 1 percent maximum at 14 days 33 £ Bond Strength (ASTM C882) Hardened to Plastic 34 1) 1,500 psi minimum at 14 days moist cure 35 g. Color 36 1) Gray 37 h. Available Manufacturers: 38 1) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod 39 2) BASF, Cleveland, Ohio - Concresive 1438 40 E. Epoxy Paste 41 1. A 2-component, solvent -free, asbestos free, moisture insensitive epoxy resin 42 material used to bond dissimilar materials to concrete such as setting railing posts, 43 dowels, anchor bolts, and all -threads into hardened concrete and complying with 44 the requirements of ASTM C881, Type I, Grade 3, and the additional requirements 45 specified herein. 46 2. Properties of the cured material 47 a. Compressive Properties (ASTM D695): 10,000 psi minimum at 28 days CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 038000-4 MODIFICATIONS TO EXISTING CONCRETE Page 4 of 7 1 b. Tensile Strength (ASTM D638): 3,000 psi minimum at 14 days. Elongation at 2 Break - 0.3 percent minimum 3 c. Flexural Strength (ASTM D790 - Modulus of Rupture): 3,700 psi minimum at 4 14 days 5 d. Shear Strength (ASTM D732); 2,800 psi minimum at 14 days 6 e. Water Absorption (ASTM D570): 1.0 percent maximum at 7 days 7 f. Bond Strength (ASTM C882): 2,000 psi at 14 days moist cure 8 g. Color: Concrete grey 9 h. Available Manufacturers 10 1) Overhead Applications 11 a) Sika Corporation, Lyndhurst, New Jersey - Sikadur 32, Hi -Mod LV 12 b) BASF - Concresive 1438 13 2) All Other Applications 14 a) Sika Corporation, Lyndhurst, New Jersey - Sikadur Hi -mod LV 31 15 b) BASF - Concresive 1401 16 F. Repair Mortars 17 1. Provide an asbestos free, moisture insensitive, polymer -modified, Portland cement- 18 based cementitious trowel grade mortar for repairs on horizontal or vertical 19 surfaces. 20 a. Available Manufacturers 21 1) Sika Corporation, Lyndhurst New Jersey - SikaTop 122 22 2) BASF — Emaco Nanocrete R3 23 G. Pipe Penetration Sealants 24 1. 1 component polyurethane, extrudable swelling bentonite-frce waterstop that is 25 chemically resistant, not soluble in water and capable of withstanding wet/dry 26 cycling. 27 a. Available Manufacturers 28 1) Sika Corporation, Lyndhurst New Jersey— SikaSwell S-2 29 2) Approved equal 30 2.3 ACCESSORIES [NOT USED] 31 2.4 SOURCE QUALITY CONTROL [NOT USED] 32 PART 3 - EXECUTION 33 3.1 INSTALLERS [NOT USED] 34 3.2 EXAMINATION [NOT USED] 35 3.3 PREPARATION 36 A. General 37 L Cut, repair, reuse, demolish, excavate or otherwise modify parts of the existing 38 structures or appurtenances, as indicated on the Drawings, specified herein, or 39 necessary to permit completion of the Work. Finishes, joints, reinforcements, 40 sealants, etc., are specified in respective Sections. Comply with other requirements 41 of this of Section and as shown on the Drawings. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 038000-5 MODIFICATIONS TO EXISTING CONCRETE Page 5 of 7 1 2. Store, mix, and apply all commercial products specified in this Section in strict 2 compliance with the manufacturer's recommendations. 3 3. Make repairs in all cases where concrete is repaired in the vicinity of an expansion 4 joint or control joint to preserve the isolation between components on either side of 5 the joint. 6 4. When drilling holes for dowels/bolts at new or existing concrete, stop drilling if 7 rebar is encountered and relocate the hole to avoid rebar as approved by the 8 Engineer. Do not cut rebar without prior approval by the Engineer. 9 B. Concrete Removal 10 1. Remove concrete designated to be removed to specific limits as shown on the 11 Drawings or directed by the Engineer, by chipping, jack -hammering, or saw -cutting 12 as appropriate in areas where concrete is to be taken out. Do not jackhammer 13 sanitary sewer manhole penetrations. Remove concrete in such a manner that 14 surrounding concrete or existing reinforcing to be left in place and existing in place 15 equipment is not damaged. 16 2. Where existing reinforcing is exposed due to saw cuttinglcore drilling and no new 17 material is to be placed on the sawcut surface, apply a coating or surface treatment 18 of epoxy paste to the entire cut surface to a thickness of 1/4 inch. 19 3. In all cases where the joint between new concrete or grout and existing concrete 20 will be exposed in the finished work, except as otherwise shown or specified, 21 provide a 1-inch deep saw cut on each exposed surface of the existing concrete at 22 the edge of concrete removal. 23 4. Repair concrete specified to be left in place that is damaged using approved means 24 to the satisfaction of the Engineer. 25 5. The Engineer may from time to time direct additional repairs to existing concrete. 26 Make these repairs as specified or by such other methods as may be appropriate. 27 C. Connection Surface Preparation 28 1. Prepare connection surfaces as specified below for concrete areas requiring 29 patching, repairs or modifications as shown on the Drawings, specified herein, or as 30 directed by the Engineer. 31 2. Remove all deteriorated materials, dirt, oil, grease, and all other bond inhibiting 32 materials from the surface by dry mechanical means, i.e., sandblasting, grinding, 33 etc., as approved by the Engineer. Be sure the areas are not less than 1/2-inch in 34 depth. Irregular voids or surface stones need not be removed if they are sound, free 35 of laitance, and firmly embedded into parent concrete, subject to the Engineer's 36 final inspection. 37 3. If reinforcing steel is exposed, it must be cleaned by wire brush or other similar 38 means to remove all contaminants, rust, etc., as approved by the Engineer. If 1/2 of 39 the diameter of the reinforcing steel is exposed, chip out behind the steel. Chip a 40 minimum of 1 inch behind the steel. Do not Damage reinforcing to be saved during 41 the demolition operation. 42 4. Clean reinforcing from existing demolished concrete that is shown to be 43 incorporated in new concrete by wire brush or other similar means to remove all 44 loose material and products of corrosion before proceeding with the repair. Cut, 45 bend, or lap to new reinforcing as shown on the Drawings and provided with 1-inch 46 minimum cover all around. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 038000-6 MODIFICATIONS TO EXISTING CONCRETE Page 6 of 7 1 5. The following are specific concrete surface preparation "methods" to be used where 2 called for on the Drawings, specified herein, or as directed by the Engineer. 3 a. Method A 4 1) After the existing concrete surface at connection has been roughened and 5 cleaned, thoroughly moisten the existing surface with water. 6 2) Brush on a l/16-inch layer of cement and water mixed to the consistency of 7 a heavy paste. 8 3) Immediately after application of cement paste, place new concrete or grout 9 mixture as detailed on the Drawings. 10 b. Method B 11 1) After the existing concrete surface has been roughened and cleaned, apply 12 epoxy bonding agent at connection surface. 13 2) Comply strictly with the manufacturer's recommendations for the field 14 preparation and application of the epoxy bonding agent. 15 3) Place new concrete or grout mixture to limits shown on the Drawings 16 within time constraints recommended by the manufacturer to ensure bond. 17 c_ Method C 18 1) Drill a hole 1/4 inch larger than the diameter of the dowel. 19 2) Blow the hole clear of loose particles and dust just prior to installing epoxy. 20 First fill the drilled hole with epoxy paste, then butter the dowels/bolts with 21 paste then insert by tapping. 22 3) Unless otherwise shown on the Drawings, drill and set deformed bars to a 23 depth of 10 bar diameters and smooth bars to a depth of 15 bar diameters. 24 4) If not noted on the Drawings, the Engineer will provide details regarding 25 the size and spacing of dowels. 26 d. Method D 27 1) Combination of Method B and C. 28 3.4 INSTALLATION [NOT USED] 29 3.5 REPAIR [NOT USED] 30 3.6 RE -INSTALLATION [NOT USED] 31 3.7 FIELD QUALITY CONTROL [NOT USED] 32 3.8 SYSTEM STARTUP [NOT USED] 33 39 ADJUSTING [NOT USED] 34 3.10 CLEANING [NOT USED] 35 3.11 CLOSEOUT ACTIVITIES [NOT USED] 36 3.12 PROTECTION [NOT USED] 37 3.13 MAINTENANCE [NOT USED] 38 3.14 ATTACHMENTS [NOT USED] 40 DM IX110M R40 01110 CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 038000-7 MODIFICATIONS TO EXISTING CONCRETE Page 7 of 7 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 The Page Intentionally Left Blank CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 Park (11 en Ne*ghbor hood Association Standards for Bridle Mailbox Repair and Rebuilding August 16, 2017 Park Glen is a Port Worth neighborhood of 3,318 homes west of Denton Highway, east of Beach Street, north of Western Center Blvd and south of North Tarrant Parkway. You may wish to visit our website (www.ParkGlen.org) to learn more about us. Our neighborhood uses community mailboxes which are metal Postal Service boxes surrounded by a brick structure. Following are the standards for contractors for the repair and/or rebuilding of these mailbox structures. Size, Type, and Color of Brick Bricks to be used must match the size utilized in our existing community mailboxes. We prefer that rounded brick be installed on the "corners" of the main part of the brick structure to match the style and appearance of the original Park Glen mailboxes, which still are the great majority of mailboxes standing now. If you find that this brick is not available, we encourage you to quote with the use of only squared brick (making that fact clear in your quote). If you find that rounded brick is available but only at a high cost, we encourage you to quote for each option: with rounded brick and using squared brick. If you find that neither rounded brick nor solids are available but you feel that you could utilize creative brick masonry to overcome this (without any holes bring visible when looking at the completed mailbox from any direction), you are welcome to quote, making your intentions clear. The color of brick to be used is a deep red matching the neighborhood's original mailboxes and the monument signs around the neighborhood. Do not use the pictures included in this document to determine the color. The bricks should not hint of orange, bright red, purple, or burgundy. There should be a narrow range of color variation between bricks in the cube or strap. Mortar on repairs is to match the existing mortar as closely as possible. On completely rebuilt mailboxes, mortar is to be buff, matching the great majority of our existing mailboxes. Mailbox Design On the following pages are pictures that show the standard design to follow for both the preferred rounded corners (three pictures) and or the acceptable alternative of squared corners (three pictures). The mailboxes pictured are representative of design, not necessarily color. Please note these consistent design elements: ® There is always a vertical course of brick above the metal mailbox, and above that is a header row. There is a vertical column of brick on each side of the mailbox that employs horizontal bricks, then has a vertical course (coinciding with the vertical course on the main part of the box), and ends one horizontal brick short of the overall mailbox height. Rounded brick is not used on these columns, even if rounded brick is used on the main part of the structure. These vertical columns need to be secured to the main brick structure by galvanized brick ties or other long-lasting method. ® The brick structure will have an opening (for access to the metal mailbox) in the front and back or just the front, depending on the type of metal mailbox. The opening in the brick must be constructed so that the metal mailbox is completely usable and serviceable. ® The width of the brick structure is always the width of the necessary access opening plus the width of two columns of brick on each side. ® We prefer that the course of bricks under the metal mailbox on both the front and rear (if there is a rear access opening) be installed as a vertical course, but we will allow a header course if that provides a better appearance, is a better match for a recessed bottom of the metal mailbox, or is otherwise prudent. ® No course of bricks should protrude from the vertical face of the overall structure. For example, the course of bricks underneath an access opening should not stick out further toward the street or sidewalk than any other brick in the mailbox. ® Wherever cored brick is used, the holes must not be visible when looking at the completed mailbox from any direction or the top. ® Mortar joints should be simple concave. Brick installation and some design elements may vary depending on the type of metal mailbox enclosed and the building techniques necessary to build a stable structure. For example, the width and depth of each mailbox is dependent on the metal mailbox being enclosed. But please do not take unnecessary liberties, and strive to have the finished product look as close to the standard design as possible. There are inappropriate designs and variations in various places around the neighborhood, so do not think that replicating any mailbox or element you see in the neighborhood will be acceptable. These pictures provide the standards. If you have any questions, do not assume; please ask Russell. For any mailbox being repaired (versus partially or completely rebuilt), you are not responsible for making that mailbox compliant with the standard design, but do not allow your work to take the design of that mailbox farther from the standard than it is now. For example, never use a square brick to replace a rounded brick. When any repair work is done on a mailbox, filling in holes and mortar gaps all over that mailbox should be included in the work performed, even if not itemized on the work request. # , ¥,;,I r / . . �. A � 0 i r44k"'+► ti r hm "Level" Standards You are not responsible for the lean of mailboxes that you are repairing and were not tasked with leveling. But any mailbox that you level or rebuild must have a lean no worse than 1 degree off of perfectly vertical (90-degrees). In the end, it is the brick structure that needs to be level, not the concrete pad. Since laid brick is uneven, we are looking for a consensus of readings to be level. That is, an average of the readings on each side should be 90 degrees (some readings of 89 to 90 degrees and others of 90 to 91 degrees). If an existing pad will not allow a level brick structure to be built, the concrete pad needs to be leveled or replaced. Leveled or new pads should incline slightly toward the curb (so water runs from the sidewalk to the curb) and be even with or slightly above the curb and even with or slightly below the sidewalk (if not possible to be even with both the curb and the sidewalk, the pad must be close to even with at least the curb OR the sidewalk). Coordination with United States Postal Service You will coordinate with the Post Office regarding your work, whenever that is necessary. For rebuilds, you'll need to work with the US Postal Service if their metal mailbox will need to be out of service, removed, or repaired. This is probably the case only if you are repouring a pad, but you may need to contact them if you encounter a problem with their metal mailbox or you notice any significant damage that they need to fix. Our contact at USPS for mailbox maintenance is Leann Bernazzani, 817-378-0759, Leann.L.Bernazzani@usps.gov. Appearance of completed mailbox and site Each completed mailbox should be free of excess mortar or stains caused by your work. The site must be clear of materials, trash, stains, and damage that was not present before the work. Salvaged Materials You are responsible for removing any unneeded brick or other materials. A 'valuable brick" is a brick that is likely to be usable on another mailbox in the future at a benefit (e.g. cost savings or availability) versus buying a new brick. For example, we wish to keep and re -use rounded brick whenever it is practical. You must keep these "valuable bricks" for use on future projects (by you or another contractor). At the end of this project, the "valuable bricks" continue to be the property of the Association, even if they continue to be in your possession. At any time after this project, you may make arrangements with Russell Zwerg or other key Association contact to transfer possession of these bricks. Park Glen Contact for Mailbox Work Russell Zwerg PGNA Vice President PGNARussell@gmail.com 817-490-5668 The Page Intentionally Left Blank CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 31 10 00 - 1 SITE CLEARING Page 1 of 5 1 SECTION 3110 00 2 SITE CLEARING 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Preparation of right-of-way and other designated areas for construction operations 7 by removing and disposing of all obstructions including clearing and grubbing and 8 trees, when removal of such obstructions is not specifically shown on the Drawings 9 to be paid by other Sections. The City of Fort Worth's Urban Forestry Ordinance 10 governs all tree removals. 11 B. Deviations from this City of Fort Worth Standard Specification 12 1. None. 13 C. Related Specification Sections include but are not necessarily limited to 14 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 15 2. Division 1— General Requirements 16 3. Section 02 41 13 — Selective Site Demolition 17 4. Section 02 41 14 — Utility Removal/Abandonment 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Site Clearing 21 a. Measurement 22 1) Measurement for this Item shall be by lump sum. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the lump sum price bid for "Site Clearing". 26 c. The price bid shall include: 27 1) Pruning of designated trees and shrubs 28 2) Removal and disposal of trees, structures and obstructions 29 3) Backfilling of holes 30 4) Clean-up 31 2. Tree Removal (typically included in "Site Clearing", but should be used if "Site 32 Clearing" is not a bid item) 33 a. Measurement 34 1) Measurement for this Item shall be per each. 35 b. Payment 36 1) The work performed and the materials furnished in accordance with this 37 Item shall be paid for at the unit price bid per each "Tree Removal" for: 38 a) Various caliper ranges 39 c. The price bid shall include: 40 1) Pruning of designated trees and shrubs 41 2) Removal and disposal of structures and obstructions CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 31 10 00 - 2 SITE CLEARING Page 2 of 5 1 3) Grading and backfilling of holes 2 4) Excavation 3 5) Fertilization 4 6) Clean-up 5 3. Tree Removal and Transplantation 6 a. Measurement 7 1) Measurement for this Item shall be per each. 8 b. Payment 9 1) The work performed and the materials furnished in accordance with this 10 Item shall be paid for at the unit price bid per each "Tree Transplant" for: 11 a) Various caliper ranges 12 c. The price bid shall include. 13 1) Pruning of designated trees and shrubs 14 2) Removal and disposal of structures and obstructions 15 3) Moving tree with truck mounted tree spade 16 4) Grading and backfilling of holes 17 5) Replanting tree at temporary location (determined by Contractor) 18 6) Maintaining tree until Work is completed 19 7) Replanting tree into original or designated location 20 8) Excavation 21 9) Fertilization 22 10) Clean-up 23 1.3 REFERENCES [NOT USED] 24 1.4 ADMINSTRATIVE REQUIREMENTS 25 A. Permits 26 1. Contractor shall obtain Tree Removal Permits and Urban Forestry Permits as 27 required by the City's Tree Ordinance. (www.FortWortbTexas.gov) 28 B. Preinstallation Meetings 29 1. Hold a preliminary site clearing meeting and include the Contractor, City Arborist, 30 City Inspector, and the Project Manager for the purpose of reviewing the 31 Contractor's tree removal plan. Clearly mark all trees to remain on the project site 32 prior to the meeting. 33 2. The Contractor will provide the City with a Disposal Letter in accordance to 34 Division 01. 35 1.5 SUBMITTALS [NOT USED] 36 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 37 1.7 CLOSEOUT SUBMITTALS [NOT USED] 38 LS MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 39 1.9 QUALITY ASSURANCE [NOT USED] 40 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 41 1.11 FIELD CONDITIONS [NOT USED] CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS llnsert Project Number] Revised December 20, 2012 31 10 00 - 3 SITE CLEARING Page 3 of 5 1 1.12 WARRANTY [NOT USED] 2 PART 2 - PRODUCTS [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION 7 A. All trees identified to be protected and/or preserved should be clearly flagged with 8 survey tape. 9 B. Following taping and prior to any removals or site clearing, the Contractor shall meet to with the City, the Engineer and the Landowner, if necessary, to confirm trees to be 11 saved. 12 3.4 INSTALLATION 13 A. Protection of Trees 14 1. Protect designated trees and prune trees and shrubs as shown on the Drawings. 15 Refer to the Drawings for tree protection details. 16 2. If the Drawings do not provide tree protection details, protected trees shall be 17 fenced by placing 6-foot tali metal T-posts in a square around the tree trunk with 18 the corners located on the canopy drip line, unless instructed otherwise. 19 3. When site conditions do not allow for the T-posts to be installed at the drip line, the 20 T-posts may be installed no less than 8 feet from the tree trunk. 4-foot high 12 r/z 21 gauge stock fencing or orange plastic snow fence shall be attached to the T posts to 22 form the enclosure. 23 4. Do not park equipment, service equipment, store materials, or disturb the root area 24 under the branches of trees designated for preservation. 25 5. When shown on the Drawings, treat cuts on trees with an approved tree wound 26 dressing within 20 minutes of making a pruning cut or otherwise causing damage to 27 the tree. 28 6. Trees and brush shall be mulched on -site. 29 a. Burning as a method of disposal is not allowed. 30 B. Hazardous Materials 31 1. The Contractor will notify the Engineer immediately if any hazardous or 32 questionable materials not shown on the Drawings are encountered. This includes; 33 but not limited to: 34 a. Floor tiles 35 b. Roof tiles 36 c. Shingles 37 d. Siding 38 e. Utility piping CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS tInsert Project Number] Revised December 20, 2012 311000-4 SITE CLEARING Page 4 of 5 1 2. The testing, removal, and disposal of hazardous materials will be in accordance 2 with Division 1. 3 C. Site Clearing 4 1. Clear areas shown on the Drawings of all obstructions, except those landscape 5 features that are to be preserved. Such obstructions include, but are not limited to: 6 a. Remains of buildings and other structures 7 b. Foundations 8 c. Floor slabs 9 d. Concrete 10 e. Brick 11 £ Lumber 12 g. Plaster 13 h. Septic tank drain fields 14 i. Abandoned utility pipes or conduits 15 j . Equipment 16 k. Trees 17 1. Fences 18 m. Retaining walls 19 n. Other items as specified on the Drawings 20 2. Remove vegetation and other landscape features not designated for preservation, 21 whether above or below ground, including, but not limited to: 22 a. Curb and gutter 23 b. Driveways 24 c. Paved parking areas 25 d. Miscellaneous stone 26 e. Sidewalks 27 f. Drainage structures 28 g. Manholes 29 h. Inlets 30 i. Abandoned railroad tracks 31 j. Scrap iron 32 k. Other debris 33 3. Remove culverts, storm sewers, manholes, and inlets in proper sequence to 34 maintain traffic and drainage in accordance with Section 02 41 14. 35 4. In areas receiving embankment, remove obstructions not designated for 36 preservation to 2 feet below natural ground. 37 5. In areas to be excavated, remove obstructions to 2 feet below the excavation level. 38 6. In all other areas, remove obstructions to 1 foot below natural ground. 39 7. When allowed by the Drawings or directed by the Engineer, cut trees and stumps 40 off to ground level. 41 a. Removal of existing structures shall be as per Section 02 41 13. 42 D. Disposal 43 1. Dispose of all trees within 24 hours of removal. 44 2. All materials and debris removed becomes the property of the Contractor, unless 45 otherwise stated on the Drawings. 46 3. The Contractor will dispose of material and debris off -site in accordance with local, 47 state, and federal laws and regulations. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 311000-5 SITE CLEARING Page 5 of 5 1 3.3 REPAIR [NOT USED] 2 3.6 RE -INSTALLATION [NOT USED] 3 3.7 FIELD QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.4.A Permits: Removed ordinance number and added City's website address CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Number] Revised December 20, 2012 The Page Intentionally Left Blank CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 SECTION 32 93 43 TREES AND SHRUBS PART1- GENERAL 1.1 SUMMARY 32 93 43 - 1 TREES AND SHRUBS Page 1 of 8 A. Section Includes: 1. Tree and shrub planting and maintenance within street right-of-way and easements. 2. Tree removal and transplant is to be performed in accordance with Section 31 10 00 B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: I . Division 0 - Bidding Requirements, Contract Forms, and Conditions of the Contract 2. Division 1 - General Requirements 3. Section 31 10 00 —Site Clearing 4. Section 32 92 13 - Hydromulching, Seeding and Sodding 5. Section 32 91 19 - Topsoil Placement and Finishing of Parkways 1.2 PRICE AND PAYMENT PROCEDURES A. Measurement and Payment Plant Tree a. Measurement 1) Measurement for this Item shall be per each by caliper inch. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per each tree to be Planted by caliper inch. c. The price bid shall include: 1) Furnishing and installing trees 2) Hauling 3) Grading and backfilling 4) Excavation 5) Fertilization 6) Water 7) Removing and disposing of surplus material 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. American National Standards Institute (ANSI): a. ANSI Z60.1, American Standard for Nursery Stock CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 32 93 43 -2 TREES AND SHRUBS Page 2 of 8 3. Hortus Third, The Staff of the L.H. Bailey Hortorium. 1976. MacMillan Publishing Co., New York, 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 ACTION SUBMITTALS [NOT USED] 1.6 INFORMATIONAL SUBMITTALS A. Tree data: Submit certification from supplier that each type of tree conforms to specification requirements. 1.9 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE A. Coordination 1. Coordinate with City Forester prior to beginning construction activities adjacent to or that will impact existing trees and shrubs. B. Qualifications 1. Landscaper specialized in landscape and planting work C. Substitutions Not permitted unless approved by City when specified planting material is not obtainable a. Submit proof of non -availability together with proposal for use of equivalent material. b. Substitutions of larger size or better grade than specified will be allowed upon approval by City Forester, but with no increase in unit price. 1.10 DELIVERY, STORAGE, AND HANDLING A. Do not remove container grown stock from containers before time of planting. B. Delivery and Acceptance Requirements 1. Ship trees with Certificates of Inspection as required by governing authorities. 2. Label each tree and shrub with securely attached waterproof tag bearing legible designation of botanical and common name. 3. Use protective covering during delivery. 4. Deliver packaged materials in fully labeled original containers showing weight, analysis and name of manufacturer. C. Storage and Handling Requirements 1. Protect materials from deterioration during delivery, and while stored at Site. 2. Do not prune prior to installation. 3. Do not bend or bind -tie trees or shrubs in such manner as to damage bark, break branches, or destroy natural shape. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY A. Warranty Period: 12 months after job acceptance CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 329343-3 TREES AND SHRUBS Page 3 of 8 B. Warrant trees against defects including: 1. Death 2. Unsatisfactory growth 3. Loss of shape due to improper pruning, maintenance, or weather conditions C. Plumb leaning trees during warranty period. D. Remove and replace trees found to be dead during warranty period. E. Remove and replace trees which are in doubtful condition at end of warranty period, or when approved by City, extend warranty period for trees for full growing season. PART 2 - PRODUCTS 2.1 OWNER -FURNISHED PRODUCTS [NOT USED] 2.2 MATERIALS 1. General a. Plants shall be true to species and variety specified, grown under climatic conditions similar to those in the locality of the project for at least 2 years and have been freshly dug during the most recent favorable harvest season. b. All plant names and descriptions are as defined in Hortus Third. c. All plants are to be grown and harvested in accordance with the American Standard far Nursery Stock. d. Unless approved by the City Forester, plants shall have been grown in a latitude not more than 200 miles north or south of the latitude of the project unless the provenance of the plant can be documented to be compatible with the latitude and cold hardiness zone of the planting location. 2. Trees a. Provide container grown trees which are straight and symmetrical and have persistently preferred main leader. b. Mark the tree's north orientation in the nursery for all deciduous trees grown in the field with a 1-inch diameter spot of white paint on the tree trunk within the bottom twelve inches of the trunk. c. Crown shall be in good overall proportion to entire height of tree with branching configuration as recommended by ANSI Z60.1 for type and species specified. d. Trees designated as balled and burlapped (B&B) shall be properly dug with firm, natural balls of soil retaining as many fibrous roots as possible, in sizes and shapes as specified in the American Standard for Nursery Stock. Balls shall be firmly wrapped with nonsynthetic, rottable burlap and secured with nails and heavy, nonsynthetic, rottable twine. The root collar shall be apparent at surface of ball. Trees with loose, broken, processed, or manufactured root balls will not be accepted, except with special written approval before planting. e. Where clump is specified, furnish plant having minimum of three stems originating from common base at ground line. f. Measure trees by average caliper of trunk as follows: 1) For trunks up to 4 inches or less in diameter, measure caliper 6 inches above top of root ball. 2) For trunks more than 4 inches, measure caliper 12 inches above top of root ball. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION -- Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. I01121 Revised December 20, 2012 329343-4 TREES AND S14RUDS Page 4 of S 3) Caliper measurements a) By diameter tape measure b) Indicated calipers on Drawings are minimum c) Averaging of plant caliber: not permitted g. Trees shall conform to following requirements: 1) Healthy 2) Vigorous stock 3) Grown in recognized nursery 4) Free of: a) Disease b) Insects c) Eggs d) Larvae e) Defects such as: (1) Knots (2) Sun -scald (3) Injuries (4) Abrasions (5) Disfigurement (6) Borers and infestations 3. Soil Products a. Topsoil: See 32 91 19. b. Peat moss, mulch and fertilizer: Use material recommended by City Forester for establishment of healthy stock after replanting. 4. Stakes and Guys a. Provide minimum 8-foot long steel T-stakes and I inch wide plastic tree chains. b. Where applicable for anchoring trees, use wood deadmen: 1) Minimum: 2-inch by 4-inch stock 2) Minimum: 36 inches long and buried 3 feet. 3) Provide white surveyor's plastic tape for flagging tree guys. 5. Tree Wrap, Twine and Seal a. Wrap 1) First quality 2) Bituminous impregnated tape 3) Corrugated or crepe paper, specifically manufactured for tree wrapping and having qualities to resist insect infestation b. Twine 1) Lightly tarred, medium -coarse sisal (lath) yarn 2) Do not use nails or staples to fasten wrapping c. Seal: Commercially available tree wound dressing specifically produced for use in sealing tree cuts and wounds 6. Water: clean and free of industrial wastes or other substances harmful to the growth of the tree 2.3 ACCESSORIES [NOT USED] 2.4 SOURCE QUALITY CONTROL A. Notify City, prior to installation, of location where trees that have been selected for planting may be inspected. CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 329343-5 TREES AND SHRUBS Page 5 of 8 B. Plant material will be inspected for compliance with following requirements. 1. Genus, species, variety, size and quality 2. Size and condition of balls and root systems, insects, injuries and latent defects PART 3 o EXECUTION [NOT USED] 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATION [NOT USED] 3.3 PREPARATION A. General 1. Schedule work so that planting can proceed rapidly as portions of site become available. 2. Plant trees after final grades are established and prior to seeding or sodding. 3. When planting of trees occurs after seeding work, protect seeded areas and promptly repair damage to seeded areas resulting from tree planting operations in compliance with requirements of Section 32 92 13. 4. Layout individual trees at locations shown on Drawings. 5. In case of conflicts, notify City before proceeding with work. 6. Stake trees for City approval. B. Preparation of Planting Soil 1. Before mixing, clean topsoil of roots, plants, sod, stones, clay lumps, and other extraneous materials harmful or toxic to plant growth. 2. Strip and utilize 4 inch layer of top soil from existing ground. 3. Delay mixing of fertilizer when planting will not follow placing of planting soil within 48 hours. 4. Incorporate amendments into soil as part of soil preparation process prior to fine grading, fertilizing, and planting. 5. Broadcast or spread amendments evenly at specified rate over planting area. 6. Thoroughly incorporate amendments into top 3 or 4 inches of soil until amendments are pulverized and have become homogeneous layer of topsoil ready for planting. 3.4 INSTALLATION A. Planting 1. Excavate pits, beds, or trenches with vertical sides and with bottom of excavation raised minimum of 6 inches at center for proper drainage. 2. Provide following minimum widths: a. 15 gallon containers or larger, 2 feet wider than diameter of root ball b. 1 and 5 gallon containers, 6 inches wider than diameter of root ball 3. When conditions detrimental to plant growth are encountered, such as unsatisfactory soil, obstructions, or adverse drainage conditions, notify City before planting. 4. Deliver trees after preparations for planting have been completed and plant immediately. CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 329343-6 TREES AND SHRUBS Page 6 of 8 5. When planting is delayed more than 6 hours after delivery a. Set trees and shrubs in shade. b. Protect from weather and mechanical damage. c. Keep roots moist by covering with mulch, burlap, or other acceptable means of retaining moisture, and water as needed. 6. Lift plants only from the bottom of the root balls or with belts or lifting harnesses of sufficient width not to damage the root balls. Do not lift trees by their trunk as a lever in positioning or moving the tree in the planting area. 7. Remove plastic, paper, or fibrous pots from the containerized plant material. Pull roots out of the root mat, and cut circling roots with a sharp knife. Loosen the potting medium and shake away from the root mat. Immediately after removing the container, install the plant such that the roots do not dry out. Pack planting mix around the exposed roots while planting. 8. Cut ropes or strings from the top of root balls and trees after plant has been set. Remove burlap or cloth wrapping and any wire baskets from around top half of balls. Do not turn under and bury portions of burlap at top of ball. Set balled and burlapped trees in the hole with the north marker facing north. 9. Set root ball on undisturbed soil in center of pit or trench and plumb plant. 10. Place plants at level that, after settlement, natural relationship of plant crown with ground surface will be established. 11. When set, place additional backfill around base and sides of ball, and work each layer to settle backfill and eliminate voids and air pockets. 12. When excavation is approximately 2/3 full, water thoroughly before placing remainder of backfill. 13. Repeat watering until no more water is absorbed. 14. Dish top of backfill to allow for mulching. 15. Mulch pits, trenches and planted areas. a. All trees, shrubs and other plantings will be mulched with mulch previously approved by the City Forester. The mulch on trees and shrubs shall be to the depths shown on the drawing. Mulch must not be placed within 3 inches of the trunks of trees and shrubs. 16. Provide 2 to 4 inch thickness of mulch, work into top of backfill, and finish level with adjacent finish grades. 17. Cover entire root ball. 18. Prune a. Plants shall not be heavily pruned at the time of planting. Pruning is required at planting to correct defects in the tree structure, including removal of injured branches, double leaders, water sprouts, suckers, and interfering branches. Healthy lower branches and interior small twigs should not be removed except as necessary to clear walks and roads. In no case should more than 114 of the branching structure be removed. Retain the normal shape of the plant. b. All pruning shall be completed using clean sharp tools. All cuts shall be clean and smooth, with the bark intact with no rough edges or tears. c. Except in circumstances dictated by the needs of specific pruning practices, tree paint shall not be used. The use of tree paint shall be only upon approval of the City Forester. Tree paint, when required, shall be paint specifically formulated and manufactured for horticultural use. CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 329343-7 TREES AND SHRUBS Page 7 of 8 19, Prune trees to retain required height and spread. 20. Do not cut tree leaders, and remove only injured and dead branches from flowering trees. 21. Remove and replace excessively pruned or misinformed stock resulting from improper pruning. 22. Inspect tree trunks for injury, improper pruning and insect infestation and take corrective measures. 23. Guy and stake trees immediately after planting. B. Moving Existing Trees 1. Coordinate tree moving and replanting with City Forester during dormant growth season. 2. Provide tree spade of adequate size as directed by City Forester. 3.5 REPAIR/RESTORATION [NOT USED] 3.6 RE -INSTALLATION [NOT USED] 3.7 FIELD QUALITY CONTROL A. City may reject unsatisfactory or defective material at anytime during progress of work. B. Remove rejected trees immediately from site and replace with specified materials. C. Plant material not installed in accordance with these Specifications will be rejected. D. An inspection to determine final acceptance will be conducted by City at end of 12 month maintenance period. E. Warranty periods provided for in paragraph 1.12A. 3.8 SYSTEM STARTUP [NOT USED] 3.9 ADJUSTING [NOT USED] 3.10 CLEANING A. During planting work, keep pavements clean and work area in orderly condition. B. Dispose of excess soil and waste in approved location. C. Waste Material Disposal: On -site burning of combustible cleared materials shall not be permitted. 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION A. Protect planting work and materials from damage due to planting operations. B. Maintain protection during installation and maintenance period. C. Treat, repair, or replace damaged planting work. 3.13 MAINTENANCE A. Maintenance Period shall be 12 months after final acceptance. B. During the maintenance period if a work schedule and frequency are not shown on the Drawings, perform the minimum requirements shown below: CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 329343-8 TREES AND SHRUBS Page 8 of 8 1. Water trees to full depth a minimum of once each week or as required to maintain healthy, vigorous growth. 2. Prune, cultivate, and weed as required for healthy growth. 3. Restore planting saucers. 4. Tighten and repair stake and guy supports, and reset trees and shrubs to proper grades or vertical position as required. 5. Restore or replace damaged wrappings. 6. Spray as required to keep trees and shrubs free of insects and disease. 7. Contractor shall replace any plant that does not survive. It shall be replaced as soon as it is determined no longer alive. Contractor is to maintain new plants as described above until growth is established and maintenance period expires unless waived by the City. 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 1. LA — Payment Items removed for tree removal and transplantation; these Items are 12/20/2012 D. Johnson to be performed in accordance with Section 31 10 00. 3.13.A — modified maintenance period to begin 12 months after final acceptance 3.13.B — Modified maintenance period requirements CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 33 05 1313.10 - 1 COMPOSITE FRAME COVER, AND GRADE RINGSGRADE RINGS Page 1 of 5 1 SECTION 33 05 13.10 2 COMPOSITE FRAME, COVER, AND GRADE RINGS 3 PART1- GENERAL 5 A. Section Includes: 6 1. Compression Molded Composite Frames and Covers used as access ports into 7 sanitary sewer structures such as manholes and junction boxes. 8 B. Deviations from this City of Fort Worth Standard Specification 9 1. None. 10 C. Related Specification Sections include, but are not necessarily limited to: 11 1. Division 0 -- Bidding Requirements, Contract Forms, and Conditions of the 12 Contract 13 2. Division 1 — General Requirements 14 1.2 PRICE AND PAYMENT PROCEDURES 15 A. Measurement and Payment 16 1. Measurement 17 a. This Item is considered subsidiary to the structure containing the frame, cover 18 and grade rings. 19 2. Payment 20 a. The work performed and the materials furnished in accordance with this Item 21 are subsidiary to the unit price bid per each structure complete in place, and no 22 other compensation will be allowed. 23 1.3 REFERENCES 24 A. Reference Standards 25 1. Reference standards cited in this Specification refer to the current reference 26 standard published at the time of the latest revision date logged at the end of this 27 Specification, unless a date is specifically cited. 28 2. American Association of State Highways and Transportation Officials (AASHTO) 29 a. AASHTO HS-25 — AASHTO Highway Bridge Specification: Axial Loading to 30 meet or exceed 21,280 pounds/wheel load 31 b. AASHTO M306 --- Standard Specification for Drainage, Sewer, Utility and 32 Related Castings 33 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 34 1.5 SUBMITTALS 35 A. Submittals shall be in accordance with Section 0133 00. 36 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 37 fabrication for specials. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 33 05 1313.10 - 2 COMPOSITE FRAME, COVER, AND GRADE RINGS GRADE RINGS Page 2 of 5 1 1.6 ACTION SUBMITTALSIINFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. All moldings shall display: 4 a. Approved Molder 5 b. Molding date 6 c. Wording that material is non-metallic 7 d. Country of origin 8 2. Provide manufacturer's: 9 a. Specifications 10 b. Load tables 11 c. Dimension diagrams 12 d. Anchor details 13 e. Installation instructions 14 B. Certificates 15 1. Manufacturer shall certify that all moldings conform to the ASTM and AASHTO 16 designations. 17 1.7 CLOSEOUT SUBMITTALS [NOT USED] 18 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 19 1.9 QUALITY ASSURANCE [NOT USED] 20 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 21 1.11 FIELD [SITE] CONDITIONS [NOT USED] 22 1.12 WARRANTY [NOT USED] 23 PART 2 - PRODUCTS 24 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 25 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 26 A. Manufacturers 27 1. Only the manufacturers as listed on the City's Standard Products List will be 28 considered as shown in Section 01 60 00 unless otherwise specified on the plans. 29 a. The manufacturer must comply with this Specification and related Sections. 30 2. Any product that is not listed on the Standard Products List is considered a 31 substitution and shall be submitted in accordance with Section 01 25 00. 32 B. Moldings 33 1. All composite moldings shall consist of a thermosetting resin matrix blended and/or 34 combined with reinforcing fiber rovings, short fiber filaments, or equivalent 35 nonmetallic reinforcing structure(s). The thermosetting resin matrix shall be a 36 polymer, vinylester, or a blend of these. The moldings shall be true to pattern in 37 locations affecting their strength and value for the service intended. Before the 38 moldings are removed from the molding operation, they shall be thoroughly 39 deflashed and cleaned at the parting lines, holes, notches and all exposed edges. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 33 05 1313.10 - 3 COMPOSITE FRAME, COVER, AND GRADE RINGSGRADE RINGS Page 3 of 5 1 2. Use clean molding capable of withstanding application of AASHTO HS-25 vehicle 2 loading with permanent deformation. Composite frames shall have a minimum wall 3 thickness of 0.75 inches in sections exposed to traffic and potential traffic wheel 4 impact. 5 3. Metal reinforcements or metal hinges molded within the composite shall not be 6 permitted. 7 4. All composite moldings shall have UV stabilizers (concentrations from 0.05% to 8 5%) added prior to shaping the product by injection molding. 9 5. Covers 10 a. Composite covers shall be compression molded under high pressures (>0.5 11 tons/sq inch of x-y surface area) and high temperatures (>200 degrees P). 12 Components for locking systems below the cover exposed to sewer 13 environment shall be made of noncorrosive materials such as nonmagnetic 316 14 stainless steel (Austenite) or a polymer. 15 b. Size to set flush with the frame with no larger than a 1/8 inch gap between the 16 frame and cover 17 c. Provide with 2 inch wide pick slots in lieu of pick holes. 18 d. Provide gasket in frame and cover. 19 e. Standard Dimensions 20 1) Sanitary Sewer 21 a) Provide a clear opening of 30 inches for all sanitary sewer frames and 22 cover assemblies unless otherwise specified in the Contract Documents. 23 f Standard Labels 24 1) Sanitary Sewer 25 a) Cast lid with the word "SANITARY SEWER" in 1-1/2-inch 26 (minimum) or 2-inch (maximum) letters across the lid. 27 g. Hinge Covers 28 1) Hinged covers shall be double -hinged allowing a minimal 180' full 29 opening. 30 2) Provide water tight gasket on all hinged covers. 31 3) Sanitary Sewer 32 a) Provide hinged covers for all manholes or structures constructed over 33 all sewer lines. 34 C. Grade Rings 35 1. Provide grade rings in sizes from 2-inch up to 8-inch. 36 2. Use concrete in traffic loading areas. 37 D. Joint Sealant 38 1. Provide a pre -formed or trowelable bitumastic sealant in an extrudable or flat tape 39 form. 40 2. Provide sealant that is not dependent upon a chemical action for its adhesive 41 properties or cohesive strength. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 33 05 1313.10 -4 COMPOSITE FRAME, COVER, AND GRADE RINGSGRADE RINGS Page 4 of 5 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 INSTALLATION 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 A. Grade Rings 1. Place as shown in the water and sanitary sewer City Standard Details. 2. Clean surfaces of dirt, sand, mud or other foreign matter before placing sealant. 3. Seal each grade ring with sealant specified in this Specification and as shown on the City Standard Details. B. Frame and Cover 1. Sanitary Sewer a. For sanitary sewer structures install frame, cover and grade rings in accordance with applicable City Standard Detail. 2. Hinge Cover a. Provide hinge cover on all manhole covers. C. Joint Sealing 1. Seal frame, grade rings and structure with specified sealant. D. Concrete Collar 1. Provide concrete collar around all frame and cover assemblies. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION —Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 33 05 1313.10 - 5 COMPOSITE FRAME, COVER, AND GRADE RINGSGRADE RINGS Page 5 of 5 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 REINSTALLATION [NOT USED] 3 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 4 3.8 SYSTEM STARTUP [NOT USED] 5 3.9 ADJUSTING [NOT USED] 6 3.10 CLEANING [NOT USED] 7 3.11 CLOSEOUT ACTIVITIES [NOT USED] S 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHMENTS [NOT USED] 11 12 13 END OF SECTION Revision Log DATE NAME I SUMMARY OF CHANGE CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 The Pale Intentionally Left Blank CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 330514-1 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 1 of 7 i SECTION 33 05 14 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO 3 GRADE 4 PART1- GENERAL 5 1.1 SUMMARY 6 A. Section Includes: 7 1. Vertical adjustments to manholes, drop inlets, valve boxes, cathodic protection test 8 stations and other miscellaneous structures to a new grade 9 B_ Deviations from this City of Fort Worth Standard Specification 10 1. None_ 11 C. Related Specification Sections include, but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division I — General Requirements 15 3. Section 32 01 17 Permanent Asphalt paving Repair 16 4. Section 32 0129 — Concrete Paving Repair 17 5, Section 33 05 10 — Utility Trench Excavation, Embedment and Backfill 18 6. Section 33 05 13 — Frame, Cover and Grade Rings 19 7. Section 33 39 10 — Cast -in -Place Concrete Manholes 20 8. Section 33 39 20 — Precast Concrete Manholes 21 9. Section 33 12 20 — Resilient Seated (Wedge) Gate Valve 22 10. Section 33 12 21 — AWWA Rubber -Seated Butterfly Valve 23 11. Section 33 04 11 Corrosion Control Test Station 24 12. Section 33 04 12 — Magnesium Anode Cathodic Protection System 25 1.2 PRICE AND PAYMENT PROCEDURES 26 A. Measurement and Payment 27 1. Manhole — Minor Adjustment 28 a. Measurement 29 1) Measurement for this Item shall be per each adjustment using only grade 30 rings or other mirror adjustment devices to raise or lower a manhole to a 31 grade as specified on the Drawings. 32 b. Payment 33 1) The work performed and the materials furnished in accordance with this 34 Item will be paid for at the unit price bid per each "Manhole Adjustment, 35 Minor" completed. 36 c. The price bid shall include: 37 1) Pavement removal 38 2) Excavation 39 3) Hauling 40 4) Disposal of excess material CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION -- Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised September 20, 2017 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 3305 14 - 2 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 2 of 7 5) Grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 2. Manhole - Major Adjustment a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade as specified on the Drawings. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Reuse of the existing manhole frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 3. Manhole - Major Adjustment with Frame and Cover (Separate payment for cast -in - place manholes and precast manholes) a. Measurement 1) Measurement for this Item shall be per each adjustment requiring structural modifications to raise or lower a manhole to a grade specified on the Drawings or structural modifications for a manhole requiring a new frame and cover, often for changes to cover diameter. b. Payment 1) The work performed and the materials furnished in accordance with this Item will be paid for at the unit price bid per each "Manhole Adjustment, Major w/ Cover" completed. c. The price bid shall include: 1) Pavement removal 2) Excavation 3) Hauling 4) Disposal of excess material 5) Structural modifications, grade rings or other adjustment device 6) Frame and cover 7) Furnishing, placing and compaction of embedment and backfill 8) Concrete base material 9) Permanent asphalt patch or concrete paving repair, as required 10) Clean-up 4. Inlet CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised September 20, 2017 330514-3 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 3 of 7 1 a. Measurement 2 1) Measurement for this Item shall be per each adjustment requiring structural 3 modifications to inlet to a grade specified on the Drawings. 4 b. Payment 5 1) The work performed and the materials furnished in accordance with this 6 Item will be paid for at the unit price bid per each "Inlet Adjustment" 7 completed. 8 c. The price bid shall include: 9 1) Pavement removal 10 2) Excavation 11 3) Hauling 12 4) Disposal of excess material 13 5) Structural modifications 14 6) Furnishing, placing and compaction of embedment and backfill 15 7) Concrete base material, as required 16 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 17 required 18 9) Clean-up 19 5. Valve Box 20 a. Measurement 21 1) Measurement for this Item shall be per each adjustment to a grade specified 22 on the Drawings. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item will be paid for at the unit price bid per each "Valve Box Adjustment" 26 completed. 27 c. The price bid shall include: 28 1) Pavement removal 29 2) Excavation 30 3) Hauling 31 4) Disposal of excess material 32 5) Adjustment device 33 6) Furnishing, placing and compaction of embedment and backfill 34 7) Concrete base material, as required 35 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 36 required 37 9) Clean-up 38 6. Cathodic Protection Test Station 39 a. Measurement 40 1) Measurement for this Item shall be per each adjustment to a grade specified 41 on the Drawings. 42 b. Payment 43 1) The work performed and the materials furnished in accordance with this 44 Item will be paid for at the unit price bid per each "Cathodic Protection 45 Test Station Adjustment" completed. 46 c. The price bid shall include: 47 1) Pavement removal 48 2) Excavation 49 3) Hauling CrrY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised September 20, 2017 330514-4 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 4 of 7 1 4) Disposal of excess material 2 5) Adjustment device 3 6) Furnishing, placing and compaction of embedment and backfill 4 7) Concrete base material, as required 5 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 6 required 7 9) Clean-up 8 7. Fire Hydrant 9 a. Measurement 10 1) Measurement for this Item shall be per each adjustment requiring stem 11 extensions to meet a grade specified by the Drawings. 12 b. Payment 13 1) The work performed and the materials furnished in accordance with this 14 Item will be paid for at the unit price bid per each "Fire Hydrant Stem 15 Extension" completed. 16 c. The price bid shall include: 17 1) Pavement removal 18 2) Excavation 19 3) Hauling 20 4) Disposal of excess material 21 5) Adjustment materials 22 6) Furnishing, placing and compaction of embedment and backfill 23 7) Concrete base material, as required 24 8) Surface restoration, permanent asphalt patch or concrete paving repair, as 25 required 26 9) Clean-up 27 8. Miscellaneous Structure (his fr`r vi is in 11,i.-,I fur ra unique structure- P,&l f1,•lrr 28 %liould is h ' r olaifs 1,i if1r-eni 1' it C Vif, r%lc Sti,el" `erg e 0.e. -ous .Stnicture 29 1,?r;r�Pr77r�lrt., , rct. 1 -.00Y 30 a. Measurement 31 1) Measurement for this Item shall be per each adjustment requiring structural 32 modifications to said structure to a grade specified on the Drawings. 33 b. Payment 34 1) The work performed and the materials furnished in accordance with this 35 Item will be paid for at the unit price bid per each "Miscellaneous Structure 36 Adjustment" completed. 37 c. The price bid shall include: 38 1) Pavement removal 39 2) Excavation 40 3) Hauling 41 4) Disposal of excess material 42 5) Structural modifications 43 6) Furnishing, placing and compaction of embedment and backfill 44 7) Concrete base material 45 8) Permanent asphalt patch or concrete paving repair, as required 46 9) Clean-up 47 1.3 REFERENCES 48 A. Definitions CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised September 20, 2017 330514-5 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 5 of 7 1 1. Minor Adjustment 2 a. Refers to a small elevation change performed on an existing manhole where the 3 existing frame and cover are reused. 4 2. Major Adjustment 5 a. Refers to a significant elevation change performed on an existing manhole 6 which requires structural modification or when a 24-inch ring is changed to a 7 30-inch ring. 8 B. Reference Standards 9 1. Reference standards cited in this Specification refer to the current reference 10 standard published at the time of the latest revision date logged at the end of this 11 Specification, unless a date is specifically cited. 12 2. Texas Commission on Environmental Quality (TCEQ): 13 a. Title 30, Part I, Chapter 217, Subchapter C, Rule 217.55 — Manholes and 14 Related Structures. 15 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 16 1.5 SUBMITTALS INOT USED] 17 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 18 1.7 CLOSEOUT SUBMITTALS [NOT USED] 19 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 20 1.9 QUALITY ASSURANCE [NOT USED] 21 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 22 1.11 FIELD [SITE] CONDITIONS [NOT USED] 23 1.12 WARRANTY [NOT USED] 24 PART 2 - PRODUCTS 25 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 26 2.2 MATERIALS 27 A. Cast -in -Place Concrete 28 1. See Section 03 30 00. 29 B. Modifications to Existing Concrete Structures 30 1. See Section 03 80 00. 31 C. Grade Rings 32 1. See Section 33 05 13. 33 D. Frame and Cover 34 1. See Section 33 05 13. 35 E. Backfill material CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised September 20, 2017 3305 14 - 6 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 6 of 7 1 1. See Section 33 05 10. 2 F. Water valve box extension 3 1. See Section 33 12 20. 4 G. Corrosion Protection Test Station 5 1. See Section 33 04 11. 6 H. Cast -in -Place Concrete Manholes 7 1. See Section 33 39 10. 8 I. Precast Concrete Manholes 9 1. See Section 33 39 20. 10 2.3 ACCESSORIES [NOT USED] 11 2.4 SOURCE QUALITY CONTROL [NOT USED] 12 PART 3 - EXECUTION 13 3.1 INSTALLERS [NOT USED] 14 3.2 EXAMINATION 15 A. Verification of Conditions 16 1. Examine existing structure to be adjusted, for damage or defects that may affect 17 grade adjustment. 18 a. Report issue to City for consideration before beginning adjustment. 19 3.3 PREPARATION 20 A. Grade Verification 21 1. On major adjustments confirm any grade change noted on Drawings is consistent 22 with field measurements. 23 a. if not, coordinate with City to verify final grade before beginning adjustment. 24 3.4 ADJUSTMENT 25 26 27 28 29 30 31 32 33 34 35 36 A. Manholes, Inlets, and Miscellaneous Structures i. On any sanitary sewer adjustment replace 24-inch frame and cover assembly with 30-inch frame and cover assembly per TCEQ requirement. 2. On manhole major adjustments, inlets and miscellaneous structures protect the bottom using wood forms shaped to fit so that no debris blocks the invert or the inlet or outlet piping in during adjustments. a. Do not use any more than a 2-piece bottom. 3. Use the least number of grade rings necessary to meet required grade. a. For example, if a I -foot adjustment is required, use 2 6-inch rings, not 6 2-inch rings. b. The maximum height of adjustment shall be no more than 12 inches for any combination of grade rings. If 12 inches is required, use 3 — 4 inch rings. 37 B. Valve Boxes CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised September 20, 2017 330514-7 ADJUSTING MANHOLES, INLETS, VALVE BOXES, AND OTHER STRUCTURES TO GRADE Page 7 of 7 1 1. Utilize typical 3 piece adjustable valve box for adjusting to final grade as shown on 2 the Drawings. 3 C. Backfill and Grading 4 1. Backfill area of excavation surrounding each adjustment in accordance to Section 5 33 05 10. 6 D. Pavement Repair 7 1. If required pavement repair is to be performed in accordance with Section 32 01 17 8 or Section 32 0129. 9 3.5 REPAIR / RESTORATION [NOT USED] 10 3.6 RE -INSTALLATION [NOT USED] 11 3.7 FIELD [ox] SITE QUALITY CONTROL [NOT USED] 12 3.8 SYSTEM STARTUP [NOT USED] 13 3.9 ADJUSTING [NOT USED] 14 3.10 CLEANING [NOT USED] 15 3.11 CLOSEOUT ACTIVITIES ]NOT USED] 16 3.12 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 END OF SECTION 20 Revision Log DATE NAME SUMMARY OF CHANGE 1.2.A — Pay item added for a major manhole adjustment which reuses the existing frame and cover and a major adjustment requiring a new frame and cover; Added 12/20/2012 D. Johnson items to be included in price bids; Blue text added for clarification for miscellaneous structure adjustments 3.4 — Pavement repair requirements were added 9/20/2017 W. Norwood 3.4.3 Eliminate 24 inch requirement for maximum chimney height adjustment. 3.4.4.b Add requirement for maximum height of grade rings to be 12 inches or 34 inch rings CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised September 20, 2017 The Page Intentionally Left Blank CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 BOND STREET RECONSTRUCTION —Contract 3 City Project No. 101121 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 33 05 17 CONCRETE COLLARS 330517-1 CONCRETE COLLARS Page 1 of 3 5 A. Section Includes: 6 1. Concrete Collars for Manholes 7 2. This Item is intended for nse in asphalt streets and unimproved areas not for• use 8 in concrete streets. 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1 — General Requirements 15 3. Section 03 30 00 — Cast -hi -Place Concrete 16 4. Section 03 80 00 — Modifications to Existing Concrete Structures 17 5. Section 33 05 13 — Frame, Cover, and Grade Rings 18 1.2 PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1. Manhole 21 a. Measurement 22 1) Measurement for this Item shall be per each. 23 b. Payment 24 1) The work performed and the materials furnished in accordance with this 25 Item shall be paid for at the unit price bid per each "Concrete Collar" 26 installed. 27 c. The price bid will include: 28 1) Concrete Collar 29 2) Excavation 30 3) Forms 31 4) Reinforcing steel (if required) 32 5) Concrete 33 6) Backfill 34 7) Pavement removal 35 8) Hauling 36 9) Disposal of excess material 37 10) Placement and compaction of backfill 38 11) Clean-up 39 12) Additional pavement around perimeter of concrete collar as required for 40 rim adjustment on existing manhole. 41 CITY OF PORT WORTH 2O19 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 330517-2 CONCRETE COLLARS Page 2 of 3 1 1.3 REFERENCES 2 A. Reference Standards 3 1. Reference standards cited in this Specification refer to the current reference 4 standard published at the time of the latest revision date logged at the end of this 5 Specification, unless a date is specifically cited. 6 2. ASTM International (ASTM): 7 a. D4258, Standard Practice for Surface Cleaning Concrete for Coating. 8 b. D4259, Standard Practice for Abrading Concrete. 9 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 10 1.5 SUBMITTALS [NOT USED] 11 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS [NOT USED] 12 1.7 CLOSEOUT SUBMITTALS [NOT USED] 13 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 14 1.9 QUALITY ASSURANCE [NOT USED] 15 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2 - PRODUCTS 19 2.1 OWNER -FURNISHED loa] OWNER-SUPPLIEDPRODUCTS [NOT USED] 20 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 21 A. Materials 22 1. Concrete Conform to Section 03 30 00. 23 2. Reinforcing Steel — Conform to Section 03 21 00. 24 3. Frame and Cover — Conform to Section 33 05 13. 25 4. Grade Ring —Conform to Section 33 05 13. 26 2.3 ACCESSORIES [NOT USED] 27 2.4 SOURCE QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALLERS [NOT USED] 30 3.2 EXAMINATION 31 A. Evaluation and Assessment 32 1. Verify lines and grades are in accordance to the Drawings. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 3305 17 - 3 CONCRETE COLLARS Page 3 of 3 1 3.3 PREPARATION [NOT USED] 2 3.4 INSTALLATION 3 A. Final Rim Elevation 4 1. Install concrete grade rings for height adjustment. 5 a. Construct grade ring on load bearing shoulder of manhole. 6 b. Use sealant between rings as shown on Drawings. 7 2. Set frame on top of manhole or grade rings using continuous water sealant. 8 3. Remove debris, stones and dirt to ensure a watertight seal. 9 4. Do not use steel shims, wood, stones or other unspecified material to obtain the 10 final surface elevation of the manhole frame. 11 3.5 REPAIR / RESTORATION [NOT USED] 12 3.6 RE -INSTALLATION [NOT USED] 13 3.7 FIELD QUALITY CONTROL [NOT USED] 14 3.8 SYSTEM STARTUP [NOT USED] 15 39 ADJUSTING [NOT USED] 16 3.10 CLEANING [NOT USED] 17 3.11 CLOSEOUT ACTIVITIES [NOT USED] 18 3.12 PROTECTION [NOT USED] 19 3.13 MAINTENANCE [NOT USED] 20 3.14 ATTACHMENTS [NOT USED] 21 22 23 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 12/20/2012 D. Johnson 1.1.A.2 — Blue text added to clarify where concrete collars are to be installed. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 The Page Intentionally Left Blank CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 333960-1 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 1 of 6 1 SECTION 33 39 60 2 EPDXY LINERS FOR SANITARY SEWER STRUCTURES 3 PART1- GENERAL 4 1.1 SUMMARY 5 A- Section Includes: 6 1. Application of a high -build epoxy coating system to concrete utility structures such 7 as manholes, lift station wet wells, junction boxes or other concrete facilities that 8 may need protection from corrosive materials 9 B. Deviations from this City of Fort Worth Standard Specification 10 1. None. 11 C. Related Specification Sections include but are not necessarily limited to: 12 1. Division 0 — Bidding Requirements, Contract Forms, and Conditions of the 13 Contract 14 2. Division 1— General Requirements 15 3. Section 33 0130 — Sewer and Manhole Testing 16 1.2 PRICE AND PAYMENT PROCEDURES 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Manholes a. Measurement 1) Measurement for this Item shall be per vertical foot of coating as measured from the bottom of the frame to the top of the bench. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid per vertical foot of "Epoxy Manhole Liner" applied. c. The price bid shall include: 1) Furnishing and installing Liner as specified by the Drawings 2) Hauling 3) Disposal of excess material 4) Clean-up 5) Cleaning 6) Testing 2. Non -Manhole Structures a. Measurement 1) Measurement for this Item shall be per square foot of area where the coating is applied. b. Payment 1) The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" shall be paid for at the unit price bid per square foot of "Epoxy Structure Liner" applied. c. The price bid shall include: 1) Furnishing and installing Liner as specified by the Drawings CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 333960-2 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 2 of 6 1 2) Hauling 2 3) Disposal of excess material 3 4) Clean-up 4 5) Cleaning 5 6) Testing 6 1.3 REFERENCES 7 A. Reference Standards 8 1. Reference standards cited in this Specification refer to the current reference 9 standard published at the time of the latest revision date logged at the end of this 10 Specification, unless a date is specifically cited. 11 2. ASTM International (ASTM): 12 a. D543, Standard Practices for Evaluating the Resistance of Plastics to Chemical 13 Reagents. 14 b. D638, Standard Test Method for Tensile Properties of Plastics. 15 c. D695, Standard Test Method for Compressive Properties of Rigid Plastics. 16 d. D790, Standard Test Methods for Flexural Properties of Unreinforced and 17 Reinforced Plastics and Electrical Insulating Materials. 18 e. D4060, Standard Test Method for Abrasion Resistance of Organic Coatings by 19 the Taber Abraser. 20 f. D4414, Standard Practice for Measurement of Wet Film Thickness by Notch 21 Gages. 22 g. D4541, Standard Test Method for Pull -off Strength of Coatings Using Portable 23 Adhesion Testers. 24 3. Environmental Protection Agency (EPA). 25 4. NACE International (MACE). 26 5. Occupational Safety and Health Administration (OSHA). 27 6. Resource Conservation and Recovery Act, (RCRA). 28 7. The Society for Protective Coatings/NACE International (SSPC/NACE): 29 a. sp 131NACE No. 6, Surface Preparation of Concrete. 30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 31 1.5 SUBMITTALS 32 A. Submittals shall be in accordance with Section 0133 00. 33 B. All submittals shall be approved by the City prior to delivery. 34 1.6 ACTION SUBMITTALSANFORMATIONAL SUBMITTALS 35 A. Product Data 36 1. Technical data sheet on each product used 37 2. Material Safety Data Sheet (MSDS) for each product used 38 3. Copies of independent testing performed on the coating product indicating the 39 product meets the requirements as specified herein 40 4. Technical data sheet and project specific data for repair materials to be topcoated 41 with the coating product including application, cure time and surface preparation 42 procedures CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 333960-3 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 3 of 6 1 B. Contractor Data 2 1. Current documentation from coating product manufacturer certifying Contractor's 3 training and equipment complies with the Quality Assurance requirements specified 4 herein 5 2. 5 recent references of Contractor indicating successful application of coating 6 product(s) of the same material type as specified herein, applied by spray 7 application within the municipal wastewater environment 8 1.7 CLOSEOUT SUBMITTALS [NOT USED] 9 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 10 1.9 QUALITY ASSURANCE 11 A. Qualifications 12 1. Contractor 13 a. Be trained by, or have training approved and certified by, the coating product 14 manufacturer for the handling, mixing, application and inspection of the coating 15 product(s) to be used as specified herein 16 b. Initiate and enforce quality control procedures consistent with the coating 17 product(s) manufacturer recommendations and applicable NACE or SSPC 18 standards as referenced herein 19 1.10 DELIVERY, STORAGE, AND HANDLING 20 A. Keep materials dry, protected from weather and stored under cover. 21 B. Store coating materials between 50 degrees F and 90 degrees F. 22 C. Do not store near flame, heat or strong oxidants. 23 D. Handle coating materials according to their material safety data sheets. 24 1.11 FIELD [SITE] CONDITIONS 25 A. Provide confined space entry, flow diversion and/or bypass plans as necessary to 26 perform the specified work. 27 112 WARRANTY 28 A. Contractor Warranty 29 1. Contractor's Warranty shall be in accordance with Division 0. 30 PART 2 - PRODUCTS 31 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 32 2.2 EQUIPMENT, PRODUCT TYPES, MATERIALS 33 A. Repair and Resurfacing Products 34 1. Compatible with the specified coating product(s) in order to bond effectively, thus 35 forming a composite system 36 2. Used and applied in accordance with the manufacturer's recommendations 37 3. The repair and resurfacing products must meet the following - CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 333960-4 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 4 of 6 1 a. 100 percent solids, solvent -free epoxy grout specifically formulated for epoxy 2 topcoating compatibility 3 b. Factory blended, rapid setting, high early strength, fiber reinforced, non -shrink 4 repair mortar that can be toweled or pneumatically spray applied and 5 specifically formulated to be suitable for topcoating with the specified coating 6 product used 7 B. Coating Product 8 1. Capable of being installed and curing properly within a manhole or concrete utility 9 environment 10 2. Resistant to all forms of chemical or bacteriological attack found in municipal 11 sanitary sewer systems; and, capable of adhering to typical manhole structure 12 substrates 13 3. The 100 percent solids, solvent -free ultra high -build epoxy system shall exhibit the 14 following characteristics. 15 a. Application Temperature — 50 degrees F, minimum 16 b. Thickness —125 rails minimum 17 c. Color — White, Light Blue, or Beige 18 d. Compressive Strength (per ASTM D695) — 8,800 psi minimum 19 e. Tensile Strength (per ASTM D638) — 7,500 psi minimum 20 f. Hardness, Shore D (per ASTM D4541) — 70 minimum 21 g. Abrasion Resistance (per ASTM D4060 CS 17F Wheel) — 80 mg loss 22 maximum 23 h. Flexural Modulus (per ASTM D790) — 400,000 psi minimum 24 i. Flexural Strength (per ASTM D790) 12,000 psi minimum 25 j. Adhesion to Concrete, mode of failure (ASTM D4541): Substrate (concrete) 26 failure 27 k. Chemical Resistance (ASTM D543/G20) all types of service for: 28 1) Municipal sanitary sewer environment 29 2) Sulfuric acid, 30 percent 30 3) Sodium hydroxide, 5 percent 31 C. Coating Application Equipment 32 1. Manufacturer approved heated plural component spray equipment 33 2. Hard to reach areas, primer application and touch-up may be performed using hand 34 tools. 35 2.3 ACCESSORIES [NOT USED] 36 2.4 SOURCE QUALITY CONTROL 37 1. Testing 38 a. Take wet film thickness gauge per ASTM D4414 at 3 locations within the 39 manhole, 2 spaced equally apart along the wall and 1 on the bench. 40 1) Document and attest measurements and provide to the City. 41 b. After coating has set, repair all visible pinholes by lightly abrading the surface 42 and brushing the lining material over the area. 43 c. Repair all blisters and evidence of uneven cover according to the 44 manufacturer's recommendations. 45 d. Test manhole for final acceptance according to Section 33 01 30. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION -- Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 333960-5 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 5 of 6 1 PART 3 o EXECUTION 2 3.1 INSTALLERS 3 A. All installers shall be certified applicators approved by the manufacturers. 4 3.2 EXAMINATION [NOT USED] 5 3.3 PREPARATION 6 A. Manhole Preparation 7 1. Stop active flows via damming, plugging or diverting as required to ensure all 8 liquids are maintained below or away from the surfaces to be coated. 9 2. Maintain temperature of the surface to be coated between 40 and 120 degrees F. 10 3. Shield specified surfaces to avoid exposure of direct sunlight or other intense heat 11 source. 12 a. Where varying surface temperatures do exist, coating installation should be 13 scheduled when the temperature is falling versus rising. 14 B. Surface Preparation 15 1. Remove oils, grease, incompatible existing coatings, waxes, form release, curing 16 compounds, efflorescence, sealers, salts or other contaminants which may affect the 17 performance and adhesion of the coating to the substrate. 18 2. Remove concrete and/or mortar damaged by corrosion, chemical attack or other 19 means of degradation so that only sound substrate remains. 20 3. Surface preparation method, or combination of methods, that may be used include 21 high pressure water cleaning, high pressure water jetting, abrasive blasting, 22 shotblasting, grinding, scarifying, detergent water cleaning, hot water blasting and 23 others as described in SSPC SP 13/NACE No. 6. 24 4. All methods used shall be performed in a manner that provides a uniform, sound, 25 clean, neutralized, surface suitable for the specified coating product. 26 3.4 INSTALLATION 27 A. General 28 1. Perform coating after the sewer line replacement/repairs, grade adjustments and 29 grouting are complete. 30 2. Perform application procedures per recommendations of the coating product 31 manufacturer, including environmental controls, product handling, mixing and 32 application. 33 B. Temperature 34 1. Only perform application if surface temperature is between 40 and 120 degrees F. 35 2. Make no application if freezing is expected to occur inside the manhole within 24 36 hours after application. 37 C. Coating 38 1. Spray apply per manufacturer's recommendation at a minimum film thickness of 39 125 mils. 40 2. Apply coating from bottom of manhole frame to the bench/trough, including the 41 bench/trough. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10112I Revised December 20, 2012 333960-6 EPDXY LINERS FOR SANITARY SEWER STRUCTURES Page 6 of 6 1 3. After walls are coated, remove bench covers and spray bench/trough to at least the 2 same thickness as the walls. 3 4. Apply any topcoat or additional coats within the product's recoat window. 4 a. Additional surface preparation is required if the recoat window is exceeded. 5 5. Allow a minimum of 3 hours of cure time or be set hard to touch before reactivating 6 now. 7 3.5 REPAIR 1 RESTORATION [NOT USED] 8 3.6 RE -INSTALLATION [NOT USED] 9 3.7 FIELD [oR] SITE QUALITY CONTROL 10 A. Each structure will be visually inspected by the City the same day following the 11 application. 12 B. The inspector will check for deficiencies, pinholes and thin spots. 13 C. If leaks are detected they will be chipped back, plugged and coated immediately with 14 protective epoxy resin coating. 15 1. Make repair 24 hours after leak detection. 16 3.8 SYSTEM STARTUP [NOT USED] 17 3.9 ADJUSTING [NOT USED] 18 3.10 CLEANING [NOT USED] 19 3.11 CLOSEOUT ACTIVITIES 20 A. Upon final completion of the work, the manufacturer will provide a written certification 21 of proper application to the City. 22 B. The certification will confirm that the deficient areas were repaired in accordance with 23 the procedure set forth in this Specification. 24 3.12 PROTECTION [NOT USED] 25 3.13 MAINTENANCE [NOT USED] 26 3.14 ATTACHMENTS [NOT USED] 27 28 29 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised December 20, 2012 34 41 30 - 1 ALUMINUM SIGNS AND SIGN POSTS Page 1 of 9 1 SECTION 34 4130 2 ALUMINUM SIGNS AND SIGN POSTS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Aluminum signs installed on mast arms, signal poles, or steel posts. 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 A. Measurement and Payment 1. Furnishing and Installing Mast Arm or Signal Pole Mounted Aluminum Signs a. Measurement 1) Measurement for this Item shall be per each sign installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install Alum Sign Mast Arm Mount" installed for: a) Various types c. The price bid shall include- 1) Fabricating the aluminum sign 2) Treatment of sign panels required before application of background materials 3) Application of the background materials and messages to the sign panels 4) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 5) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 6) Assembling and erecting the signs 7) Preparing and cleaning the signs 2. Installing Mast Arm or Signal/Street Light Pole Mounted Aluminum Signs a. Measurement 1) Measurement for this Item shall be per each sign installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each "Install Alum Sign Mast Arm Mount" installed. c. The price bid shall include: 1) Installing each Aluminum Sign CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION -- Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised November 12, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 34 41 30 - 2 ALUMINUM SIGNS AND SIGN POSTS Page 2 of 9 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 4) Assembling and erecting the signs 5) Preparing and cleaning the signs 3. Furnishing and Installing Ground Mounted Aluminum Sign and Post Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each "Furnish/Install Alum Sign Ground Mount' installed for: a) Various types c. The price bid shall include: 1) Fabrication of signs and posts 2) Treatment of sign panels required before application of background materials 3) Application of the background materials and messages to the sign panels 4) Scheduling utility line locates 5) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips 6) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign support connections 7) Assembling and erecting the signs and posts 8) Preparing and cleaning the signs 4. Installing Ground Mounted Aluminum Sign and Post Assemblies a. Measurement 1) Measurement for this Item shall be per each assembly installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid for each "Install Alum Sign Ground Mount" installed. c. The price bid shall include: 1) Scheduling utility line locates 2) Assembling and erecting the signs and posts 3) Preparing and cleaning the signs 5. Furnishing and Installing Aluminum Signs Mounted on Existing Poles a. Measurement 1) Measurement for this Item shall be per each sign furnished and installed. b. Payment 1) The work performed and materials furnished in accordance with this Item shall be paid for at the unit price bid per each "Furnish/Install Alum Sign Ex. Pole Mount' furnished and installed. c. The price bid shall include: 1) Furnishing and installing the aluminum sign 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint backing strips CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised November 12, 2013 344130-3 ALUMINUM SIGNS AND SIGN POSTS Page 3 of 9 1 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 2 support connections 3 4) Assembling and erecting the signs 4 5) Preparing and cleaning the signs 5 6. Installing Aluminum Signs Mounted on Existing Poles 6 a. Measurement 7 1) Measurement for this Item shall be per each sign installed. 8 b. Payment 9 1) The work performed and materials furnished in accordance with this Item 10 shall be paid for at the unit price bid per each "Install Alum Sign Ex. Pole 11 Mount" installed. 12 c. The price bid shall include: 13 1) Fabricating the aluminum sign 14 2) Furnishing and fabricating frames, windbeams, stiffeners, or required joint 15 backing strips 16 3) Furnishing bolts, rivets, screws, fasteners, clamps, brackets, and sign 17 support connections 18 4) Assembling and erecting the signs 19 5) Preparing and cleaning the signs 20 7. Removal of Signs 21 a. Measurement 22 1) Measurement for this Item shall be per each sign panel removed, each sign 23 panel and post removed, and each sign panel and post removed and 24 reinstalled. 25 b. Payment 26 1) The work performed and materials furnished in accordance with this Item 27 shall be paid for at the unit price bid per each "Remove Sign" for: 28 a) Various types 29 b) Various configurations 30 c. The price bid shall include: 31 1) Removal of sign panel and post 32 2) Removal of sign panel 33 3) Backfill 34 4) Excavation 35 5) Returning materials to the City as specified in the plans 36 6) Cleaning sign panel if sign is to be reinstalled 37 1.3 REFERENCES 38 A. Reference Standards 39 1. Reference standards cited in this Specification refer to the current reference 40 standard published at the time of the latest revision date logged at the end of this 41 Specification, unless a date is specifically cited. 42 2. American Standard Testing Materials (ASTM) 43 a. ASTM B209-07— "Standard ,Specification for Aluminum and AIuminum-Alloy 44 Sheet and Plate". 45 b. ASTM D4956 — 09e1 — "Standard Specification for Retroreflective Sheeting for 46 Traffic Control". CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised November 12, 2013 34 41 30 - 4 ALUMINUM SIGNS AND SIGN POSTS Page 4 of 9 1 c. ASTM A1011 / A1011- 10 — "Standard Specification for Steel, Sheet and Strip, 2 Hot -Rolled, Carbon, Structural, High -Strength Low -Alloy, High -Strength Low- 3 Alloy with Improved Formability, and Ultra -High Strength". 4 d. ASTM B 117-09 — "Standard Practice for Operating Salt Spray (Fog) 5 Apparatus". 6 e. AASHTO M 120-08 — "Standard Specification for Zinc". 7 3. Texas Manual on Uniform Traffic Control Devices 8 4. Item 644, Small Roadside Sign Supports and Assemblies, Texas Department of 9 Transportation, Standard Specifications for Construction and Maintenance of 10 Highways, Streets, and Bridges. 11 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 12 1.5 SUBMITTALS 13 A. Submittals shall be in accordance with Section 0133 00. 14 B. All submittals shall be approved by the City prior to delivery and/or fabrication for 15 specials. 16 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 17 A. Shop Drawings 18 1. Submit 5 sets of sign shop drawings to City Traffic Services Department for 19 approval prior to fabrication. 20 1.9 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NOT USED] 23 1.10 DELIVERY, STORAGE, AND HANDLING 24 A. Delivery and Acceptance Requirements 25 1. Signs and parts shall be properly protected so that no damage or deterioration 26 occurs during a prolonged delay from the time of shipment until installation. 27 2. The Contractor shall secure and maintain a location to store the material in 28 accordance with Section 01 50 00. 29 B. Storage and Handling 30 1. Ship, handle, and store completed sign blanks and completed signs so that corners, 31 edges, and faces are not damaged. 32 2. Damage to the sign face that is not visible when viewed at a distance of 50 feet, 33 night and day, will be acceptable. 34 3. Replace unacceptable signs. 35 4. Store all finished signs off the ground and in a vertical position until erected. 36 5. Store finished signs 60 inches x 60 inches or smaller in a weatherproof building. 37 6. Larger signs may be stored outside. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised November 12, 2013 344130-5 ALUMINUM SIGNS AND SIGN POSTS Page 5 of 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT USED] 3 PART 2 - PRODUCTS 4 21 PRODUCTS TO BE PURCHASED FROM THE CITY 5 A. Refer to Drawings and Contract Documents to determine if any Items are to be 6 purchased from the City and installed by the Contractor. 7 B. Items eligible for purchase from the City include: 8 1. Aluminum Signs 9 2.2 MATERIALS 10 A. Manufacturers 11 1. Only the manufacturers as listed in the City's Standard Products List will be 12 considered as shown in Section 01 60 00. 13 a. The manufacturer must comply with this Specification and related Sections. 14 2. Any product that is not listed on the Standard Products List is considered a 15 substitution and shall be submitted in accordance with Section 0125 00. 16 B. Sign blanks 17 1. Sign blanks shall be new, unweathered, milled, rolled and finished aluminum alloy 18 meeting Specifications for 5052H38 as outlined in ASTM B 209 02a. 19 2. Sign blanks shall be free of buckle, crevice, warp, dent, cockles, burrs, corrosion, 20 dirt, grease, oil, white rust, fingerprints and/or other irregularities. 21 3. Sign blanks shall be degreased and etched according to industry standards and shall 22 have an alodined finish applied per MIL-05541 Class IA. 23 4. The thickness of each sign blank shall be uniform throughout. 24 C. Sign sheeting 25 1. Acrylic overlay film 26 a. This film shall be applied to Type I, Type II, Type IV, Type IX, and other 27 retroreflective sheeting for permanent signing. 28 b. The film shall be equal to or better than 3M Scotchlite ElectroCut Film Series 29 1170. 30 c. Film shall be: 31 1) Durable 32 2) Transparent 33 3) Acrylic 34 4) Electronic-cuttable 35 5) Coated with a transparent, pressure sensitive adhesive 36 6) Have a removable synthetic liner — paper liner is not acceptable 37 d. Film colors can include yellow, green, blue, brown, red, and orange. 38 2. Non -reflective vinyl film 39 a. This film shall be applied to Type IV, Type XI (DG3) retroreflective sheeting 40 for permanent signing. The film shall be equal to or better than 3M Scotchcal 41 ElectroCut Film Series 7725. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised November 12, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 3441 30 - 6 ALUMINUM SIGNS AND SIGN POSTS Page 6 of 9 b. Film shall be: 1) Durable 2) 2 mil opaque cast vinyl 3) Coated with a transparent, pressure -sensitive adhesive 4) Have a removable synthetic liner — paper line is not acceptable c. Film colors can include yellow, green, blue, brown, red, and orange. 3. High intensity prismatic retroreflective sheeting with adhesive backing shall: a. Be combined with other components for permanent signing b. Typically be an unmetallized microprismatic lens retroreflective element material c. Have a smooth outer surface that essentially has the property of the retroreflector over its entire surface 1) The adhesive backing shall be pressure -sensitive, require no heat, solvent or other preparation for the adhesion to smooth, clean surfaces. d. Be equal to or better than 3M Series 3930 e. Be of colors including white, yellow, green, red, blue, and brown 4. Super -high efficiency full cube retroreflective sheeting with pressure sensitive adhesive shall: a. Be combined with other components for permanent signing b. Be a super -high efficiency, full cube retroreflective sheeting having the highest retroreflectivity characteristics at medium and short road distances. c. Typically be a microprismatic retroreflective element material d. Have a smooth outer surface that essentially has the property of retroreflector over its entire surface 1) The adhesive backing shall be pressure -sensitive, require no heat, solvent or other preparation for adhesion to smooth, clean surfaces. e. Be equal to or better than 3M Series 4000 f. Be of colors including white, yellow, green, red, blue, brown, fluorescent yellow, fluorescent yellow green, and fluorescent orange D. Telescoping Steel Sign Post 1. Posts and anchors shall conform to the Standard Specifications for Hot Rolled Carbon Sheet Steel, Structural Quality ASTM designation A 10 11 / A1011- 10. 2. Posts and anchors shall carry minimum certifiable 60,000 psi yield strength. 3. All posts and anchors shall be manufactured from raw steel, formed and welded on the corner prior to receiving a triple coat protection of inline hot -dipped, galvanized zinc per AASHTO M-120-08 (0.8 ounces per square foot) followed by a chromate conversion coating and a cross -linked polyurethane acrylic exterior coating. 4. The interior shall receive a double coat of zinc based organic coating, tested in accordance with ASTM B-117-09. E. Hardware 1. Use galvanized steel, stainless steel, or dichromate -sealed aluminum for bolts, nuts, washers, lock washers, screws, and other sign assembly hardware. 2. Use plastic or nylon washers to avoid tearing the reflective sheeting. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised November 12, 2013 34 41 30 - 7 ALUMINUM SIGNS AND SIGN POSTS Page 7 of 9 1 2.3 ACCESSORIES [NOT USED] 2 2.4 SOURCE QUALITY CONTROL [NOT USED] 3 PART 3 - EXECUTION 4 3.1 INSTALLERS [NOT USED] 5 3.2 EXAMINATION [NOT USED] 6 3.3 PREPARATION [NOT USED] 7 3.4 FABRICATION 8 A. Sign blanks 9 1. Furnish sign blanks to the sizes and shapes shown on the Drawings and that are free 10 of buckles, warps, burrs, dents, cockles, or other defects. 11 2. Do not splice individual extruded aluminum panel. 12 3. Complete the fabrication of sign blanks, including the cutting and drilling or 13 punching of holes, before cleaning and degreasing. 14 4. After cleaning and degreasing, ensure that the substrate does not come into contact 15 with grease, oils, or other contaminants before the application of the reflective 16 sheeting. 17 B. Sign sheeting 18 1. Use reflective sheeting from the same manufacturer for the entire face of a sign. 19 2. Apply sheeting to sign blanks in conformance with the recommended procedures of 20 the sheeting manufacturer. 21 3. Clean and prepare the outside surface of extruded aluminum flanges in the same 22 manner as the sign panel face. 23 4. Minimize the number of splices in the sheeting. 24 5. Overlap the lap -splices by at least 1/4 inch. 25 6. Provide a 1-foot minimum dimension for any piece of sheeting. 26 7. Do not splice sheeting for signs fabricated with transparent screen inks or colored 27 transparent films. 28 C. Sign messages 29 1. Fabricate sign messages to the sizes, types, and colors shown on the Drawings. 30 2. Use sign message material from the same manufacturer for the entire message of a 31 sign. 32 3. Ensure that the screened messages have clean, sharp edges and exhibit uniform 33 color and reflectivity. 34 4. Prevent runs, sags, and voids. 35 D. Telescoping steel sign posts 36 1. Permissible variation in straightness is 1/16 inch in 3 feet. 37 2. Tolerances are on the outside size. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised November 12, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 34 41 30 - 8 ALUMINUM SIGNS AND SIGN POSTS Page 8 of 9 Measurements for outside dimensions shall be made at least 2 inches from end of tube. Nominal Outside Dimensions inches Outside Tolerance at all Side Corners inches 1 '/2 X 1 %z ±0.006 1 3/4 X 1 3/4 t0.008 2 X 2 t0.008 2 1�4 X 2 1/4 ±0.010 2 '/2 X 2 '/2 ±0.010 3. Permissible variation in wall thickness is plus 0.011 inches, minus 0.008 inches. 4. Measured in the center of the flat side tolerance is ± 0.01 inch applied to the specific size determined at the corner. 5. Squareness of Sides and Twist Nominal Squareness Twist Permissible in 3 Outside Dimensions Tolerance inches Lengths (inches) (inches) (inches) 1 %2 X 1 1/2 ±0.009 0.050 1 3/4 X 1 3/4 ±0.010 0.062 2 X 2 t0.012 0.062 2 1/4 X 21/4 f0.014 0.062 2 V2 X 2 1/2 ±0.015 0,075 6. All top posts must be capable of fracturing at the point of connection with a single anchor, when impacted, in such a manner that the piece inside of the anchor can be removed so as to allow the anchor to receive a new top post. 7. The shape of all posts and anchors shall be square and straight with smooth tubing welded in one corner with a tolerance that permits telescoping of the next larger or small size, in 1/4-inch increments. 8. All anchors shall be 12 gauge with holes that are fully perforated 7/16-inch diameter on 1-inch centers for at least the top 4 inches of the anchor while being truly aligned in the center of the section. CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised November 12, 2013 344130-9 ALUMINUM SIGNS AND SIGN POSTS Page 9 of 9 1 9. All top posts shall be 14 gauge with holes that are die embossed knockouts on I- 2 inch centers for the entire length of the post and truly aligned in the center of 3 section. 4 5 3.5 REPAIR I RESTORATION [NOT USED] 6 3.6 RE -INSTALLATION [NOT USED] 7 3.7 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 8 3.8 SYSTEM STARTUP [NOT USED] 9 3.9 ADJUSTING [NOT USED] 10 3.10 CLEANING 11 A. Wash completed signs with a biodegradable cleaning solution acceptable to the 12 manufacturers of the sheeting, colored transparent film, and screen ink to remove 13 grease, oil, dirt, smears, streaks, finger marks, and other foreign material. 14 B. Wash again before final inspection after erection. 15 3.11 CLOSEOUT ACTIVITIES [NOT USED] 16 312 PROTECTION [NOT USED] 17 3.13 MAINTENANCE [NOT USED] 18 3.14 ATTACHMENTS [NOT USED] 19 20 21 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Changes to vinyl film, added sign removal bid item CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101121 Revised November 12, 2013 The Page Intentionally Left Blank CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 3471 13 - 1 TRAFFIC CONTROL Pagel of 5 1 SECTION 34 7113 2 TRAFFIC CONTROL 3 PART1- GENERAL �WIW1905 KTJ K11 5 A. Section Includes: 6 1. Installation of Traffic Control Devices and preparation of Traffic Control Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification Sections include, but are not necessarily limited to: 10 1. Division 0 — Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1 — General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Installation of Traffic Control Devices 15 a. Measurement 16 1) Measurement for Traffic Control Devices shall be per month for the Project 17 duration. 18 a) A month is defined as 30 calendar days. 19 b- Payment 20 1) The work performed and materials furnished in accordance with this Item 21 and measured as provided under "Measurement" shall be paid for at the 22 unit price bid for "Traffic Control". 23 c. The price bid shall include: 24 1) Traffic Control implementation 25 2) Installation 26 3) Maintenance 27 4) Adjustments 28 5) Replacements 29 6) Removal 30 7) Police assistance during peak hours 31 2. Portable Message Signs 32 a. Measurement 33 l) Measurement for this Item shall be per week for the duration of use. 34 b. Payment 35 1) The work performed and materials furnished in accordance to this Item and 36 measured as provided under "Measurement" shall be paid for at the unit 37 price bid per week for "Portable Message Sign" rental. 38 c. The price bid shall include: 39 1) Delivery of Portable Message Sign to Site 40 2) Message updating 41 3) Sign movement throughout construction 42 4) Return of the Portable Message Sign post -construction CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised November 22, 2013 3471 13 - 2 TRAFFIC CONTROL Page 2 of 5 1 3. Preparation of Traffic Control Plan Details 2 a. Measurement 3 1) Measurement for this Item be per each Traffic Control Detail prepared. 4 b. Payment 5 1) The work performed and materials fiirnished in accordance with this Item 6 shall be paid for at the unit price bid per each "Traffic Control Detail" 7 prepared. 8 c. The price bid shall include: 9 1) Preparing the Traffic Control Plan Details for closures of 24 hours or 10 longer 11 2) Adherence to City and Texas Manual on Uniform Traffic Control Devices 12 (TMUTCD) 13 3) Obtaining the signature and seal of a Iicensed Texas Professional Engineer 14 4) Incorporation of City comments 15 1.3 REFERENCES 16 A. Reference Standards 17 L Reference standards cited in this Specification refer to the current reference 19 standard published at the time of the latest revision date logged at the end of this 19 Specification, unless a date is specifically cited. 20 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). 21 3. Item 502, Barricades, Signs, and Traffic Handling of the Texas Department of 22 Transportation, Standard Specifications for Construction and Maintenance of 23 Highways, Streets, and Bridges. 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 A. Coordination 26 1. Contact Traffic Services Division (817-392-7738) a minimum of 48 hours prior to 27 implementing Traffic Control within 500 feet of a traffic signal. 28 B. Sequencing 29 1. Any deviations to the Traffic Control Plan included in the Drawings must be first 30 approved by the City and design Engineer before implementation. 31 1.5 SUBMITTALS 32 A. Provide the City with a current list of qualified flaggers before beginning flagging 33 activities. Use only flaggers on the qualified list. 34 B. Obtain a Street Use Permit from the Street Management Section of the Traffic 35 Engineering Division, 311 W. 10' Street. The Traffic Control Plan (TCP) for the 36 Project shall be as detailed on the Traffic Control Plan Detail sheets of the Drawing set. 37 A copy of this Traffic Control Plan shall be submitted with the Street Use Permit. 38 C. Traffic Control Plans shall be signed and sealed by a licensed Texas Professional 39 Engineer. 40 D. Contractor shall prepare Traffic Control Plans if required by the Drawings or 41 Specifications. The Contractor will be responsible for having a licensed Texas 42 Professional Engineer sign and seal the Traffic Control Plan sheets. 43 E. Lane closures 24 hours or longer shall require a site -specific traffic control plan. CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised November 22, 2013 3471 13 - 3 TRAFFIC CONTROL Page 3 of 5 1 F. Contractor responsible for having a licensed Texas Professional Engineer sign and seal 2 changes to the Traffic Control Plan(s) developed by the Design Engineer. 3 G. Design Engineer will furnish standard details for Traffic Control. 4 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS INOT USED] 5 1.7 CLOSEOUT SUBMITTALS [NOT USED] 6 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 7 1.9 QUALITY ASSURANCE [NOT USED] 8 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 9 1.11 FIELD [SITE] CONDITIONS [NOT USED] 10 1.12 WARRANTY [NOT USED] 11 PART 2 - PRODUCTS 12 2.1 OWNER -FURNISHED [oR] OWNER -SUPPLIED PRODUCTS [NOT USED] 13 2.2 ASSEMBLIES AND MATERIALS 14 A. Description 15 1. Regulatory Requirements 16 a. Provide Traffic Control Devices that conform to details shown on the 17 Drawings, the TMUTCD, and TxDOT's Compliant Work Zone Traffic Control 18 Device List (CWZTCDL). 19 2. Materials 20 a. Traffic Control Devices must meet all reflectivity requirements included in the 21 TMUTCD and TxDOT Specifications — Item 502 at all times during 22 construction. 23 b. Electronic message boards shall be provided in accordance with the TMUTCD. 24 2.3 ACCESSORIES [NOT USED] 25 2.4 SOURCE QUALITY CONTROL [NOT USED] 26 PART 3 - EXECUTION 27 3.1 EXAMINATION [NOT USED] 28 3.2 PREPARATION 29 A. Protection of In -Place Conditions 30 1. Protect existing traffic signal equipment. 31 3.3 INSTALLATION 32 A. Follow the Traffic Control Plan (TCP) and install Traffic Control Devices as shown on 33 the Drawings and as directed. CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 10t 121 Revised November 22, 2013 34 71 13 - 4 TRAFFIC CONTROL Page 4 of 5 1 B. Install Traffic Control Devices straight and plumb. 2 C. Do not make changes to the location of any device or implement any other changes to 3 the Traffic Control Plan without the approval of the Engineer. 4 1. Minor adjustments to meet field constructability and visibility are allowed. 5 D. Maintain Traffic Control Devices by taking corrective action as soon as possible. 6 1. Corrective action includes but is not limited to cleaning, replacing, straightening, 7 covering, or removing Devices. 8 2. Maintain the Devices such that they are properly positioned, spaced, and legible, 9 and that retroreflective characteristics meet requirements during darkness and rain. 10 E. If the Inspector discovers that the Contractor has failed to comply with applicable federal I 1 and state laws (by failing to furnish the necessary flagmen, warning devices, barricades, 12 lights, signs, or other precautionary measures for the protection of persons or property), the 13 Inspector may order such additional precautionary measures be taken to protect persons 14 and property. 15 F. Subject to the approval of the Inspector, portions of this Project, which are not affected by 16 or in conflict with the proposed method of handling traffic or utility adjustments, can be 17 constructed during any phase. 18 G. Barricades and signs shall be placed in such a manner as to not interfere with the sight 19 distance of drivers entering the highway from driveways or side streets. 20 H. To facilitate shifting, barricades and signs used in lane closures or traffic staging may 21 be erected and mounted on portable supports. 22 1. The support design is subject to the approval of the Engineer. 23 1. Lane closures shall be in accordance with the approved Traffic Control Plans. 24 J. If at any time the existing traffic signals become inoperable as a result of construction 25 operations, the Contractor shall provide portable stop signs with 2 orange flags, as 26 approved by the Engineer, to be used for Traffic Control. 27 K. Contractor shall make arrangements for police assistance to direct traffic if traffic signal 28 turn-ons, street light pole installation, or other construction will be done during peak traffic 29 times (AM: 7 am 9 am, PM: 4 pm - 6 pm). 30 L. Flaggers 31 1. Provide a Contractor representative who has been certified as a flagging instructor 32 through courses offered by the Texas Engineering Extension Service, the American 33 Traffic Safety Services Association, the National Safety Council, or other approved 34 organizations. 35 a. Provide the certificate indicating course completion when requested. 36 b. This representative is responsible for training and assuring that all flaggers are 37 qualified to perform flagging duties. 38 2. A qualified flagger must be independently certified by I of the organizations listed 39 above or trained by the Contractor's certified flagging instructor. 40 3. Flaggers must be courteous and able to effectively communicate with the public. 41 4. When directing traffic, flaggers must use standard attire, flags, signs, and signals 42 and follow the flagging procedures set forth in the TMUTCD. CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised November 22, 2013 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 3471 13 - 5 TRAFFIC CONTROL Page 5 of 5 5. Provide and maintain flaggers at such points and for such periods of time as may be required to provide for the safety and convenience of public travel and Contractor's personnel, and as shown on the Drawings or as directed by the Engineer. a. These flaggers shall be located at each end of the lane closure. M. Removal 1. Upon completion of Work, remove from the Site all barricades, signs, cones, lights and other Traffic Control Devices used for work -zone traffic handling in a timely manner, unless otherwise shown on the Drawings. 3.4 REPAIR / RESTORATION [NOT USED] 3.5 RE -INSTALLATION [NOT USED] 3.6 FIELD [oR] SITE QUALITY CONTROL [NOT USED] 3.7 SYSTEM STARTUP [NOT USED] 3.8 ADJUSTING [NOT USED] 3.9 CLEANING [NOT USED] 3.14 CLOSEOUT ACTIVITIES [NOT USED] 3.11 PROTECTION [NOT USED] 3.12 MAINTENANCE [NOT USED] 3.13 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 11/22/13 S. Arnold Added police assistance, requirernent for when a site specific TCP is required CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised November 22, 20I3 The Page Intentionally Left flank CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 APPENDIX GC-4.01 Availability of Lands GC-4.02 Subsurface and Physical Conditions GC-4.04 Underground Facilities GC-4.06 Hazardous Environmental Condition at Site GC-6.06.13 Minority and Women Owned Business Enterprise Compliance GC-6.07 Wage Rates GC-6.09 Permits and Utilities GC-6.24 Nondiscrimination GR-01 60 00 Product Requirements CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 The Page Intentionally Left flank CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 2018 BOND STREET RECONSTRUCTION —Contract 3 City Project No. 101121 GC-4.01 Availability of Lands THIS PAGE LEFT INTENTIONALLY BLANK CFFY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION —Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 "—LOBE Engineers, Inc. Geotechnical, Environmental, Materials Testing GEOTECHNICAL INVESTIGATION FOR PROPOSED 2018 BOND STREET RECONSTRUCTION CITY OF FORT !NORTH PROJECT NO. 101121 FORT WORTH, TARRANT COUNTY, TEXAS PROJECT NUMBER: 18202 REPORTED TO: Farwa Sultan, EIT DAL -TECH Engineering, Inc. 17400 Dallas Parkway, Suite 110 Dallas, Texas 78287 MARCH 2O18 PREPARED BY: GLOBE ENGINEERS, INC. 4601 Langland Rd., Suite 104, Dallas, Texas 75244 a Office: 972-713-3030 ♦ Fax: 972-713-3029 7524 Sand Street, Fort worth, TX 76116 a Office: 817-284-5151 o Fax: 817-284-5154 GLOBE Engineers, Inc. March 13, 2018 Project No. 18202 Farwa Sultan, EIT DAL -TECH Engineering, Inc. 17400 Dallas Parkway, Suite 110 Dallas, TX 75287 Geotechnical Investigation Proposed 2018 Bond Street Reconstruction City of Fort Worth project No. 101121 Fort Worth, Tarrant County, Texas This report presents the results of the Geotechnical Investigation performed at the site of the above referenced project located in Fort Worth, Tarrant County, Texas. Our engineering analyses as well as the results of our field and laboratory investigations are included in this study. We appreciate the opportunity to be of assistance on this project. Please feel free to contact us if you have any questions or if we can be of further service. Sincerely, Globe Engineers, Inc. Registration No F4042 f Fay Saremi, PE. PMP Principal/ Senior Engineering Manager Project No. 18202 -- Page 2 -- 2018 Bond Street Reconstruction GLOBE Engineers, Inc. Table of Content 1.0 EXECUTIVE SUMMARY...................................................................................................................................5 2.0 AUTHORIZATION..............................................................................................................................................7 3.0 INTRODUCTION................................................................................................................................................. 7 3.1 PROJECT DESCRIPTION........................................................................................................................................7 3.2 SITE DESCRIPTION...............................................................................................................................................7 3.3 SCOPE OF WORK..................................................................................................................................................7 3.4 REPORT FORMAT.................................................................................................................................................7 3.5 SUBSURFACE EXPLORATION................................................................................................................................8 4.0 SUBSURFACE INVESTIGATION.....................................................................................................................8 5.0 LABORATORY INVESTIGATIONS ................................... ............................................. 8 6.0 SUBSURFACE CONDITIONS..........................................................................................................................10 6.1 STRATIGRAPHY.................................................................................................................................................10 6.2 SUBSURFACE WATER CONDITIONS....................................................................................................................11 6.3 CONSTRUCTION VARIATIONS..................................................................................................... .......................12 7.0 ANALYSIS AND RECOMMENDATIONS......................................................................................................12 7.1 POTENTIAL VERTICAL MOVEMENTS................................................................................................................. 12 8.0 PAVEMENT RECOMMENDATIONS............................................................................................................14 8.1 GENERAL...........................................................................................................................................................14 8.2 SUBGRADE PREPARATION................................................................................................................................. 14 8.3 PAVEMENT SECTIONS........................................................................................................................................ 16 8.0 GROUNDWATER CONTROL.........................................................................................................................20 9.0 AVERAGE ANNUAL PRECIPITATION........................................................................................................21 10.0 FOUNDATION SETTLEMENT ............................................ __------------------------------------------------------------------ 7.1 11.0 EARTHWORK...............................................................................................................................................21 11.1 CITY OF FORT WORTH REQUIRED SPECIFICATION........................................................................................21 11.2 UTILITIES......................................................................................................................................................21 11.3 EROSION AND SEDIMENT CONTROL..............................................................................................................21 12.0 RECOMMENDED SPECIFICATIONS FOR CONTROLLED EARTHWORK PLACEMENT .........22 13.0 STREET RECONSTRUCTION MAINTENANCE RECOMMENDATIONS........................................24 14.0 LIMITATIONS...............................................................................................................................................26 Project No. 18202 -- Page 3 2018 Bond Street Reconstruction LIST OF FIGURES AND APPENDICES FIGURES Figure 1 Site/Boring Location Map APPENDIX A • Boring Logs • Free Swell Test Results • Key to Soil Classifications and Symbols • Soluble Sulfate Determination • Pavement Computer Modeling • Fort Worth Average Annual Precipitation GLOBE Engineers, Inc. Project No. 18202 Page 4 - 2018 Bond Street Reconstruction GLOBE Engineers, Inc. 1.0 EXECUTIVE SUMMARY Globe Engineers, Inc. has completed a Geotechnical Exploration at 2018 Bond Street Reconstruction for City of Fort Worth Project No. 101121, in the City of Fort Worth, Tarrant County, Texas. The results from this Exploration are briefly summarized in the following table. The text of the report should be reviewed for a discussion of these items. TYPICAL GENERAL SUBSURFACE CONDITiONS ENCOUNTERED DEPTH Asphalt/Concrete, Silty/Sandy Clay, and Clay with medium to high swell 0. to 10. potential. Rock Partially Weathered Rock (PWR) or Limestone was not observed at the boring locations during drilling. Groundwater Groundwater was encountered at one of the boring location at the time of drilling. ANTICIPATED FUTURE CUT ANDIOB FILL Per Site At the time of our exploration, the subject site is relatively flat, however, some Gbservatlons- cut or fill is anticipated to bring the site to final grade. GEOTECHNICAL CONCERNS i Existing Fill Existing fill was not observed at boring locations during drilling. Potential The Potential Vertical Movements (PVM) and associated effective Plasticity Vertical Index is on the order of approximately 3.3 inches. This value is highly Movements dependent on the moisture conditions of the soil and time of the year that the test is taken. Groundwater Groundwater should not be encountered in the excavation required for Street Reconstruction. RECOMMENDATIONS Option 1 Asphaltic Pavement: 4 inch HMA over 8" lime stabilized subgrade. Gp#ion 2 Concrete Pavement: 6 inch concrete pavement over 8" lime stabilized subgrade. Project No. 18202 -- Page 5 - 2018 Bond Street Reconstruction !L GLOBE Engineers, Inc. The purpose of this geotechnical exploration is to evaluate some of the physical and engineering properties of subsurface materials at the subject site with respect to formulation of appropriate geotechnical design parameters. Recommendations provided in this report have been developed from information obtained in test borings representing subsurface conditions only at the specific boring locations and at the particular time designated on the logs. Subsurface conditions at other locations may differ from those observed at the boring locations. The scope of work is not intended to fully define the variability of subsurface materials that may be present on the site. The nature and extent of variations between borings may not become evident until construction. If significant variations then appear evident, our office should be contacted to re-evaluate our recommendations after performing on -site observations and tests. Project No. 18202 - Page 6 - 2018 Bond Street Reconstruction 8 It GLOBE Engineers, Inc. 2.0 AUTHORIZATION This investigation has been authorized by DAL -TECH Engineering, Inc. on February 1, 2018 and performed in accordance with Globe Engineers, Inc. proposal number 18202P dated January 15, 2018. 3.0 INTRODUCTION 3. i Prole+ct Description The proposed project is two-lane local and private streets with low capacity road which serves to move traffic from local streets to collector roads. Collector roads are designed to provide access to residential properties. The proposed project consists of reconstruction of three local street reconstructions at Mesa Verde Trail, Rosita Street, and Creekfall Drive in the City of Fort Worth, Tarrant County, Texas. 3.2 Site Description The Project Sites are existing 2-lane local with asphalt/concrete pavement. Current streets pavements have been under stress with cracks, heave, and settlement distress. The existing pavement will be removed and new pavement will be constructed. Streets are surrounded by residential structures. 3.3 Scope of Work The principal purposes of this investigation were to: 1) Develop subsurface soil and rock stratigraphy at the boring locations; 2) Provide recommendations for pavement design parameters; 3) Provide site preparation recommendations. 3.4 Renort FoUrlat The first section of this report will describe the field and laboratory phases of the study. The remaining sections present our recommendations to guide design and preparation of plans and specifications. Boring logs and laboratory test results are presented in the Appendix A section of this report. Project No. 18202 -- Page 7 - 2018 Bond Street Reconstruction #4 al GLOBE Engineers, Inc. 3.5 Subsurface Exploration The subsurface exploration at the site was accomplished by means of five (5) undisturbed sample core borings drilled to depths of ten (10) feet below existing ground surface on Thursday, March 1, 2018. Approximate locations of each test boring are shown on the attached Boring Location Plan in Figure 2. 4.0 SUBSURFACE INVESTIGATION The subsurface investigation consisted of drilling three-inch nominal diameter core borings. Undisturbed samples of the cohesive soils were obtained from the borings by means of thin -wall, seamless steel Shelby tube samplers, in accordance with the ASTM D-1587 method. The shear strength of the cohesive soil samples was estimated by hand penetrometer in the field. All undisturbed samples were extracted mechanically from the core barrels in the field, classified, wrapped in aluminum foil, and sealed in airtight plastic bags to prevent moisture loss and disturbance. The samples were transported to our laboratory for testing and further study. 5.0 LABORATORY INVESTIGATIONS All samples from borings were examined and classified in the laboratory by a soil engineer, according to procedures outlined in ASTM D-2488. Laboratory tests were performed on selected soil samples in order to evaluate the engineering properties of the soil in accordance with the indicated standard procedures: LABORATORY TESTS STANDARD TESTS Atterberg Limits (L.L., P. L., P.I.) ASTM D-4318 Soil Moisture Content ASTM D-2216 Unconfined Compressive Strength ASTM D-2166 Soils Classification ASTM D-2487 Percent Passing #200 Sieve ASTM D-1140 Free Swell Test ASTM-4546 Potential Vertical Rise (PVR) Tex-124E Project No. 18202 - Page 8 - 2018 Bond Street Reconstruction GLOBE Engineers, Inc. Classification Tests: Classification of soils was verified by natural moisture content, atterberg limits and #200 Sieve tests were performed on appropriate cohesive and non -cohesive samples. These tests were performed in accordance with American Society for Testing and Materials (ASTM) procedures. The results of these tests are presented at the respective sample depths on the boring logs. Strength Tests: Unconfined compression tests were performed on selected samples of cohesive soils. Water content and dry unit weight of the foundation soils were determined as routine parts of the unconfined compression tests. Free Swell Tests: Free Swell combined with Potential Vertical Rise was performed on selected soil samples. In the Free Swell Test, a sample is placed in a consolidometer and subjected to the estimated overburden pressure. The sample is then inundated with water and allowed to swell. Moisture content is determined both before and after completion of the test. Test results are recorded as the percent swell, with initial and final moisture content. The free swell test results are shown in Appendix A. Project No. 18202 Page 9 2018 Bond Street Reconstruction � •A r GLOBE Engineers, Inc. 6.0 SUBSURFACE CONDITIONS 6.1 Stratigraph Specific types and depths of subsurface strata encountered on the site are shown on the attached boring logs in Appendix A. Review of the boring logs indicates that generalized stratography is approximately as follows: l3cring 6-1 (7333 10,-sa Verde TrI) rStraturn No. Avg, Depth (Feet) Description of Strata � 1 0.0 - 6" Existing Concrete Pavement II 6" - 2.0 Dark Brown SILTY CLAY (CL) III 2.0 - 8.0 Dark Brown and Tan Calcareous CLAY (CH) IV 8.0 -10.0 Light Tannish Brown and Dark Orange Calcareous SILTY CLAY (CL) Boring, 62 17931 Mesa a Verde ,rr i) Stratum No. Avg. (lenth (IFeetl Descrilodon of Strata � 1 0.0 - 4" Existing Concrete Pavement II 4" -10.0 Reddish Brown and Tan Shaley Calcareous CLAY (CH) E,orinre (c;Irm Eden r)r 1 Rnsita Streetl 6traturn No. Avg- Bephh (Feet) Description of Strata i 1 0.0 - 8.5" Existing Concrete Pavement II 8.5" - 2.0 Dark Tannish Brown SANDY CLAY (CL) III 2.0 -10.0 Tan and Gray CLAY with Unpacked Soil and Gravel (CH) Project No. 18202 - Page 10 -- 2018 Bond Street Reconstruction GLOBE Engineers, Inc. Bpripu 13-4_(4201_Rosita 3tre el I Stratum Na. Av..q.. Depth _.{Feet I Description of Strata 1 0.0 — 6.0" Existing Concrete Pavement II 6.0" —10.0 Tan and Gray Shaley CLAY with Unpacked Soil and lots of free water (CH) Boring 8-5 (7429 Creektalk Dr. Stratum No. ava.Depth West) Descri _ ion of Sy to 1 1 0.0 — 9.01, Existing Asphalt with no base II 9.0" — 8.0 Brown CLAY with Lime Pebbles (CH) III 8.0 —10.0 Tan and Gray Shaley SILTY CLAY with Lime Pebbles (CL) 111 8.0 —10.0 Tan LIMESTONE with Clay Deposits The near surface soils are existing Concrete/Asphalt Pavement overlaying Sandy/Silty Clay (CL), and Clay (CH) type soils when classified by the unified soils classification system. This type soil normally exhibits medium to high swell potential during seasonal moisture variations. 6.2 Subburface Water Conditions All the borings were advanced using dry auger drilling methods in order to observe groundwater seepage levels. At the time of this investigation, water seepage was encountered as presented below: Boring No. Depth of Water Level During Drilling Depth of Water Level at Completion Depth of Water Level at End of Day B1 DRY DRY DRY B2 DRY DRY DRY B3 DRY DRY DRY B4 6.0 6.0 6.0 B5 DRY DRY DRY Project No. 18202 -Page 11 - 2018 Bond Street Reconstruction Nr i� GLOBE Engineers, Inc. During this investigation, shallow water was observed at one of the boring locations (134). Prior to installation of any new pavement in this area, possible water leakage from existing utility lines need to be checked and verified. 6.3 Construction Variations The information contained in this report summarizes conditions found on the date that the borings were drilled. The depth to the static water table may be expected to vary with the environmental variations, such as frequency and magnitude of precipitation and the time of year that construction begins. 7.0 ANALYSIS AND RECOMMENDATIONS 7.1 Potential Vertical Movements Potential Vertical Rise (PVR) calculations were performed using the Texas Department of Transportation (TxDOT) Method 124-E in conjunction with the result of Free Swell tests and engineering judgment and experience. The Potential Vertical Movements and associated effective Plasticity Index is on the order of 3.3 inches. Considerably more movement will occur in areas where positive drainage of surface water is not maintained or if soils are subject to an outside water source, such as leakage from a utility line or subsurface migration from off -site locations. Any such excessive water conditions should be rectified as soon as possible. In order to minimize rainwater infiltration through the pavement surface, and thereby minimizing future upward movement of the pavement slabs, all cracks and joints in the pavement should be sealed on a routine basis after construction. Results of Free Swell Tests can be found in the Appendix A section of this report. Project No. 18202 Page 12 - 2018 Bond Street Reconstruction GLOBE Engineers, Inc. 7.2 S!!Ifate Induced Heaving As part of our study, a near surface soil sample was collected from Boring B-1 to B-5. Five (5) selected samples of soil were tested for sulfates. The measured sulfate contents analyzed by Oxidor Analytical ranged from 19.4 to 587.0 ppm. Soluble sulfate testing was conducted to check for sulfate -induced heaving potential. Sulfate -induced heaving is caused when hydrated lime is added to a soil with high sulfate concentration. The lime reacts with the sulfates to cause potentially large volumetric changes in the soil. Per City of Fort Worth Standards, soluble sulfate levels in the order of 3,000 parts -per -million (ppm) or less are usually of low concern and warrant only observation of the subgrade during the stabilization process. The soluble sulfate levels of the tested samples were less than 587.0 ppm. Since the samples tested were below 3,000 ppm, a single treatment process is recommended. The single treatment is described in section '.? 3. In addition, it is recommended that during the curing period of lime treatment, the subgrade be supplied with ample moisture to allow proper hydration, and it should be checked for any volumetric changes that may indicate a sulfate -induced heaving condition. In addition to sulfate content, tests were performed for chloride content. The test results are presented in Appendix A and in the following table. Test results are presented in the following table: Subgrade Sample 1. Depth Material Type I Sulfate (ft) (mg/Kg) B-1 0-2 Dark Brown SILTY CLAY (CL) 379 Mesa Verde Trl BB=2 0-2 Reddish Brown Shaley CLAY (CH) 587 7233 Mesa Verde Trl BB=3 0-2 Dark Tannish Brown SANDY CLAY (CL) 23.4 7333 Mesa Verde Trl BB=4 0-2 Tan and Gray Shaley CLAY (CH) 72.0 4021 Rosita St 8=5 0-2 Brown CLAY with Lime Pebbles (CH) 19.4 7429 Creekfall Dr Based on ACI 318, table 4.3.1, the Sulfate exposure to lime and concrete from the site soils is negligible. Project No. 18202 Page 13 2018 Bond Street Reconstruction *i GLOBE Engineers, Inc. 8.4 Pavement Recommendations 8.1 General The performance of the pavement for this project depends upon several factors including: a) The characteristics of the supporting soil, b) The magnitude and frequency of wheel load applications, c) The quality of construction materials, d) The contractor's placement and workmanship abilities, and e) The desired period of design life. The success of the pavement subgrade is subgrade soil strength and control of water. Adequate subgrade performance can be achieved by modifying or stabilizing the existing soils used to construct the pavement subgrade. Pavement sections are susceptible to edge distress as edge support deteriorates over time. Therefore, care must be taken to provide and maintain proper edge support. In conjunction with a stabilized subgrade underlying the pavement, it is recommended that the stabilized subgrade extend a minimum of 12 inches beyond the riding surface on each side of the proposed pavement. Maintenance should be provided when edge support deteriorates. 8.2 Subgrade Preparation Existing Concrete/Asphalt Pavement overlay clay soils encountered near the existing ground surface will probably constitute the subgrade. Therefore, it is recommended these materials be improved prior to construction of pavement. The higher plasticity clays are subject to loss in support value with the moisture increases which occur beneath pavement sections. Stabilization of subgrade soil is recommended to improve their characteristics to support area paving. 8.2. Complete Removal and ReLilacement of .Alf Fyif ; (h rt., +miff The existing uncontrolled fill depths at Borings 133 and B4 varied up to six feet_ Please note, the depth of the existing uncontrolled fill could be greater at other locations along the proposed streets. Complete removal of all existing fill and replacement with controlled fill is the only method of eliminating the risk of unusual settlement associated with compression of the existing uncontrolled fill. In general, the undercut to remove uncontrolled fill should extend at least 3 Project No. 18202 - Page 14 - 2018 Bond street Reconstruction i I; GLOBE Engineers, Inc. feet beyond the edge on either side of the proposed roadway (If Possible), or at least one-half the thickness of the undercut beyond each edge, whichever is greater. Following over -excavation of all existing fill, the exposed native subgrade should be proof - rolled with heave equipment and further tested by probing as necessary. After proof -rolling and testing the exposed surface, any weak soils noted should be removed. Prior to replacement of any fill, the exposed subgrade should then be scarified to a depth of at least 6 inches and re -compacted to at least 98 percent of standard proctor maximum dry density and within the range of 0 to 4 percentage points above the materials optimum moisture content. The over -excavated material should then be replaced in an engineered manner, with lift thickness, density, and moisture control, provided they are free of organics, rubbles, and any other unsuitable materials. 8.2.2 i kq_ rade tabrlizahton Subgrade stabilization is recommended for all subgrade areas with plastic clays. Prior to any subgrade stabilization, subgrade should be proof -rolled with heavy pneumatic equipment. Any soft or pumping areas should be undercut to a firm subgrade and properly backfilled as described in the City of Fort Pavement Design manual, 2012 Edition Guide for Design of Pavement Structures. It is recommended that subgrade stabilization extend to at least one foot beyond pavement edges to aid in reducing movements and cracking along the curb line due to seasonal moisture variation after construction. Each construction area should be shaped to allow drainage of surface water during earthwork operations, and surface water should be pumped immediately from each construction area after each rain and a firm subgrade condition maintained. Water should not be allowed to pond in order to prevent percolation and subgrade softening, and subgrade treatments should be added to the subgrade after removal of all surface vegetation and debris. Sand should be specifically prohibited beneath pavement areas, since these more porous soils can allow water inflow, resulting in heave and strength loss of subgrade soils. Surface drainage is critical to the performance of this pavement. Water should be allowed to exit the pavement surface quickly. According to City of Fort Pavement Design manual, 2012 Edition for Design of Pavement Structures, the stabilized pavement subgrade should be scarified and stabilized to a minimum 8 inches and uniformly compacted to a minimum of 100 percent of Standard Proctor density Project No. 18202 - Page 15 - 2018 Bond Street Reconstruction L it GLOBE Engineers, Inc. (ASTM D-698), between 0 to +4 percentage points of the optimum moisture content determined by that test. The subgrade should then be protected and maintained in the moist condition until the pavement is placed. 8.3 Pavement Sections In order to determine detail pavement design, the computer program WinPAS for Thickness Design of Highway and Street Pavements was utilized. Detail Traffic Analysis for Highway Design including specific wheel loading and traffic volume characteristics has not been provided. Based on the results of the field and laboratory investigation, soil plasticity properties, and requirements of the City of Fort Pavement Design manual, 2012 Edition, the following parameters were utilized for computer modeling: Street Classification 2-Lane Residential Street Pavement Type Reinforced Concrete Subgrade Soil Type Clay and Silty/Sandy Clay Unified Soil Classification CH, CL (Raw Subgrade) Compressive Strength of Concrete 3,600 psi at 28 days Subgrade Stabilization Lime Stabilized Subgrade Subgrade Thickness 6 inches minimum Annual Growth Rate 0.5 % Design Life 25 years Annual ESALS 800,000 Design ESALS 2,000,000 Reliability 85% Initial Serviceability 4.5 Terminal Serviceability 2.0 Overall Deviation 0.39 Load Transfer Coefficient 3.0 Project No. 18202 Page 16 -- 2018 Bond Street Reconstruction HE GLOBE Engineers, Inc. Drainage Coefficient (Cd) 1.0 Design CBR (Raw Subgrade) 6 Effective Modulus of Subgrade Reaction, k 280 pci (Composite) Loss of Support 0.0 Depth to Rigid Foundation (Rock) >10 feet Concrete Modulus of Elasticity 4,000,000 psi Concrete Modulus of Rupture 620 psi Design Software WinPAS 8. 3.1 Asphaltic Concrete Favein ent The following Asphaltic pavement section is provided for a street classification per City of Fort Worth Pavement Design Manual, 2012 Edition. Detailed pavement design calculations and assumptions are presented in Appendix A. The following pavement section is suitable for the previously mentioned assumptions. Asphaltic Concrete 4 inches ITEM 341, HOT -MIX COLD -LAID ASPHALT 1.5 inches CONCRETE- Type F ITEM 341, DENSE -GRADED HOT -MIX ASPHALT I 2.5 Inches - Type C Minimum Lime Stabilized Subgrade 1 8 inches In pavement areas where clay soil is exposed after final subgrade elevation is achieved, the exposed surface of the pavement Subgrade soil should be scarified to a depth of 8 inches and mixed with about required percentage of hydrated lime (by dry soil weight) in conformance with TxDOT Item 260 and result of lime series determination. Assuming an in -place unit weight of 100 pef for the pavement subgrade soils, this percentage of lime equates to about 42-47 Ibs of lime per square yard of 8 inches of treated subgrade. The actual amount of lime required should be confirmed by additional laboratory tests (ASTM C-977) prior to construction. Project No. 18202 Page 17 2018 Bond Street Reconstruction GLOBE Engineers, Inc. It is recommended lime stabilization procedures extend at least one (1) feet beyond the edge of the pavement to reduce the effects of seasonal shrinking and swelling upon extreme edges of pavement. The soil -lime mixture should be compacted to at least 95 percent of standard proctor maximum dry density (ASTM D-698) and within the range of 0 to 4 percentage points above the mixture's optimum moisture content. In all areas where hydrated lime is used to stabilize subgrade soil, routine Atterberg limit tests should be performed to assure the resulting plasticity index of the soil -lime mixture is atlor below 15. Mechanical lime stabilization of the pavement subgrade soil will not prevent normal seasonal movement of the underlying untreated materials. Pavement and other flat work will have some potential for movement as slabs constructed directly on the existing undisturbed soil. Therefore, good perimeter surface drainage with a minimum slope of 2 percent away from pavement is recommended. The use of sand as a leveling course below pavement supported on expansive clays should be avoided. Normal maintenance of pavement should be expected over life of structure. California Baring Ratio (CBR) tests have not been performed for this specific project, but based on our previous experience with similar soils the following pavement sections are recommended: 8.3.2 Concrete Pavement The following rigid pavement section is provided for a Residential Streets classification per City of Fort Worth Pavement Design Manual, 2012 Edition. Detailed pavement design calculations and assumptions are presented in Appendix A. The following pavement section is suitable for the previously mentioned assumptions. Any deviation from these assumptions should be brought to our attention immediately in order to assess their impact on our recommendation. Project No. 18202 - Page 18 2018 Bond Street Reconstruction it L Pavement Thickness Sumrrrary Pavement Section Thickness Material (in) 6 1 Portland Cement Concrete 8 1 Lime Stabilized Subgrade GLOBE Engineers, Inc. Street Growth Design Classification Factor I=SAL Residential 1 0.5% 1 800,000 Six (6) inch reinforced concrete pavement over 8" Lime stabilized Subgrade can be considered for pavement section. Detailed treatment and application recommendations as well as warranty information should be obtained from the manufacturer. SA Pavement Material F egWremerits Material and process specifications are required to be in accordance with the City of Fort Worth Pavement Design Manual, 2012 Edition. These specifications generally include the following references to TxDOT Standard Specifications for Construction of Highways, Streets, and Bridges. Reinforced Portland Cement Concrete: Reinforced Portland Cement concrete should consist of Portland cement concrete having a 28-day compressive strength of at least 3,600 psi (Machine -Laid -Class P) Per City of Fort Worth Standards. The mix should be designed in accordance with Item 360, Texas Department of Transportation Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges using 3 to 6 percent air entrainment. The pavement should be adequately reinforced with #3 @18" EW steel and all pavement joints should be placed and constructed in accordance with the City of Fort Worth Pavement Design Manual, 2012 Edition, Section 4. 8.5 General Pavement consideration The design of the pavement drainage and grading should consider the potential ground movement due to future soil swelling of up to 3.3 inches. In order to minimize rainwater infiltration through the pavement surface, and thereby minimizing future upward movement of Project No. 18202 4 Page 19 2018 Bond street Reconstruction GLOBE Engineers, Inc. the pavement slabs, all cracks and joints in the pavement should be sealed on a routine basis after construction Proper surface drainage in the shoulders is also critical to long term performance of the pavement. Water allowed to pond adjacent to the pavement will result in loss of edge and subgrade support and an increase in post construction heave of the pavement. Sealing of construction joints is essential to long-term performance of concrete pavement. Joints should be sealed with sealant designed especially for pavements subject to truck and car traffic to protect subgrade. The joints should be sealed as soon as possible (in accordance with sealant manufacturer's instructions) to minimize infiltration of water into the soil. Related civil design factors such as subgrade drainage, shoulder support, cross -sectional configurations, surface elevations, reinforcing steel, joint design and environmental factors will significantly affect the service life and must be included in the scope of this study. Normal periodic maintenance will be required for all pavements to achieve the design life of the pavement system. In order to remedy construction problems, which may develop if attempts are made to work the surface materials following prolonged periods of rainfall which are common to this area, it is recommended that prior to starting any work at the site that proper construction drainage is i to be provided to maintain a relatively dry construction site. Positive drainage should be maintained at all times to prevent saturation of exposed soils in case of sudden rains. Rolling the surface of disturbed soils will also improve runoff and reduce the fill soil moisture and construction delays. Site grading operations, where required, should be performed in accordance with the section 12 of this report. 8.0 GROUNDWATER CONTROL During drilling activities, ground water was encountered. Therefore, water seepage may be anticipated during foundation excavations. However, if any water seepage is encountered during construction, pumping from foundation excavations with pumps or other conventional de -watering equipment should be sufficient. Project No. 18202 - Page 20 - 2018 Bond Street Reconstruction GLOBE Engineers, Inc. 9.0 AVERAGE ANNUAL PRECIPITATION Average annual precipitation is presented in Appendix section of this report. 10.0 FOUNDATION SETTLEMENT A detailed settlement analysis was not within the scope of this study. It is anticipated that the footings designed, using the recommended allowable bearing pressures, will experience small settlements that will be well within the tolerable limit for the proposed structure. '11.0 4rARTHWORK 11.1 City of Fort Worth Reguired Specification The City of Fort Worth Pavement Design Manual, 2012 Edition, covers the requirements for general earthwork, undercutting excavation and backfill for unstable subgrades for City Streets including excavation, compacted earth fill, flowable fill, and trench backfill. The design civil engineer may refer to this specification directly in the contact documents. 1,41.2 11011ties Unusual problems with caving soils or collapsing materials were not noted at the boring locations. Care should be taken that utility cuts are not left open for extended periods, and that the cuts are properly backfilled. Backfilling should be accomplished with properly compacted impermeable soils, rather than granular materials in accordance with the City of Fort Worth Pavement Design Manual, 2012 Edition. Trench excavation should be sloped or braced in the interest of safety. Attention is drawn to OSHA Safety and Health Standards (29CFR 1926/1910). 11.3 Erosion and Sediment Control All disturbed areas should be protected from erosion and sedimentation during construction, and all permanent slopes and other areas subject to erosion or sedimentation should be provided with permanent erosion and sediment control facilities. All applicable ordinances and codes regarding erosion and sediment control should be followed. Project No. 18202 -- Page 21 - 2018 Bond Street Reconstruction GLOBE Engineers, Inc. 12.0 RECOMMENDED SPECIFICATIONs FOR CONTROLLED EARTHWORK PLACEMENT 12.1 Site Preparation: Preparation of the site for construction should include removing and disposing all vegetation and foreign materials such as concrete, asphalt, timber, logs, trees, grass, roots, etc. 12.2 Clearing Area to be Filled. In areas where fills are desired, the stripped surface shall be scarified to a depth of at least 6 inches for uniform compaction. All trees, stumps, brush, roots, vegetation, rubbish, and any other undesirable matter should be properly removed and disposed of. The scarified surface shall be free from large lumps and uneven surfaces. 12.3 Compacting Area to be Filled. After clearing and scarifying the area to be filled, the subgrade soils shall be compacted mechanically to at least 95 percent of standard Proctor maximum dry density (ASTM D-698) and at a moisture content within optimum and five (5) percent above the optimum moisture for clayey soils or within -3 to +3 percentage points of the material's optimum moisture for sands and clayey sand. 12.4 Fill Material: Materials to be used for fill should be approved by the geotechnical engineer. On -site soil and/or rock can be used as random fill, provided that such material is free from vegetation and other deleterious substances. No fill material shall contain rocks or lumps having a diameter larger than 6 inches. 12.5 Depth and Mixing of Fill Layers: The fill materials shall be placed in level, uniform layers. Each layer shall be thoroughly blade mixed during spreading to insure uniform compaction. These materials shall be placed in eight (8) inch loose lifts with compacted thickness not to exceed 6 inches per lift. The compacted field density and in -situ moisture content shall conform to that specified for random fill. 12.6 Rock There shall be no rock incorporated within the fill that exceed six (6) inches in its greatest dimension, and no large rocks will be permitted within twelve (12) inches of the finished subgrade. 12.7 Compaction of Fill Laver: Compaction equipment shall be capable of compacting all fill soils to the specified density. Compaction of all fill shall be accomplished with the material at the specified moisture content. Each fill layer shall be compacted uniformly with sufficient effort to achieve the specified minimum degree of compaction. Project No. 18202 -- Page 22 2018 Bond Street Reconstruction GLOBE Engineers, Inc. 12.8 Amount of Compaction: After each fill layer has been placed, mixed, and spread evenly, it shall be thoroughly compacted to the specified density. All slight -to -moderately expansive materials (soils with a plasticity index, PI, below 25 and limestone) shall be compacted to at least 95 percent of standard Proctor maximum dry density (ASTM D- 698). Expansive soils (soils with plasticity index equal to or greater than 25) shall be compacted to at least 95, but not exceeding 100 percent of Standard Proctor . 12.9 Moisture Content. All fill material shall be compacted at the appropriate moisture content as defined for the particular soil or rock type. The compacted moisture content of all soils shall be within the range of optimum to five (5) percentage points above for clayey material's and within plus or minus three (3) percent of optimum for sands and clayey sands materials as defined by ASTM D-698. The compacted moisture content of limestone or other rock -like materials is not considered crucial, provided that the proper degree of compaction is attained. 12.10 Field Density: Field density tests of fill and/or backfill shall be controlled by an Engineering Testing Laboratory. Density tests shall be taken in the compacted material below the disturbed surface. When these tests indicate that the density of any layer of fill is below the required density, the particular soil or rock layer shall be reworked until the proper density and/or moisture content is achieved. Field density tests shall be performed at a rate of at least 1 test per lift per each 500 cubic yards of material placed. 12.11 Slope Control. Embankment slopes should not exceed a ratio of three (3) horizontal to one (1) vertical for either fill or cut slopes. In areas where cut or fill slopes exceed 3 feet in depth/height, a detailed slope stability analysis is recommended. For slopes less than or equal to 3 ft in height, a slope ratio of three (horizontal) to one (vertical) shall not be exceeded. Any slope, existing or proposed, exceeding three (3) feet in height should incorporate stabilization methods to include erosion control, embankment stabilization and other slope control measures as required by slope control specialist. 12.12 Supervision: Supervision by the Geotechnical Engineer shall be of such continuity during the grading operations that he/she can adequately describe the work done and evaluate that work in comparison with the specifications. Actual supervision shall be by the Contractor's Supervisor. 12.13 Reports: The Geotechnical Engineer shall send one copy of each test, inspection, or evaluation report to the Owner, Engineer, and Contractor. Project No. 18202 - Page 23 2018 Bond street Reconstruction ;i GLOBE Engineers, Inc. 13.0 STREET RECONSTRUCTION MAINTENANCE RECOMMENDATIONS We believe the heave and distress observed in the most pavements structures are caused by the wetting of the underlying expansive subgrade. Infiltration of moisture, through cracks in the pavement, irrigation and surface runoff from landscaping and thermal condensation can cause distress in the Street Reconstruction. The following recommendations can be helpful in maintaining a sound Street Reconstruction: 1) PATCH AND REPAIR- Pavement repairs are to be made as rapidly as is consistent with high quality workmanship and materials. Remove and replace badly damaged or deteriorated sections of concrete pavement. Use of fast setting concrete and similar techniques is encouraged insofar as possible without sacrifice of the quality of the repair. For sections of the street that severe damage is present, we recommend removing and replacing that section of street. 2) CRACK SEALING- Crack Sealing is a localized treatment method used to prevent water and debris from entering a crack thus preventing premature pavement failures, deterioration and potholes. Existing cracks need to be sealed as soon as they are formed to prevent moisture intrusion into the pavement. Crack "sealing" is the placement of a rubberized sealant in the crack that will provide a protective coating and seal out water. 3) SUBSURFACE DRAINAGE- Excess water ponding on or beside street may cause an unacceptable heave to the Street Reconstruction. To reduce this potential heave, good surface drainage should be established to minimize saturation of soil adjacent to the Street Reconstruction. Water is a fundamental factor in most problems associated with pavement performance and is responsible directly or indirectly for many of the distresses found in pavement systems. One of the most prevalent sources of pavement distress is the loss of support to the Street Reconstruction caused by removal of underlying fine- grained material by pumping. The infiltration of water through the pavement causes saturation of the base and subbase. When traffic loads are applied, pumping occurs unless these pavement systems are very porous and able to quickly remove the water from the system. Repeated cycles lead to loss of support for the Street Reconstruction with deflection and cracking. Drainage systems consist of two major classifications: surface or subsurface. When both types are required for efficient maintenance and protection of the pavement, it is generally a good practice for each system to function Project No. 18202 - Page 24 -- 2018 Bond Street Reconstruction F �i GLOBE Engineers, Inc. independently. Subsurface drainage is provided to: intercept, collect, and remove any ground water from the subgrade or base. In order to remove surface infiltration water from beneath roadway pavement, installation of edge drain is recommended. We recommend a sound drainage system to be installed to move the water away from the street pavement area. 4) ROOT BARRIER- We recommend installing root barriers approximately 4-6 feet deep to limit the spread of a tree's root. In clay soil, root barriers are used to prevent soil shrinkage near pavement foundations when roots take too much moisture from the soil. Soil shrinkage causes settling and can damage foundations. Root barriers are also used to prevent tree roots from damaging street Street Reconstructions. 6) All work must be done in accordance with the safety requirements of the State and OSHA. Project No. 18202 - Page 25 - 2018 Bond Street Reconstruction GLOBE Engineers, Inc. 14.0 UmITATIONS The conclusions and recommendations given in this report are based on the analysis of the data collected for this project. Additive conclusions or recommendations made from this data by others are their responsibility. Our study is based on the data obtained from soil borings made at the locations shown on boring plan. The nature and extent of variations between borings may become evident during construction. We should be requested to observe exposed conditions. After making these observations, and noting the engineering significance of variations, we will advise you of any changes in recommendations believed appropriate. To the fullest extent permitted by law, and not withstanding any other provision of this Agreement, the total liability, in the aggregate, of the Consultant and the Consultant's officers, directors, partners, employees and sub consultants, and any of them, to the Client and anyone claiming by or through the Client, for any and all claims, losses, costs or damages, including attorneys' fees and costs and expert -witness fees and costs of any nature whatsoever or claims expenses resulting from or in any way related to the Project or the Agreement from any cause or causes shall not exceed the total compensation received by the Consultant under this Agreement. It is intended that this limitation apply to any and all liability or cause of action however alleged or arising, unless otherwise prohibited by law. This investigation was conducted in accordance with generally accepted engineering practice. No warranty, expressed or implied, is intended. Boring and laboratory data presented were developed solely for the preparation of this report. We are not responsible for interpretation or use of this data for purposes beyond the stated scope of this report. Project No. 18202 - Page 26 -- 2018 Bond Street Reconstruction { GLOBE Engineers, Inc. NORTH .,. wyr Lbb -i ..w set..ga rrT.S• .,. I Fey 1hK" R...DI t�� �F..�r. i Yr� 1rr L1. �r awl �w wi p�� -• TITLE: MAP / BORING LOCATIONS- B I/B2 PREPARED BY: FS I REVISIONS: CLIENT: DAL -TECH Engineering, Inc. �' r rrm 0 =3m w rma miry WON Arm Lw ca-mYm ft� r y 7 LOCATION: PROJECT NO: 2018 Bond Street Reconstruction, Fort 18202 Worth, TX SCALE: NTS DATE:3/1J18 FIGURE-2 Project No. 18202 -" Page 27 -- 2018 Bond Street Reconstruction GLOBE Engineers, Inc. i � i al iTnnC.a-Cyr6M 7117mF1FTwo 14 ,1 Ri'w* 4M Ce7f ii74 'r�a4t��� �:' ash ra�rrei*f uyw x7a#q Mrpm* +* yw If." dxM M # aE`LR Q-T A70 4"4 TITLE: LOCATION: PROJECT NO: MAP/BORING LOCATIONS-1331g41g5 2018 Bond Street Reconstruction, Fart 18202 Worth, TX PREPARED BY: FS REVISIONS: SCALE: NTS DATE: 311118 CLIENT: DAL -TECH Engineering, Inc. FIGURE-2 Project No. 18202 Page 28 2018 Bond Street Reconstruction GLOBE Engineers, Inc. APP DIX'A. Boring Logs Free Swell Test Results Key to Soil Classifications and Symbols Soluble Sulfate Determination Pavement Computer Modeling Fort Worth Average Anneal Precipitation Project No. 18202 - Page 29 - 2018 Bond Street Reconstruction Globe Engineers, Inc. Geotechnical, Environmental, Materials Testing LOG OF BORING Project: 2018 Bond Street Reconstructiom City Project No.101121 Project No: 18202 Fort Worth, Tarrant County, TX Date of Boring: 3/1/2018 Boring Number: B-1 (Mesa Verde TrI) Authorization: 18202P Location: See Boring Plan Drillers: GM Enterprises Dry Auger: 0 to 10 Feet F w U- Fm a uJi CLLU g F- u- p m STRATUM DESCRIPTION 0 z FF- o LL U } z Lu d zi a W Z } a (L (a z 4 W Lu Z�; z w az SHEAR STRENGTH W 2 F- Y W Owo} a a H p� F z x o W Z zWLL7 Ca z O F D 0 v) 7. 6" Existing Cocnrete Pavement SILTY CLAY- Dark Brown CL 27 -- 48 19 29 84 1.0 — CLAY- Dark Brawn, Tan, Calcareous CH 2.3 10 27 98 1 67 23 1 44 81 2.3 2.8 1.3 SILTY CLAY, Light Tannish Brown, Dark 0 oOrange, Calcareous Nodule o o o . CL Bottom at 10 feet 1) Water seepage was not encountered during drilling. 2) Borehole was dry at completion and at End of Day. 20 105 44 19 25 94 2.3 1.1 4601 Langland Rd., Suite 104, Dallas, TX 752441 Phone: (972) 713-30301 Fax: (972) 713-3029 7524 Sand Street, Fort Worth, TX 761181 Office: 817-2845151 1 Fax: 817-284-5154 Globe Engineers,, Inc® Geotechnical, Environmental, Materials Vesting LOG OF BORING Project: 2018 Bond Street Reconstructiom City Project No. 101121 Project No: 18202 Fort Worth, Tarrant County, TX Date of Boring: 311I2018 Boring Number: B-2 (7233 Mesa Verde TrI Authorization: 18202P Location: See Baring Plan Drillers: GM Enterprises Dry Auger: 0 to 10 Feet F w F am < a w co STRATUM DESCRIPTION 0 F o F u EL Z3 p a H g z N (7 N W F W U a z SHEAR STRENGTH W Y W N owzowW a a V 0 j co Z d p z U m _ _ _ _ 5 4" Existing Concrete Pavement CLAY, Reddish Brown and Tan, Shaley with Calcareous Nodules CH Bottom at 10 feet VF 1) Water seepage was not encountered during drilling. 2) Borehole was dry at completion and at End of Day. 1.5 22 102 60 22 38 99 2.3 1.4 _ _I 10 2.3 22 103 57 21 36 98 2.3 2.7 2.3 4601 Langland Rd., Suite 104, Dallas, TX 75244 / Phone: (972) 713-3030 / Fax: (972) 713-3029 7524 Sand Street, Fort worth, TX 761181 Office: 817-284-5151 / Fax: 817-284-5154 Globe Engineers, Inc.. Geotechnical, Environmental, Materials Testing LOG OF BORING Project: 2018 Bond Street Reconstructiom City Project No. 101121 Project No: 18202 Fort Worth, Tarrant County, TX Date of Boring: 3/1/2018 Boring Number: B-3 (Glen Eden Dr/Rosita St) Authorization: 18202P Location: See Boring Plan Drillers: GM Enterprises Dry Auger: 0 to 10 Feet x w ❑ O J a F O OL IU.L U) J m STRATUM DESCRIPTION 0 Z � o 0. F ¢ tt U z w C1 2 ❑ Z)Q 5 F N g a W z F g" a a 0 Z ¢ w F w Q Q N w o (L Z SHEAR STRENGTH w a w LL ow�zol- (L a F ❑ Z 0 x Z Q Z w ❑ U rn 5 8.5" Existing Concrete Pavement, SANDY CLAY, Dark Tannish Brown CL 24 -- 35 18 17 43 2.3 -- CLAY- Tan and Gray, Unpacked Soil with Gravel CH Bottom at 10 feet 1) Water seepage was encountered at 4' during drilling. 2) Water Level was at 8' 6" at completion and at End of Day. 26 94 54 21 33 86 0.3 0.5 10 i 1.0 2.3 2.3 4601 Langland Rd., Suite 104, Dallas, TX 752441 Phone: (972) 713-30301 Fax: (972) 713-3029 7524 Sand Street, Fort Worth, TX 761181 Office: 817-284-5151 1 Fax: 817-284-5154 Globe Engineers, Inc® Geotechnical, Environmental, Materials Testing LOG OF BORING Project: 2018 Bond Street Reconstructiom City Project No. 101121 Project No: 18202 Fort Worth, Tarrant County, TX Date of Boring: 311l2018 Boring Number: B-4 (4021 ROslta St) Authorization: 18202P Location: See Boring Plan Drillers: GM Enterprises Dry Auger: 0 to 10 Feet w : EL w ❑ m L } bus U LLO a d YL ¢ O0 m STRATUM DESCRIPTION 0 Z Z o W F ¢ c�iy q } ❑ ❑_ 7 C7 F- IU-- 4J a W Z fU-- aJ a-°� U Z Q j a rw W o V N o a Z SHEAR STRENGTH W o w of Y W a U Z aa w u� ❑ z u Z a Z d W U g a D0(0 _ _ _ 5 6" Existing Concrete Pavement CLAY, Tan and Gray, Shaley, Unpacked Soil, Lots of Water CH Bottom at 10 feet 1) Water seepage was encountered at 6' during drilling. 2) Water Level was at 6' atcompletion and at End of Day. 2.3 32 89 61 23 38 71 0.3 0.2 10 0.5 32 -- 58 22 36 90 0.5 -- 0.5 4601 Langland Rd., Suite 104, Dallas, TX 752441 Phone: (972) 713-3030 / Fax: (972) 713-3029 7524 Sand Street, Fort Worth, TX 761181 Office: 817-284-5151 1 Fax: 817-284-5154 Globe Engineers® Inc. Geotechnical, Environmental, Materials Testing LOG OF BORING Project: 2018 Bond Street Reconstructiom City Project No. 101121 Project No: 18202 Fort Worth, Tarrant County, TX Date of Boring: 3/1/2018 Boring Number: B-5 (7429 Creekfall Dr) Authorization: 18202P Location: See Boring Plan Drillers: GM Enterprises Dry Auger: 0 to 10 Feet W y o o Co r ~ O W cai� 4 O ran m STRATUM DESCRIPTION 0 F ~ o Fw., U FO o o a H U] a X Z N a a Z Q LU F w Lu g 0 N a_ Elf z SHEAR STRENGTH Lu W 2 �' 'S W LL a a ❑ Z CO Z a Z p Lu z 0 r D L) Co 5 9" Existing Ashphalt, No Base CLAY- Brown with Lime Pebbles CH 31 84 71 24 47 91 0.8 0.6 1.3 10 29 90 71 24 47 91 1.5 1.1 2.0 SILTY CLAY- Tan and Gray, Shaley, With Lime Pebbles CL Bottom at 10 feet 1) Water seepage was not encountered during drilling. 2) Borehole was dry at completion and at End of Day. 19 108 41 19 22 90 2.0 2.1 4601 Langland Rd., Suite 104, Dallas, TX 752441 Phone: (972) 713-3030 / Fax: (972) 7133029 7524 Sand Street, Fort Worth, TX 761181 Office: 817-284-5151 1 Fax: 817-284-5154 Globe Engineers® Inc. Ge®technical, Environmental, Materials Testing RESULTS OF FREE SWELL TESTS 2018 Bond Street Reconstructiom City Project No. 101121 Fort Worth, TX Report No.18202 Boring Number B-1 B-2 B-4 B-5 Depth(ft) 0-2 2-4 6-8 8-10 Initial Moisture Content (%) 27 22 32 19 Final Moisture Content % 34 29 33 19 Surcharge Pressure psf 125 375 875 1125 Percent Free Swell (%) 0.4 7.5 0.5 0.7 Liquid Limit 48 60 58 41 Plastic Limit 19 22 22 19 Plasticity Index 29 38 36 22 4601 Langland Rd., Suite 104, Dallas, TX 75244 / Phone: (972) 713-3030 / Fax: (972) 713-3029 7524 Sand Street, Fort Worth, TX 76118 / Office: 817-284-5151 / Fax: 817-284-5154 4*01 GLOBE Engineers, Inc® KEY TO SOIL SYMBOLS AND CLASSIFICATION! a �-I1. k3l 91 C 1 c K �3Y'M3 C.l.v RELATP)E: Q,FEN SITY OF C OHESIONLESS OILS (blDwrM GCHk�Uri PaL--tf4-SAY VERYto:XwE IZ TO w IC-'i Law P6t-tctj ;�4-A'I MEDIUM • ` :7 37i I3 '1 t-LAYL� UMV CENr� ','ERY QE14c* 3' TO 50 OVER so iGR[ PwylT, GmSea ZA ND r SHEAF SREN TH OF CHESINE= SOiI_S Ell rOi1 TY 3.�4hID 'CL.9` CL=T LE33 THAN 3] :5 330�r 11.1c T :LED In11AL1, rLr FTAA E_sz TO 1r53 '_nfl 2:3D nFW rD /�i�■ IW4) EPNi K GILT '-IFR'Y WIF< 2_II0 TO 4.0J3 OVER AN LiMi�7aa+41g KAJP-D 3idlLE .' rt+,�IL REl—A I ILL`; JEI[ RPE Q PLASTIC FY 1pil ;;lr►d{33TCi*+E MEDIUM 116 1-0 25 rL w aGP'F ao-f Griow SRA4 L R HIGH rs ve" H H 26 70 35 OVER 3S u� sC�141.94eGGRst��Firi'.'0. 0IGs,I, MLAYEYs3R &, L WA I, �'L7"'F' 6RAk�EL R�=1_ikTIVE: PROP RT]t�N3 foM a k F I1 F IELJ, Ce:V3A1ViO vt_T r' tG E LIT',_,. S rO to 7I 1-4 '-37 } O-4:. 0;: AY fC 4`LA'r e r VIE AND 31 TO 35 35 rn sn `1GL �,AMPI.II ;Y41-DOL.S HARTI LEI Z9 tQE NTI F IC ATICNIDIAMETERti �,;L 5T T-'SE� F?' 0D e3r�='� K-, Cre 1301-O .DER13 !�-OT OR LARGER 177 c-�LFI- BP+G QN •.Z 00 r,3ic=t'ar%5Lv COAF 3E C-RAVEL C{'S` TO 3 v Lfjj fw-r1 7� 41 I 'oteu amWWr e'. .A--L:iF- PWPLE FN= GRAVEL GQLPR51r � 5,11 r-r- TO ? V ZI mmrr T'O 5,� rnm TEXAS C-ONE PEhiE FtATKW MEDIUM CAND F rz 3AO*D Ord mm r7 EA mm 0.I27 mm rO Q w mrn RC6CA' CrIO E:2' ID : ""Pt 31�T COY OnU rnm 4iO tZ3 Yam LES3 T',Ati ELM mm rtoftd atho w-W. TPOR Laboratories Friday, March 09, 2018 Globe Engineers Fay Saremi 17819 Davenport Rd., # 240 Dallas, TX 75252 Tel: (972) 713-3030 Fax: (972) 713-3029 Re: Project Name: FW St. Rehab Project Number: 18202 Project Location: Fort Worth Oxidor received 5 solid sample(s). The analysis performed were as follows: Sample Sample ID Matrix Collected Analysis 18030097-001 B1 Solid 3/512018 10:00 Sulfate, Solid 18030097-002 B2 Solid 3/512018 10:00 Sulfate, Solid 18030097-003 B3 Solid 3/512018 10:00 Sulfate, Solid 18030097-004 B4 Solid 3/512018 10:00 Sulfate, Solid 18030097-005 B5 Solid 315/2018 10:00 Sulfate, Solid Order ID:18030097 Date: 3/9/2018 Page 1 of 7 To the best of my knowledge, all problems/ anomalies, observed by the laboratory as having the potential to affect the quality of the data, have been identified via associated flags and/ or in the case narrative. The analyses and data met requirements of NELAC except where noted. All non-NELAC methods are identified accordingly and all estimated uncertainties of test results are within method or EPA specifications. Respectfully submitted, Charles Brungardt President Oxidor Labnratories, ' l"C • 1825 E. Plano Parkway #160 • Plano, TX 75074 • Tel: (972) +42. 4-6422 • NELAP# T 104704227 F Order ID:18030097 OXIDOR Laboratories x } �7 �y Date: 3/9/2018 � E + Page 2 of 7 a00 Globe Engineers Fay Saremi Analytical Report Project Name: FW St. Rehab Customer Sample ID: B1 Oxidor Sample ID: 18030097-001 Matrix: Solid Sample Received: 3/6/2018 Sample Collected: 3/5/2018 10:00 Parameter MOIL SQL Result Units Date Analyzed Method Analyst Flags General Chemistry Sulfate 1 10.0 379 mg/Kg 03/07/1817:28 9056 W.S. W-1,D-1 Customer Sample ID: 132 Oxidor Sample ID: 18030097-002 Matrix: Solid Sample Received: 3/6/2018 Sample Collected: 3/5/2018 10:00 Parameter MQL SQL Result Units Date Analyzed Method Analyst Flags General Chemistry Sulfate 1 10.0 587 mg/Kg 03/07/18 17:43 9056 W.S. W-1,D-1 Customer Sample ID: B3 Oxidor Sample ID: 18030097-003 Matrix: Solid Sample Received: 3I612018 Sample Collected: 3/5/2018 10:00 Parameter MQL SQL Result Units Date Analyzed Method Analyst Flags General Chemistry Sulfate 1 1.0 23.4 mg/Kg 03/07118 17:59 9056 W.S. W-1 Customer Sample ID: S4 Oxidor Sample ID: 18030097-004 Matrix: Solid Sample Received: 3I612018 Sample Collected: 3/5/2018 10:00 Parameter MOIL SQL Result Units Date Analyzed Method Analyst Flags General Chemistry Sulfate 1 1.0 Customer Sample ID: B5 Oxidor Sample ID: 18030097-005 Sample Received: 3/6/2018 Parameter IIIIQL SQL General Chemistry Sulfate 1 1.0 72.0 mg/Kg 03107/18 18:14 9056 W.S. W-1 Matrix: Solid Sample Collected: 3/5/2018 10:00 Result Units Date Analyzed Method Analyst Flags 19.4 mg/Kg 03/07/18 18:30 9056 W.S. W-1 Oxidor Laboratories, LLC • 1825 E. Plano Parkway #160 • Plano, TX 75074 • Tel: (972) 424-6422 • NELAP# T104704227 *90 0XIDOR .L..tboraxI< Ties tip Globe Engineers Fay Saremi Sample Cross Reference Project Name: FW St. Rehab Customer ID: Lab ID: Test B1 18030097-001 Sulfate, Solid B2 18030097-002 Sulfate, Solid B3 18030097-003 Sulfate, Solid B4 18030097-004 Sulfate, Solid B5 18030097-005 Sulfate, Solid Order ID:18030097 Date: 3/9/2018 Page 3 of 7 Method QCBatchID: 9056 IC_02322_S 9056 ICO2322_S 9056 IC_02322_S 9056 IC 02322 S 9056 IC_02322_S Oxidor Laboratories, L__C • 1825 E. Plena Parkwny #160 • Pluno, TX 75074 • Tel: (972) 424-6422 • NELAP# T104704227 oXIDOR Laboratories Order ID:18030097 Date: 3/9/2018 Page 4 of 7 Globe Engineers Fay Saremi QC Summary Project Name: FW St. Rehab Reference Rec RPD QC Type Parameter Result Value Spike Conc Rec Limits RPD Limits Flags QCSatchlD IC 02322 S Blank Sulfate ND mg/Kg LCS Sulfate 14.6 mg/L 15 mg/L 98% 90-110% LCSD Sulfate 14.6 mg/L 15 mg1L 97% 90-110% 0.1% 0-20% MS Sulfate 15.0 mg/Kg 0.7 mg/Kg 15 mg/Kg 95% 80-120% MSD Sulfate 14.9 rump/Ka 0.7 ma/Ka 15 ma1Ka 95% 80-120% 0.7% 0-20% Oxidor Laboratories, LLC • 1825 E. Plano Parkway #160 • Plano, TX 75074 • Tel: (972) 424-6422 • NELAP# T104704227 ill.-VI1JOR Laboratories Globe Engineers Fay Saremi Case Narrative Project Name: FW St. Rehab D-1 W-1 ppm ppb MQL SDL SQL ND LCS/LCSD MS/MSD RPD Sub Order ID:18030097 Date: 3/9/2018 Page 5 of 7 Elevated reporting limit(s) due to dilution. Dilution resulted from sample matrix interference, high target analyte(s), high non - target analyte(s) or a combination thereof. Result reported on wet weight basis. Parts per million = mg/Kg or mg/L Parts per billion = ug/Kg or ug/L Method quantitation limit Sample detection limit (reflects any laboratory adjustments made to the sample during analysis such as dry weight or dilutions) Sample quantitation limit (reflects any laboratory adjustments made to the sample during analysis such as dry weight or dilution Analyte not detected at or above SQL Laboratory control spike / Laboratory control spike duplicate Matrix spike / Matrix spike duplicate Relative percent difference Analysis performed by subcontract laboratory Refer to QC section and / or Case Narrative Solid samples submitted to the laboratory for analysis by SW-846 Method 8260 should be collected by SW-846 Method 5035. Those samples in which concentrations are less than or equal to 200 ug/kg should be collected in accordance with SW-846 Method 5035, Section 6.2.1. For samples with higher concentrations (> 200 ug/kg), collect samples by SW-846 Method 5035, Section 6.2.2 or 6.2.3. Sample results may not accurately reflect volatile concentrations if collection is not performed according to the referenced methodologies. Solid samples submitted to the laboratory for analysis by TNRCC Method 1005 should be collected in accordance to the methodology. Those samples in which concentrations of C6 to C12 are known to be absent, or fall under the Petroleum Storage Tank (PST) rule, may be collected in bulk sample jars in accordance with TNRCC Method 1005, Revision 3 clarifications. For samples with concentrations of C6 to C12, or where knowledge of the site does not exist, collect samples by TNRCC Method 1005, Section 6.1. Sample results may not accurately reflect TPH concentrations if collection is not performed according to the referenced methodologies. Solid sample results reported on a dry weight basis for all applicable analysis, unless otherwise noted. Dry weight calculations based upon % solids obtained as outlined in EPA method 5035 section 7.5. This report is intended only for the use of Globe Engineers and may contain information that is privileged and confidential. It may not be reproduced in full (or in part) without the expressed written permission of Globe Engineers and Oxidor Laboratories, U.C. Oxidor Laboratories, LLC certifies to the best of its knowledge that all results contained in this report are consistent with the National Environmental Laboratory Accreditation Program, except where otherwise noted. Oxidor Laboratories, LLC • 1.625 E. Piano Oarkway # 160 • I `land, TX 75074 • Tel: (972) 424-6422 • N 1=LAP# T104704227 OXIDOR Laboralor.i c Globe Engineers Fay Saremi Sample Preservation Verification Project Name: FW St. Rehab Receipt temp: 4.9 °C on Ice Receipt method: Client Custody sea] intact: Not Present Customer Sample ID: B1 Oxidor Sample ID: 18030097-001 Collected: 03/05/18 10:00 Bottle Type Count Collection Method Plastic Bag 1 Grab Order ID:18030097 Date: 3/9/2018 Page 6 of 7 All samples 1 labels received intact: Yes Collected By: Fay S. Collector Affiliation: Matrix: Solid Indicated Parts 1 Interval Preservation PH Temp - Customer Sample ID: B2 Collected By: Fay S. Oxidor Sample ID: 18030097-002 Collector Affiliation: Collected: 03/05/18 10:00 Matrix: Solid Indicated Bottle Type Count Collection Method Parts 1 Interval Preservation pH Plastic Bag 1 Grab Temp - Customer Sample ID: B3 Oxidor Sample ID: 18030097-003 Collected: 03/05/18 10:00 Bottle Tyne Plastic Bag Count Collection Method 1 Grab Customer Sample ID: 134 Oxidor Sample ID: 18030097-004 Collected: 03/05/18 10:00 Bottle Type Count Collection Method Plastic Bag 1 Grab Customer Sample ID: B5 Oxidor Sample ID: 18030097-005 Collected: 03/05/18 10:00 Bottle Type Count Collection Method Plastic Bag 1 Grab Collected By: Fay S. Collector Affiliation: Matrix: Solid Indicated Parts 1 Interval Preservation pH Temp - Collected By: Fay S. Collector Affiliation: Matrix: Solid Indicated Parts 1 Interval Preservation pH - Temp - Collected By: Fay S. Collector Affiliation: Matrix: Solid Indicated Parts 1 Interval Preservation 1H Temp - Sample conditions at time of receipt at laboratory verified in part or in whole by: N.F. Oxidor Laboratories, LLC • 1825 E. Plano Parkway #160 • Plano, TX 75074 • Tel: (972) 424-6422 • NELAP# T104704227 49 OXIDOR I -,a boratories Documentation PROJECT DESCRIPTION: FW St. Rehab OXII'OR Laboratories, LLC .1825 East Piano Parkway, #160 Plano, TX 75074-8570 P972-424-6422 F: 972.424.6508 g customerservice@gxidor.com T 'z Order ID:18030097 Date: 3/9/2018 Page 7 of 7 Chain of Custody Record Page _ of _ SendReMn To - - - pmect / deport tnforrrmtlon - Company Name 1-7 1a Circle Requested Tura Around Time (Lela than 2 e verified with lab) 7-10 Days 5-7 Oays („� f Address T�� r 1 � / / r [/y RUSH,M 2 DaYs... Projerd Name 4e W... ASAP City 5 e 2 Ip5?41' `7 Pmlec[ Location' Contact Name r-. _ e �] Pmjecl N ) p.� y �T PO # Contact Email i Co y . / �aR7r Sampler Name Sampler Company � � , Phone Sampler 5ignatur Sand Invoice To (Only If DiRerent Frarn Where Matrix Codes Special Instructions' Company Name L - Liquid 5 - Solid _ W-Wi as A -Air Address Presevallon Codes 1 -None 4 - HCI City Slate Zip 2 - HNO3 5-NaOH 'Please confirm conditional requests Owto addjlidnat analysis Confect Name 3 - H,90r fi -Ice -, Requested-Analysl5 - 7 -Otheother Container Codes Phone Fax P - Plastic G - Glass O - Other _ m o973 3 0 OXIDOR Order ID Customer Sample 10 Sample Info c d ? 9 Date Time -6 00 003 3 - .. - - ----==- ODS" 5--.— �- 7 _ - to - - - ...... .. _.. ... 12 13 .. -. 14 eli istied by Affir.1— Dale I Received by Aftiuetion Dal, Time - limcimehed by Walton a Tme Reeewed by AfrTiation Date Time X eB viood by Allillatim Dale Time Rerciv X CPi Data rime X — 6 To ? Submittal of semoes signifies acceptance of OXI s to a and Condittom. 5rz212dos - Rev- 411 OXIDOR cannot acoePI verhal charges to Shia document. Please fax or email written modificat[ons. Temp at Redept /- f "C Oxidor Uiboratories, LLC • 1825 E. Plano Pari;+,. -: w i� 160 • Plano, TX 1 ?074 • Tel: (9721 .1. 4-6422 • NELAP* T1047OA227 o n PAS Pavement Thickness Design According to 1993 AASHT® Guide for Design of Pavements Structures American Concrete Pavement Association Rigid Design Inputs Project Name: 2018 Bond Street Reconstruction Route: City of Fort Worth Project No. 101121 Location: Mesa Verde Trl, Rosita Street, Creekfall Drive Owner/Agency: Dal -Tech Engineering, Inc. Design Engineer: Rigid Pavement DesignlEvaluation Concrete Thickness 5.81 inches Load Transfer Coefficient 3.00 Total Rigid ESALs 800,000 Modulus of Subgrade Reaction 280 psilin. Reliability 85.00 percent Drainage Coefficient 1.00 Overall Standard Deviation 0.39 Initial Serviceability 4.50 Flexural Strength 620 psi Terminal Serviceability 2.00 Modulus of Elasticity 4,000,000 psi Modulus of Subgrade Reaction (k value) Determination Resilient Modulus of the Subgrade 0.0 Unadjusted Modulus of Subgrade Reaction 1 Depth to Rigid Foundation 0.00 Loss of Support Value (0,1,2,3) 0.0 Modulus of Subgrade Reaction 280 psi/in. Tuesday, March 13, 2018 2:39:22PM Engineer: NATIONAL IAL WEATHER SERVICE 5 *A�; I I � • J .I I . I. � i i I �� i� I � �. ',I I II I � I HOME FORECAST PAST W"THER SAJ4 E7Y INFORMATION FDUCA7rDN NEWS ABOUT Lbcal fDmcEk%1 by News Headlines "Gh. sI" In ZIP sod4 e ZO'IP SI;VV1arn Tralnlna;BaD np r Schedule er i 3cati DFW - Monthly and Annual Precipitation Vdoethor aaw > Fnrl INnr (f laih s TX > dFW- MonNy and MnuEI Pfsopuatlon C urrent J Azarda Curram Cani llians Radar Famcams Myers and Lskkos CUrnala a rrd Past U nftr Locale ProgrArm; mi SEARCH Fort WorthlDallas. TX VJrullwl Flxxn?! 01Nl 2418 D.63 11_$1 2017 4.39 2.33 1.00 3. m 0.10 9.44 4.12 4„24 047 2.12 0.81 4.86 36.62 2016 1.04 2.M 2-87 4,110 6,26 3.130 3.159 4.42 0.96 2.01 3.22 0.60 35.48 2016 3.82 2.99 2-53 5.66 18.96 3.!4 4.52 0,48 2.14 9.K 9,86 3,83 62,81 2b14 0_33 0.r11 1.45 1.74 3.40 3126 0.98 4.34 0.06 2.0P 2.13 1.13 21.32 2013 4.06 1.68 2,27 1. 3.17 2.14 2-M 1.32 2.72 3.13 2.12 2.76 29.40 2012 6.1a 1.613 5.74 4.24 1-86 2 Q2 0.78 3.19 1.76 1 0.2 0,105 1.95 31.26 2611 1.64 0,92 6.07 2.40 7.05 2.04 0.09 0.96 D.ee 3.12 0.66 4.35 25.88 2644 2.76 2.83 3.57 2,63 1_0 2.08 3.13 0.41 9.09 1.16 1.50 2.06 31.7R 2069 6.82 0.72 5. % 4 4 4-36 3-00 2.09 1.64 5.62 5.05 1.76 156 40.39 2U48 0.27 2.30 6.07 3.66 221 1-84 0,181 2.82 0,04 229 4.53 0.27 27 40 N07 5.58 0.43 3.81 2.132 B_34 11-10 5.9# 0,35 4.99 3J'33 1.22 2,34 50.05 Z0106 2.25 3.35 4.40 1.86 1.90 0.34 1.70 0.52 2.60 4.34 2.68 3.33 26, 76 Z005 4.33 1.62 2-17 6.65 3.35 1.14 0.74 07,+16 1,26 0-80 0.02 0,33 18.97 2{1114 3.04 3.B4 1.71 2.98 4.73 1049 4.18 4.2d 1.02 5.72 6.01 0,65 47.57 2003 022 5.07 0.85 1.910 2.53 55-17 0.06 1.85 3-69 0.1 3.15 0,96 24.55 2002 4 N) 0.94 7.39 5.68 6.40 3.11 3.07 1.47 1.38 13-44 0.52 4,13 44.42 2001 2.44 6.17 5.27 0.89 5.5B 1,28 3:85 2.72 3.72 1_97 1.11 3'24 38.14 2000 159 3.30 2,91 4.20 3.17 5.93 T Q_00 0.17 4.$8 6.95 3.57 X20 11390 1-44 0.48 2.84 2.74 6.91 0.w b.77 T 2,30 7-2F 0.31 2.58. 25.59 1990 5.07 3.22 4.45 1.25 2.38 1.75 0.11 0.35 I]_68 5-64 4.93 4.43 34.24 1997 0.33 7.40 221 6 73 '3.92 3.Sq 1.6B 3.13 2.01 5.66 1.01 6.83 + 6-U 1996 0.97 0.36 2.30 214 0.95 3,42 3.85 6.02 1.51 6.56 5_54 0.47 33.14 1994E 2,11 0,44 5li59 6.#3 7.150 2.41 3,45 0.88 1-54 015 10.74 247 35.39 1904 ia43 2.01 1.69 362 Ciao 205 4.58 4.89 1.39 3.IS 6-03 2.42 44_10 1993 1.74 &.76 3.03 3.46 1.75 3.75 0.00 0.76. 3.2B 5.10 1.62 2_54 32.82 1903 3-25 2.40 3.24 2.46 13-M S 23 2.48 2.0 3.25 3.05 3.66 4.26 42.19 1991 2.72 7 00 1.35 3.83 6.97 4.26 199 4.30 4,61 e_32 1.04 9.75 53.6E IS 0 4.54 4.7.2 1919 6-90 7.16 1.89 2.611 2.37 1 12 2.81 3.B1 1.45 45.27 1299 2.56 3.70 3.72 1.00 9.62 8.76 2.01 1.89 2.40 Z,02 0.49 0.33 39.95 19E8 0.85 1.23 2_b3 2-21 2.11 3.23 2.47 0.44 4.04 1 64 2213 2.4B 25.04 1987 1.22 3.w 1.70 0,11 5-96 3-45 1.7.7 0,81 1,38 U-12 4.11 2.90 2725 11}86 T 2.49 1.08 5.30 5.52 3.92 0.41 1 63 4.80 1 Q1 3.25 2,4E 32.45 is" 0.81 2.62 3.70 3.75 2.13 3,78 2.40 0.53 3.35 UM 3.1$ 0.61 30.70 1984 1.07 3.11 4.52 1.41 3.04 2-79 0.43 1_47 0.09 6-50 2.97 6.w nZ9 1983 2.55 I ,Zb 4.38 OJ59 5.63 Z07 1.56 5-u 0.22 4.04 2.22 0.83 31.07 1992 2.33 1.89 1.71 2.71 19.66 4.28 2.73 0-62 0.68 3,313 4.22 2.76 40.75 1991 4.58 1.44 3.39 2-69 6.24 7.85 IV 2-32 2.40 14.18 1.53 0.17 44.K 1980 2.52 0.84 124 2-23 3.41 1.25 0.71 T 6,5+4 1.06 1.23 1.43 22,W 1979 1.36 1.52 6_33 2-03 5.90 1.36 1-94 2-47 8,99 3.30 0.43 2.72 32,42 1978 f _41 3.33 2.66 1.34 8.01 0.77 0.33 1.53 0.93 4,55 2.73 0.78 24-37 19v7 238 1.6e 5.198 4.31 0.93 Q_69 2-20 2.33 1.72 2.96 1.79 0.26 27-19 love 013 0.52 2.29 5.71 6.03 1.40 2.83 4-75 5.02 3,40 D-50 1.99 35.63 167G 3.34 31,72 1.67 3.49 6.88 195 6-06 0.90 0187 T 0,42 1-49 20,10 1074 1.79 1 R1 0.80 2.51 6.00 5.44 0.87 4.19 6.1d 5-0 3.32 1.93 39_183 1213 3.26 1.92 2.28 6.06 3.18 6.98 11,13 0.01 7. % 8." 2.06 11-V 50.82 1972 1.0 0.20 0.10 3,25 2.35 1.50 .0.59 0.31 242 9,89 2.39 0.8E 22-V 1971 0.19 1.22 0.8E 2.78 1.88 4.83 3.f4 6.70 3-24 7.61 1.77 6.93 38-26 GC©4m04 Underground Facilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION —Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION - Contract 3 City Project No. 101121 GC-4m06 Hazardous Environmental Condition at Site THIS PAGE CLEFT INTENTIONALLY BLANK CITY OF PORT WORTH 2018 BOND STREET RECONSTRUCTION —Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCI ]VENTS City Project No. 101121 Revised July 1, 2011 CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 MBE DOCUMENTATION STABILE & WINN, INC. PROJECT: 2013 Bond Street Reconstruction — contract 3 P ROJ E cT#: 101121 BID ®ATE: Jan. 16, 2020 CONTRACTOR UTILIZATION FORM ATTACHMENT1A Page 1 of)k;; FORT WORTH City of Font Worth Minority Business Enterprise MBE Subcontractors/Suppliers Utilization Form OFFEROR COMPANY NAME: Check applicable block to describe Stabile & Winn, Inc. Offeror PROJECT NAME: MfWIDBE 9 NON-MISAfrDUE 2013 Bond Street Deconstruction - Contract 3 Jan. 16, 2020 to DATE 9 Rio 3.03 % PROJECT NUMBER 101121 Identity all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive of bid opening date, will result in the bid being considered non -responsive to bid specifications. The undersigned Offeror agrees to enter into a formal agreement with the MBE firm(s) listed in this utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the bid being considered non -responsive to bid specifications. MBEs listed toward meeting the project goal must be located in the six (6) county marketplace at the time of bid or the business has a Significant Business Presence in the Marketplace. Marketplace is the geographic area of Tarrant, Dallas, Denton, Johnson, Parker, and Wise counties. Prime contractors must identify by tier level of all subcontractors/suppliers. Tier: means the level of subcontracting below the prime contractor/consultant i.e. a direct payment from the prime contractor to a subcontractor is considered V1 tier, a payment by a subcontractor to its supplier is considered 2nd tier. The prime contractor is responsible to provide proof of payment of all tiered subcontractors identified as a MBE and counting those dollars towards meeting the contract committed goal. ALL MBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located within the Marketplace, that have been determined to be a bondafide minority business enterprise by the North Central Texas Regional Certification Agency (NCTRCA) or other certifying agencies that the City may deem appropriate and accepted by the City of Fort Worth. If hauling services are utilized, the Offeror will be given credit as long as the MBE listed owns and operates at least one fully licensed and operational truck to be used on the contract. The MBE may lease trucks from another MBE firm, including MBE owner -operated, and receive full MBE credit. The MBE may lease trucks from non -MBEs, including owner -operated, but will only receive credit for the fees and commissions earned by the MBE as outlined in the lease agreement. Rev. 2/10/15 FORTWOW H ATTACHMENT IA Page 2 of X Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and nort-MBEs. MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTOR/SUPPLIER Company Name T Address i Telephone/Fax Email Contact Person NCTRCA N ° n B E Detail Detail Subcontracting Supplies Work Purchased Dollar Amount M W B e E E Klutz Construction, LLC 1 Inlets $20,000.00 P.O. Box 185 Kennedale, TX 76060 ❑ 817-561-5591 C. Green Scaping, LP 1 Block Sod & $22,418.00 2401 Handley Ederville RD. Fort Worth, TX 76118 Stamped Conc. Paving 817-577-9299 A. Murillo Trucking 1 Trucking $4,000.00 3609 N. Elm Street Hauling Off -Site Fort Worth, TX 76106 ❑ 817-691-2154 Clemons Trucking 1 Trucking $4,000.00 7934 S. Lancaster Road Hauling Off -Site Dallas, TX 75241 ❑ 214-794-1645 R&D Burns Brothers 1 San. Sewer $65,550.00 Construction, Inc. Manhole & P.O. Box 783 Burleson, TX 76097 ❑ ❑ Water Services 817-447-0292 Port Worth 1 Barricades $16,000.00 Lite & Barricade 2809 K Beach Street Ft. Worth, Texas 76111 ❑ ❑ 800-755-5791 Rev. 2110115 Fox_ Two ATTACHMENT IA Page 3 of ✓rt' Offerors are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and nwi-MBEs MBE firms are to be listed first, use additional sheets if necessary. Please note that only certified MBEs will be counted to meet an MBE goal. SUBCONTRACTOR/SUPPLIER NCTRCA N Company Name T n Detail Detail Address Telephone/Fax i ` Subcontracting M W B � Work Supplies Purchased Dollar Amount Email Contact Person E E B E Lhoist 1 Lime Material $39,780.00 P.O. Box 985004 Fort Worth, TX 76185 ❑ 817-806-1623 HJG Trucking 1 Topsoil - Material $4,500.00 701 Denair Only Fort Worth, TX 76111 ❑ 817-834-7181 Barnsco 1 Reinforcement $80,300.00 P.O. Box 541087 Dallas, TX 75354 ❑ 214-352-9091 True -Grit 1 Ready -Mix $313,600.00 12150 Business Hwy 287 Concrete North ❑ ❑ � Fort Worth, TX 76179 Fort Worth Surveying 1 Staking $8,000.00 107 East College Ave Alvarado, TX 76009 El 817-790-5900 Metroplex Pavement 1 Signs $ 900.00 Markings 1001 Kennedy Ln Bldg 6 Saginaw, TX 76131 972-790-2983 Rev. 2110/15 FORT WORTH ATTACHMENT 1A Page zof'K 4& 9 Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority and nun-MDEs. MBE firms are to be listed first, use additional sheets if necessary. If a subcontractor/supplier is identified as an SBE, please attach a copy of the firm's SBE certification if they have not previously registered with the City's M/WBE Office, which may be contacted for verification. Please note that only certified MBEs will be counted to meet an MBE goal. Attach NCTRCA Certificate N ° - SUBCONTRACTOR/SUPPLIER T — n Detail Detail Company Name Address i e M W S Subcontracting M Work Supplies Purchased Dollar Amount Telephone/Fax r B B B B E E E E W.Q.E. Construction Joint Seal $18,000.00 941 B - Avenue N Grand Prairie, TX 75050 El 1 ❑ ❑ 817-284-7401 ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Rev. 5/30/12 FoRTWORTH Total Dollar Amount of MBE Subcontractors/Suppliers i s 50,418.00 Total Dollar Amount of Non -MBE Subcontractors/Suppliers I s 546,630.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS I s 597,048.00 ATTACHMENT 1A Pagee Gof G_ The Offeror will not make additions, deletions, or substitutions to this certified list without the prior approval of the Minority and Women Business Enterprise Office through the submittal of a Request for Approval o ChangelAddition form. Any unjustified change or deletion shall be a material breach of contract and may result in debarment in accord with the procedures outlined in the ordinance. The Offeror shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed MBE goal. If the detail explanation is not submitted, it will affect the final compliance determination. By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed by all subcontractors, including MBE(s) and any special arrangements with MBEs. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The Offeror agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers participating on the contract that will substantiate the actual work performed by the MBE(s) on this contract, by an authorized officer or employee of the City. Any intentional andlor 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 fqf a period of time not less than one (1) year. Vicd President Title Stabile & Winn, Inc. Company Name P.O. Box 79330 Address Saginaw, TX 76179 City/State/Zip Printed Signature Contact Nameffitle (if different) 817-847-2066 / 817-847-2098 Telephone and/or Fax jerry.henderson @ stabilewinn.com E-mail Address Jan. 17, 2020 Date Rev. 2110115 GOOD FAITH EFFORT ATTACHMENT 1 C Page 1 of 4 FoRTWORTH -��----- City of Fort Worth Disadvantaged Business Enterprise DBE Good with Effort Form OFFEROR COMPANY NAME: Check applicable block to describe Stabile & Winn, Inc. Offoror PROJECT NAME: h11/W�l7BE ✓ NON-MM/DBE 2018 Bond Street Reconstruction - Contract 3 ,Jan. 16, 2020BID DATE City's DBE Project Goal: Offeror's DBE Project Commitment: PROJECT NUMBER 9 Rio 3.03 % 101121 If the Offeror did not meet or exceed the DBE subcontracting goal for this project, the Offeror must complete this form. If the Offeror's method of compliance with the DBE goal is based upon demonstration of a "good faith effort", the Offeror will have the burden of correctly and accurately preparing and f submitting the documentation required by the City. Compliance with each item, 1 thru 11 below, shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing misrepresentation the facts or intentional discrimination by the Offeror. T i Failure to complete this form, in its entirety with supporting documentation, and received by the Purchasing Division no later than 2:00 p.m. on the second City business day after bid opening, exclusive I of bid opening date, will result in the bid being considered non -responsive to bid specifications. 1.) Please list each and every subcontracting and/or supplier opportunity for the completion of this project, regardless of whether it is to be provided by a DBE or non -DBE. (DO NOT LIST NAMES OF FIRMS). On all projects, the Offeror must list each subcontracting and or supplier opportunity regardless of tier. (Use additional sheets, if necessary) List of Subcontracting Opportunities List of Supplier Opportunities Utility Work (Water, Sewer) Ready -Mix Concrete Inlets Topsoil Stamped Conc. Paving Rebar Block Sod Lime Material Street Signs Barricades Rev. 2/10/16 ATTACHMENT IC Page 2 of 4 2.) Obtain a current (not more than two (2) months old from the bid open date) list of DBE subcontractors and/or suppliers from the City's MMBE Office. X Yes No Date of Listing 12 1 1s /2019 3.) Did you solicit bids from DBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are opened? 1` ialLs--t�0 br-c. '-a 4 2_011c� X Yes (If yes, attach DBE mail listing to include name of firm and address and a dated copy of letter mailed.) No 4.) Did you solicit bids from DBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are opened? Yes (If yes, attach list to include name of DBE firm, person contacted, phone number and date and time of contact.) X No 5.) Did you solicit bids from DBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by facsimile (fax), exclusive of the day the bids are opened? Yes (If yes, attach list to include name of DBE firm, fax number and date and time of contact. In addition, if the fax is returned as undeliverable, then that "undeliverable confirmation" received must be printed directly from the facsimile for proper documentation. Failure to submit confirmation and/or "undeliverable confirmation" documentation may render the GFE non -responsive.) X No 6.) Did you solicit bids from DBE firms, within the subcontracting and/or supplier areas previously listed, at least ten calendar days prior to bid opening by email, exclusive of the day the bids are opened? X Yes (If yes, attach email confirmation to include name of DBE firm, date and time. In addition, if an email is returned as undeliverable, then that "undeliverable message" receipt must be printed directly from the email system for proper documentation. Failure to submit confirmation and/or "undeliverable message" documentation may render the GFE non -responsive.) No NOTE: The four methods identified above are acceptable for soliciting bids, and each selected method must be applied to the applicable contract. The Offeror must document that either at least two attempts were made using two of the four methods or that at least one successful contact was made using one of the four methods in order to deemed responsive to the Good Faith Effort requirement. NOTE: The Offeror must contact the entire DBE list specific to each subcontracting and supplier ooDortunity to be in compliance with questions 3 thru 6. 7.) Did you provide plans and specifications to potential DBEs? X Yes No 8.) Did you provide the information regarding the location of plans and specifications in order to assist the DBEs? X Yes No Rev. 2110115 ATTACHMENT 1C Page 3 of 4 9.) Did you prepare a quotation for the DBEs to bid on goods/services specific to their skill set? X Yes (If yes, attach all copies of quotations.) No 10.) Was the contact information on any of the listings not valid? X Yes (If yes, attach the information that was not valid in order for the Mf BE Office to address the corrections needed.) No 11.)Submit documentation if DBE quotes were rejected. The documentation submitted should be in the forms of an affidavit, include a detailed explanation of why the DBE was rejected and any supporting documentation the Offeror wishes to be considered by the City. In the event of a bona fide dispute concerning quotes, the Offeror will provide for confidential in -camera access to an inspection of any relevant documentation by City personnel. (please use additional sheets, if necessar , and attach. Company Name Telephone Contact Person Scope of Work Reason for Rejection NONE ADDITIONAL INFORMATION: Please provide additional information you feel will further explain your good and honest efforts to obtain DBE participation on this project. The Offeror further agrees to provide, directly to the City upon request, complete and accurate information regarding actual work performed on this contract, the payment thereof and any proposed changes to the original arrangements submitted with this bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company that will substantiate the actual work performed on this contract, by an authorized officer or employee of the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State or Local laws concerning false statements. Any failure to comply with this ordinance shall create a material breach of contract and may result in a determination of an irresponsible Offeror and debarment from participating in City work for a period of time not less than one (1) year. Rev. 2110115 ATTACHMENT 1C Page 4 of 4 The undersigned certifies that the information provided and the DBE(s) listed was/were contacted in good faith. It is understood that any DBE(s) listed in Attachment 1C will be contacted and the r sons for not using them will be verified by the City's IUMBE Office ri Sig ure Printed Signature Vice President Title Stabile & Winn, Inc. Company Name P.O. Box 79380 Address Saginaw, TX 76179 City]State/Zip Contact Name and Title (if different) 81 7-847-2086 817-847-2098 Phone Number Fax Number jerry.henderson @stabilewinn.com Email Address Jan. 17, 2020 Date Rev. 2/10115 CONTACT LISTING ii V1 F U t m 0 0 u a LL c o a ro @j d O 0 N 0. v N h o n~ EO 1 00 4 0 n rn n rn N o ot64Atadl Dao C, s as N N m LO1a a V V m n u 3 V CD V bL�i N w O a o w m a m ern Lam❑ 'i aH'� a m N n co LD W G co u1 r'/1 LO Ol 00 ri m o v m n m rn Ln t0 N Ol � h V7 m l0 N ❑1 H to N N M Itl n M 00 ri 00 to N 0 rj O .N1 It N O W Ln m m to W 7 to t!1 Ln X X X X X J ICI X X H R � ur n 5 O ai Y � c v Q VI 0 -d Q v U❑ o oD s a c o 'r 0 u 4-- nu' p o C X N c V N tf1 w w O 1 m 0 h Ln LLJ 4 ❑ Ln co N O N Ln O N m Q .- --r a E u c m Q V N y m G A C CA 0 m ca Ln La m o LA m 111 Ln al Ln al n n lD ri ri + txl W o co ra m V V to La a N m N H H H V1 tD 1D lD X X X X 0 M W -0 ? C1 > al y � J 00 rn w ¢ y O V to LO 00 00 it in ro m, N 0 E E E a E E c 0 0 a E u ❑ 0 ° E 0 � 2 a c c°i a o= a E a ell. c u M o ''° !' E °o -& a E u o m E Es°i a` [gj - o t E E v s E u E p$ E u 7 u o- 0 E a T O .m @F o o i @J /7��' coi_ ° @1 E o @! 0 u m L1 :n 0 m X r�0 L C V Y J? +--f D_ N m P E p m C m �i. al V O @} c _' �' ;dj ' nEii P n t a✓ u � " @ 1O , V Oo = , @ @� w cM i c Y o m @i @� E a R N @j Y s E i? % N Q E p 10 eO ° u +, 'c ". O .� �O lgJ c 'ea m a (dJ o H :m, m 3 m w to 2 5 Nm ? m �°-° +� m m `m i E w w @1 @1 a *M+ m `v c as (aJ Y m c by Eavc is o Lj 12 d@�h irs X o v a m u m o �j m m O C V m O = = E a+ C O fJ F IF r:s ins F ,L7 g tl . L1 -O luf�l �a i rm{ k: .� - C7 co to o LLD rl N m o, Ln cn-t 0o m n N LD W Cl oa n°i rmn o r 7 m to o rn o rn m a rn . °� L❑ kD w N a fJ V h. O M o srl M to o .-I h m ul rl .-1 M mra m c co m ko uo l: to fi v oc w m N O n h n V L M m N --4 tL ID O V LD V O 0c tD N [❑ O In M N N Vl N N W N � ID Ql N N Vl M W V n O L❑ a n w m n n v N cF n V N n n Ou a) n -1 N t❑ rl H La 10 H H H :\ H H H h H H c0 H H W h M N 00 V m m N al N 00 N at 20 m e>o '0 00 WI O O O N w .w.y w h lrryl h w I❑ O m.4 p H m V w w Ln N j n n n h O tO r, 'I N- r Irr1 m m N N N 0 N h M h ❑1 CY ❑i h w h N" m lO Vm a ti w m m ❑1 m q C lO .-1 al .-1 LO .-1 o LO O h N N Ln m N m w 7 m O m tO O p m o m N 0 tO m "I to Ln rnalca0 n� 1nr,Mr,oItIntotnLflmo Ln ;n00Onku�cc0ko'nJn aNl m lO0 m n N lmO fYt to N N N W W n .2 a31 V! h (31 la ail J1 W V l�0 V N V V .a -I .n-1 '.�� H -4 Iq .ry-I H eI-i r to i� -1 c�-I 'ii .-4 -1-1 n LDD -i �4 En -1-1 -1 11 n 1O .n-I :� .�-I Tn-t � .n-I vn-I N N Ca lb W 00. fJ n 00 N cu ❑1 V 90 OO N W W N ❑1 V N. W W N O1 V W W N oD lb c0 c0 o M M M V VI H n N -1 o 0 M do h LD LT O n I,❑ ID 00 m .--t al h m N LD 00 O h CO V V tD ri O c m It V ❑ l❑ ri m .-1 O o Ln ci to M N m t0 N l4 N ri y h to o -1 N O o o H .-+ ry H o O N o" O o 0 N O H .� N O O Q VI Vl eD tD tD l0 LA tD tD V7 lO vl to rD tD u'1 t9 tD to 1n VI an tD LD -x :fl vl to tD +D Lll LD tD tCl ._ . , X X X X X ?C ?c X X X ?C X X X X X X X X X X X X X ?C X X X X X !c X X X 4a i.-F T = C C elr m L y r L L v CC m-,to cc) `t' t o L- c w C m c 0 4i W o 7 +or +tea 0 0 }o -° D_ .S o vL - }o o v a o 7 n7 7 E!1 hr 7 i E to hB > 7 a �h m c - o c m m a � a n �`r n n � rn n v n n a V W o y lMO 7 *' # v ti X a c o > sn p cr m ti 0 t .. O to J O al n n -6 [0 m Z Q1 v v O L Oa .� w C O ._ - N i Yk y ` "� -° w U _ d ` N v a' O R v U LL Vl N n v O W O v O c +v 77 v v Q a 7~ ~ 7 r° Y C v aC 2. ei 0c 'O C D u m N 3 N Wi Q ort $ m LULo a ai ra Z y r 'r' a>i m o c -` a a m 3 a v v_ 7 N v a rm N m} eL co W v Op = lJ O C L r] v N Q m C'j 'l C G ✓l [ C N X K R G Ul } C W ❑ `� .= ull U O D Y v J m n. ;J F O m u o cL sn V Z U O tri i- V �D 2 Eai to rL Q .-r H 0o Lil ap m LD O N is O to a O N L❑ m 0 Ln sn 2 0 0(9 O P V H al n Lo r� m ri d M 0 N O a O M Ln c-r V +--[ N O O O N N N O N O n N N 0 0 -Xl O N H p r- d c0 p lO ri H 1 N i\ 0o m V J to O to O N Oa w O ri O N I\ to 0 00 ri 00 1n +-e m Ln C V a N .'i n rl r-L .-'1 ,- 1n La m Rl H m m m N n rJ r -1 m N t m N.- F, j O nb1 b al C io 1oR7 odO0 7 C 'v aD "mal "E C oC Ypr vvt pOma., 7 -a 0 yv Lm t U o 0 R cl vao °a(7y n EO o-ErE u �a N a-c O v o o}CC L vuo awN omE `v clu O O m v m Cv a u 9 m-m �- m of fO o ra x U a h 1- n r-- n n n M M Cl)m m m n N N N N N N N U Li u fl c 1 a mc u Q- ° v c o E c t � a v 0 m n3 w E w CL v c U u �p w Cy 0 -O QO Vi v Y C J J tJ ❑ a 41 c Y J U c m C ` �' ` a Ca l7 F ti . F n u J n c o m c E a v F- E uJJ Y c U c u o 0 0 c o L co u. o u Oii aL c o 17 u ab 0a u u c u ii L J acL C -44 -E ?C oa u? tv a u U o a :2I:F tc Y-' c m O 5h N J" U L' y C C 7 = t ` O J O cxi 7 o VI C ❑ ha G �G I-- C ❑ ` O O U J {.r +Y-� CO !J ❑. V F o' n V F v0 ❑ N E, C u U O U X A u c ¢ iOcc a 4 u a a2 ¢a a421 -wd U co N_ap oR fo]' '^ LmR xuc Oa . cfFai �3" ❑ pw F O=3 m F-- O >c c t oNcu oQ bfr wN `Um U el O v 0� lu r YmEo cc .Z o o- v� CL ic cc rta o 0 0 0 0 0 o a o 0 0 0 o a o a o O O a o o a o p o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o d m m N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N ei (�pry 0)ar a> T h ti N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N t}i Y F- 1- h n n v v v v v v v v v v v v v v v v v v v v v v v v v v v v v V V' V .. F� �.ry n m Fry 0 (9 [r} [r} 00 c0 00 OD co CD OD co 00 OD 00 00 OD 00 wcu m m w m w w 00 90 e0 co co 00 CO CO W CO m m i M M M CV N N N N It V V' d' It V It V' V V It V It 'V' It 'V V a v V 7 V a V 7 V V' V v V' 's tr a M N O V m Ln W n 1� N N H d0 N. N LD f O m 0 a N 71 fp,� co W n N N V 'n M C N V N h crI r W r . N v W N E c O oQ. n u N � C -C Vper,, C E � U C N o m c 3 E R[ Y E .o N W [r LO La � rlt O N Op 14 N N N m h h n lD . O h i N m N h m N N . r, ri m r-( N N Q " ri Ln (D cO ul cD co cD x x x xi x x x x x F s 0(D Q0o 0 0 C) m 0 0 m 0 0 0 E x I� , 0 E a e ui C O o M 0 v y4 U d/ V C LL 0 Q 0 c s cr u cc c& 0 kL r m m m0 m 0 W M FI N U n h O N Cl) O US � n w DD V W co N Go o N 0 N M v m r m OO V W N N h h n F W W 10 co W E E E $ U O $ o al E o$ E E m m$ U U o- U 3 E E rn u9i E E Eo o E c o E E '� o 0 0 �} $$ ci c $$ m c0i V _ X Cl m C V N .0 U O .0 C to U Vl N N U N ui Ud U —' o adf � pE 0) a � rn E G c'�a }. 5 E o N N T$ O D ?, N T NI O U •y 4D Y O C V C N m r pp`` c 0 m N E@) O D (D.q '�`�- N G C O V N N a df M N U d) O W E c Q C W m d7i a `m X (D E m E E E N N $ o $ E v E 0 o f M o E a E a� (i 0 m ci G E E "v" _U a E@i@ Oc U" c rn� C d] N ' ti O 3 O] 4 P E N O N +rn' (4 CD 0 m o W@ m o$ E 8@j (D y U 0 N E!l H .T C N N c(7 Lo n w co O W m N W to Y M OI w o "I' m w W o Wm w N co cn M n � m m O m m W w m u) m N W N r � m W V' O m r (!I O M O W O h M O cD W J m cD m m m W cD r m (] W w O r r n M M M O O f� M V W V' r co (V Lo w y W �L1 N LL7 (h n N N N W N m W m m W m 4� IfJ N N N N Lo M V1 w h r o M O m n r (p m M co o N W N 7 V N N N f1 V N N N 1� w 'V' -D n N iD O N N co N 0 n r m n m OD (v n r r n n n r w r Cl r n m W c4 m m m c v m rn w o W o n n w m m W n w m m cn w cn M N cn w cn t N o to m w w n m m o o 0 a`�0D v w m o �' N m m m v uOr (w0 m n P 0 ai N o 0 0 I- v m co n W M co M (rl r W� V r M N Lo n N M cam'/ h c I M 0 (MD ur N W w cOo N N dw0 N can 0 rn rn 0 rn W v n z- n n m WfD (D m N m m n r n r o n 'tl' N m N m m m W w W m W N m m m W m N n W m No (MD u N `D N `D o" m m m N~ m N N I- N w o N O r N O N O 0 o 0 N �- o'qt M N r r cV 'r O w UJ VJ w (D w W W w'o W �fJ W W W W w (A c,w W h r- n l- n n 11 h n n n n n n n n n n n (D n n rn z z N N L Z N 6/ Ql N Z N 7 C ? O] 0 2 m Q Q❑ Q Q Q Q? o❑❑ J [L U❑ Cr [.L Q V 0 X N V r w D 3 N (n n F ❑ co N 0 N O N ❑s on 7 () cl) 0 Y ro� orn m 0 0 i m� Q v1 o O J n. F U -a A ❑ d`� -0 2` dr o ID O a ❑` CL c q- M a v > m Ea o [� m e �' m o rn °� D ds c(0i LL O c�`ii E O d`di Q cLi c U)a10i b U N m `00 E U X w0) w _ ^ =m ui(no m O O N O LS- N m N n O w 1-- n n 0 4 W O r w Lo N U 1- Cl) r M r In n r r N r LO r d r r (D CO r r m LL n O r m N n N (D n r- n V d N � V' w W w (D m W aj (O d' V cV iD CD C W N_ N r- W N Cl W r W CO u) m O N d O W In m CI 0 0 G7 lD In nn - Ili I10 ;inn co no V I? W If ri V O W � m W V T N N n h W m 0D N m m h m cca C,4 co o m dam' (ND . M N N 6l N W N N R m n N n W 0 v cn O N O r cr r (V 4l I- U] I- n (D r~ Wm n n N F H H H H H F H 4X- a z O N p < o c a g o = U o n c J Q❑ C U ana U ofIL-a Q Q(D W F- (n x m o o 0 p cn JA M F N PD7 Q s Q 9 4 (n T b ? p� W w (n ❑` z r 3� a m N m ddi m Q �i F O W U h N N N (n LL C O J C N O +. co M N 1l. i N x dl Qf ND� 71 N N 2 C Q U QIL m O .¢ . 7 b (1 F¢- Q a DO r Q o co o N m W o m N M w M m N o V c0 c7 N M N O a' p m u7 M m LO m �' �4 1n O m d N to M n N n N 'r o co n IT w i > W k Z N m N ❑ c W c F EO m a�i m e -00 c C) N 1D E v �. 0 .� a c e c N ea D v 0 D N s (o e 0 w m '`� m a a m C7 c E U m cu a W¢ E rnQ ro Y _�4 U `m O m❑ o 0 o c Q m m oe ❑ U F E W c", I m m N= 0 2 a �O [Y E -o ¢ o v YED in N❑ m y a (o v$ O o W O o c '6 m (Cd m v o (a E- -0o CD a a > N 0 m o m ° ¢ ❑-LL�2wVOWu w[u� °Q�Q[iFI W wj LLwW J c OU z J z ci U `o O Ift "o c H C c co U e N u co J$ E O Q_ a C c J N cC6 J (n U J „.( � Of U V $ (n D_ Q C J N � ¢ Q V (6 Z R+�i O U O] C r V ul Cn 0 0 +�' U <_� p U Q L C U O C O :iG U C U C N m UJ c 2 cU-o cE� m- tn IL v d' J w c F m in - N J 0 UI N❑ u 4 '� (1) O Id 0 J (0 O U Z a 0 C N W d a F y er Z z C J of LLJ C noNN Ewo F (a m(ca mm w a A -a Uv C 00o�' xc a-1'O 0 N U 0 0E UO3 Co7 Z) W 0d Q CD C W YoO (.7 Y�¢ Q a m m U U U U O LL LL Y -� Y Z Ci 0_' d' }-- I- 4 d' (D 5; IL W U` M o o I 3 Q Q IF Q Q Q Q ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ 5 ¢ is ❑ Lv W W [L Li W Il O 00 0 0 0 00 O P 4 0 P P p P P P OO o0 0 0 t- � o 0 0 0 �a o 0 0 r- w nI N m M M c"1 r7 i+i i+i m rhi m W do 0o co do 0o m no no ao o m m no do ao m m m do ao ti n n r n r (- M N M M m m m N m M M M m M N M M M M M M C) N co N r F N N N ry N N N N N N N N N N N N N N N N N N N N N N CCC"''1III ��JJ o N 14 `+ o Z E CD CD `o U 2 Q U c m O c t -j o 4 a N W z m (i W F- 2 a � a C f a ¢ c � U E U E uCO $ dI '.. (01 U10 L pp�� ■LY, pJ 7 C di ra- a� aK U 73 u c-c 'v O m sn cC7'm# Q C 3 LIU C o p- W apS U W W LL p[} U +o � -T Vi Q N �iy} Y Q I`J N N m pd W .12 in S(3 (7 M m m M M M v cN7 a `o Nv ai � v'ti ra(.�'oyy o0 f`# N U � O O m O E O c N O w W Co � E f° O N m a m W fn W 7 W m N U] :V r� V r E U Q� aj 71 V C �7 O o 0 3 O C O 0 L X m m O C O .Q m r p m M Lo W m O OD M W co N 0) (V 01 r n (n (v rn v V N 'Q N O O O W �4 W O O m W W[ V W V V i(7 r m m m N N O r m m N r M A c m mN ML('� (n LnNc �D M V lA Lo co d' Lo W W N (A Lo u] A r W W W m r N N rn V n n N r n 4A W A W O r4 N lA V' W W co m W C r W Cl) OD co r M 00 N r 0 n m �h (O Ln r- W nnnh (O W (O W O nnnnr• KXI IXXXXI NXrr> n a F L O O c o c U V d' O lL LL m 00 O OLL ri LL ri u U J � 7 ❑ ❑ a O Y m O c-, c m co c W In U) x ro o v to O N m M r a m K ❑ O � v O r fO ?S v co Lu O 2:, a a c2 N v c rN_ n n O m W C O m W ac o 0 0 r C r a d m C O U E C F E c o u c E pQE TO pvOC n[O O_ p C C ro o LU E E 0 cm� 7n E c0E$ '-0w(D f Q U o E O�cw00 c O 2 L -0 C N Zj 12 NU 4NC O YpU(Nu NTy Ed Y n C ycm a U oE E °U u }, c m � aj N o o arn¢ .E 6 E Z n ETE flm M r n W p KO W W N Lo m N V V' O p Vr M � m N A W M m W U m U] m U A m m r W d' O M N M f0 V] O M W m N m m O .i r O� T W N. m M IT N O O m 4] N O n N *-- O N r-r- Cl) OD co [M r-- Lo m M m Ol O (p m W m (O N n 'd' N W V' m W In m h m m O W Lo Lo (D N Ln N m M N N W rn N W m r, N N 7 r-I 00 n t n N rn m rn N m ani ao ao v oo m m cv oo � ao [�f m rn rn r U A M U Lo M U W U m N m m U W'E (n m W U [r O O O] m r W U o O m W m �' W W W'4 d' m m 0 00 W-q m n m O m m m m N p r (n N N Y U( m m N Lo m to (n 1n 'Itm N m W Lo (A O - It O N N m M W (7 rn N rn [» N W M N A V U U M A r IT N U n N [A U W m W m m m h n W n m N (4 M O Ln t~1 w N rO� n 0 M O m M 0 0 M A uj N LL'] uD N EAl1 (LoO N UA1 w w N t In r- m n N N m h N fT m N N m N 'V N N V N r [A V' n V N n N V h 00 m A r A A r co W co r r A r A r U r r r 01 aN a a N_ W N �_ N W N_ [A W rn N_ W A m m W W W W r W V W W V N m 0 T W U U CY n m r W M Cr O M W m v O r W r N 11') r C7 [n N m W m W r N O N m m n [n N N r r h n m N N N .- - N N -- O m M N N .- N N O .- O N V' N O 0 0 W (n W W W W W W N W (n W W W W W W W m N M (n W p M N W W W W n n n n n n n n n n n n n n n n n n n n n n n W n n n n n n w cp t� cff H m c0.c m N O (n m 0 6 m 0 tf O D fn N N 11pp F M to O N m g C, C L N mm C J N v 3 L7 Om❑ U OLL Z �❑❑❑ JLL❑❑ com❑❑LL LL❑❑ LL❑❑ LL ia m V W F U C) _ O U N LL m U � N V! m O� '7 N O F Z C w -rto m 6 '� .> 5 T> m W m ❑ O m 4 > nW m O av L i4 o m O = m� z m � ❑ (] m a W m W 'o J o J c m Z c� w J d Y D o m p N W a c' L` o U M �. U N Q J K o w o m (o 0N ..f4a [� E x 'a � L Q� (o W r CO C o x cn 'o O O N O m m (n CO o x X O m p W 5 J (p [n E m X 3 N U m co T o a, a Z o 0 (� m m Lo W O „� a 0 Ul o C7 h M O r 0 N N O m m m m z N U W m N r m m m M U U p r N O p W O P Ln O W O m m co m Lo W Lo m N m r 'd O] f� V U r N O O N V O U m 01 (n N m M 0 n N n d N r r r N a a N a rn +- 0_ r r m r m r r A D_ W r N O O N O 67 b O N Z A Q' c o m 7 ri m Q O m Q O_ C U .O N 4 L C m O m N m C L Z lm c ?. LL' a C 'm (ii a m m 2 N U N N Q C N m J O (p E m O 3 o N o o m E m 0 m (n m m E T m m Y m T c c o a E E O} > ?mw >U�a E m o �> E_ = EEo 0 ommco Na Jam a)❑ N om (E°of = (n J H N '� 2' N .._i 3 a¢ m F E a J E "6 r 0 N U Q W CD U N '(D N m a L Q o a fn y L rn c n 0 m m Z E N rn} Q '� n p a O C m H L m O m U o a a O m U .0 U m LL m 5 C m m i L O a C7 W a CJ Q m J O U W U U O W W LL U Q❑ -> Q LL U J LL LL zb 4D c LT e u 'T��77y rL o o U u fO c c c C D J J Ci J C O U U O C a ci .� U ? J a C J G O J N J m i.J O C p '� J U m Dj C tlj c c c U o jC,5a c N�U [rn FU sn 1J r 2 J Ua O 2 J f°N V m w U CF-7 niv'�l UcO 'J iOc� U?O 0 U Q U) W e io N U� "c z ` jmDo UromU J2 ? mJ ZVaJ0 u Q NcN' kr- Fo O Q (O fn "U (i N o W o o J 7 �n — U ai o U m w(0 (D n a Q O N 2 X D V umi s D ut3 o m ? m w (Li m E m U 'S o� i o 0 o m m❑ U Z m a� w cA o ap 4- m m m> O m a 75 r� Q co c rz m Q m w 2 C 'J LL LL -, U U Z a F Q Q¢ m U U U lU IA- ti LL ri C7 z J z 0 F F F � o p o i3 U U U U U 6 ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ Cl A A A A ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ O ❑ ❑ 0 0 0 0 0 0¢ O OO Q Q P p p O 6 6 6 6 OO 8 O 6 OO 6 6 6 6 O O OO 6 6 UO 6 O 6 !7 r n n n r r m m m r r rr r� .-- r r r r r r r r r r r r r r .- .- .-- c-: .- .- .- r r r- r�7 7 7 uNNN �ni;ntti-r=r=r=ti tin�r-nn nnrl nI- r" r-Iti tit"r=r, r=r=Ni=A nr-A 1 R (+I M m m m rF M M m m m m M m m M M m m M i 1 M m m M M M M M M M M M M m M �14 N N N N N N (V N N N N N N N N N N N" N N N N N N" N N N N" N N N N N MAILINGS/EMAIL COPIES & REPORTS Tegh I PO BOX 7029 FORT WORTH, TX 76111 q Ui,r Qf�- CVV9-vp-" STABILE & WINN, INC. o MBE BID SOLICITATION: PROJECTS BIDDING: 1, 2018 Bond Contract 3 Project #101121 Bid Date Jan. 9, 2020 2. 2019 Bond Contract 16 Project #101119 Bid Date Jan. 16,2020 Plans: City Hall 1000 Throckmorton, Fort Worth, Texas On -Line http://fortworthtexas.gov/ourchasing Stabile & Winn's Office 301 Sansom, Saginaw, TX. 76179 Please Contact our Office for Specific Scope of Work Items All Subcontractors must have a Certificate of Insurance on File. All bids quoted ONE WORK DAY PRIOR TO BID OPENING, NO LATER THAN 5:00 pm, otherwise bids are considered non -responsive Questions/Comments call: Jerry Henderson at 817-847-2086 or Fax 817-847-2098 Print Date: December 20, 2019 STABILE & WINN, INC. - MBE BID SOLICITATION. - PROJECTS BIDDING: 1. 2018 Bond Contract 3 Project #101121 Bids Jan. 9, 2020 2. 2018 Bond Contract 1 B. Project #101119 Bids Jan. 16, 2020 i Plans Available: City of Fort Worth City Hall 1000 Throckmorton, Fort Worth, Texas On -Line http://fortworthtexas.gov/purchasing1 Stabile & Winn's Office 301 Sansom, Saginaw, Texas 76179 Please Contact our office for Specific Scope of Work Items All Subcontractors must have a Certificate of Insurance on File. All bids quoted ONE WORK DAY PRIOR TO BID OPENING, NO LATER THAN 5:00 pm, otherwise bids are considered non -responsive Questions/Comments call Jerry Henderson at 817-847-2086 or Fax 817-847-2098 Thank you. ` Stabile & Winn, Inc. P.O. Box 79380 Saginaw, Texas 76179 a C C C C C co C C c C C C C C C C C C C C O O p O O O O D O O D O D O O O O O O D m m m e6 m m m /l5 m 16 m m i+ m Y m F+ m Y�--' m m Y Y m m L, :L }+ y }+ ++ +� Y ff Y Y Y _++ Y Y Y Y Y Y Y U _V_LJ V_ V_ V_ U _V U _U U U_ U_U U_U U_ V_ U_ V_ O O O D O O O O O p O O O O O O O O O O n Ln vi N cn v7 v) v) In In v) v) q/) V) v) v) Ln vl V) Vt O U -O -6 a -6 -o a U -a -O -D -0 -O -O 'O 'O 'O -O -O n m FO E pa OL) 'El CT3 (Z Cm 00 Co Cm m Cm CO Cm OO m Om IQ IQ IQ I¢ I< IQ v v v v v v rn rn rn rn rn T T 0 0 C. 0 0 C. 0 N \ N N N \ N N N O O C) O O O O\ N N N N N N N N N N N N N N a a ¢ a ¢ a a a v v m m m m mm rn rn a, rn rn rn rn � 0 0 0 0 0 0 0 0 \ \ \ N N N C7 O C7 N N N N N N N N m m m m m rn rn rn rn rn 0 0 C) 0 C) \ \ \ \ O O O O O N N N N N LL LL C C C c C c c C C C C C C C C C C c C c o D o 0 0 0 0 o D D D D D D D D D D D D i2 r L L L 0) m m v v a) m m a) m v m m m m m v v v v m C C C C C C C C C C C C C C C C C C C C 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 S 2 ® 2!- L, 2�1 2!- 2�1 2: C- L- L, L>, L L, 2:1 L L, ¢ a ¢ ¢ a a ¢ ¢ ¢ ¢ ¢ ¢ a a ¢ a a ¢ a � 7t 7t v. 7t 7t v, 7t v d 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o N\oN\ Oo` Oo\ O=_ \o O\o ONo\ O No\ O¢ o\ Oo\ O o\ Oo\ O o\ O o\ Oh o\o OhQ o\o Oa o\oOh¢ o\o O oa\ OQ oo\ OQ oo\ O _ N _ N N _ N _ N _N _N _ N_Nh N _N_p N N_N_N_N _ < o\¢ \< \¢ o\ _ I !_ N amL N N NQh \ \ \ \ \ �n NLL NJ �--- J r\l rd z r \N Jf\N Jr\ UJ r\ LLI O O O O O O O 0 O O O O ryryVJ �N\ VVJ�N\ OVJ N\r 0VJ\Nr C)VJ \Nr VV \Nr Q V) V; VL/} V) V) Ln (A V7 LL (n LL V) LL LL V) LL V) u- (n VLL UJ uq LL N LL V) + m CD m m m m m m m [n m co m m mm m m m m 11 w w :.� w w L'I w w s...� w tow w w w w w w w w nL" m m cn LO m m m co m m m m m m m m as m fn S 5 S 2 2 :2 7-; E 2 T 2 z 7-: :E :i� v u LJ U a, Li c. v u v i t. v v u v u z z z z c z z o z z z z Z v Z E Z z c z z z z o z z Z�z Z O Z_ Z z i }, D .D_ % ai Z V Z 0 Z V Z Z m Z 7) Z =, Z Z d Z E Z Z Q) Z CD z ri n «S o di $ d5 di c ai " -z M zd a zd Z Du at o a> �i " od dS o ai o a'S ..0 w u w (] w O w w O w = Lu i Lu a! w — w Lu O} l.0 d W 'gyp W W W 4 w Lii w Y w Q J Y J I J L J p J J N J J J J J C J J J m m m m am Li m m m @J m CaJ m m m m O m m m m m m O m >, m oD m �' m o m O <[ m c ¢ m Q ` rn h Ot — N i— 3— j h O h h > v i F h v} , `n a vo sn LL v) vs (ai L`) J � v k4 L vz Q ^ "' D "' �' UdLn "' m tl) 73 v O N c U o +m a @j m CaJ . @J p n -o CU 0 m v ro p -O N C V ] `ya O :� 61 CD C ® U 7 16 X Z N i L' 2 O aY-+ L C O L +0+ Y Y U v m U E O CL m u C C 0 C Q c o C 0 C 0 C 0 C o C a C o C Q C Q C Q C p C 0 C 0 C n C o C o C C a o io ip t2 m io ,o ro o m 9LU ro ro m fo .4 V V V V V V — V V V V •o V •o U •a •o U •a U •o V •o U -o V U_ o 0 0 0 0 0 0 0 -o o 0 0 C� (n to V) to cn sn Ln Ln En Ln w LA Ln (n V) Lel Ln LA VI LA a -0 `O `O -O "O "O -O _0 a -6 a -6 -0 _0 -O -0 a a _0 V1 m m oo m in ca ai ca oq E zn 'm in in ca co E [u oo [m 2 2 2 2 m m M m m rn m m rn m m m m m rn m m m m m V V V V V V V V 7t �t rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn m rn B o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 LL{ N N N N N N N N N N N N N N N N N N N N \ O \ O \ O \ O \ O \ O \ O \ CDO \ \ O \ O \ q \ q \ q \ q \ q \ q \ q \ \ b q N N N N N N N N N N N N N N N N N N N N r4 r � � � N N N N N N N N Q� LL LL LL LL LL LL LL LL LL W lt. W W 13_ L. C C C C C C C C C C C C C C C C C C C C O p O O O O O O O O 0 O O O O O�n O i ` ` i E i i i lO �n L �0 ` 1O `^ i L LA as a) m m m m m m m a) a; m m m -0 _0 _0 -0 _ -0 lu -O -0 -0 -0 -0 �o -0 -0 -o -a _0 -o C C C C C C C C C C C C C C C C C C C C 2 2 2 = S = S 2 2 2 2 2 2 = 2 2 2 2 2 2 &L. 2 2 2i 2 2 :2 2 2 2 2 2 :E 2 2 2 . 2 a a a a Q a Q Q ¢ ¢ ¢ a a Q ¢ Q a a a Q 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 a 0 o 0 o 0 0 0 0 0 0 0 0 0 o 0 o 0 o 0 o 0 o 0 0 0 o 0 o 0 0 0 N F N F N N N N N F N N F N F N F N F N N F N F N F \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ o¢ a tC o a o a o a o <o a o < N h N h N h N F N k� N €-- N f-- N ham- N h N h_ N i- N h N h N h N N h_ N L N h N h N h N _U N U_ N _U N U_ N _U N U_ N U_ N U_ N U_ N U_ N U_ N _U N G — O- O - O - O - O - O - O - O - O - O - O - O - O - O - O !- O - O - O O- 0 (n LL Lq LL L LL t LL [n LL (%( LL L,) LL LA LL (/7 LL un LL (J) LL {n LL V LL [n LL v LL L LL LI LL (A LL (/) LL kn LL VI 9 ❑ 9 O Q 9 O 9 Q Q 9 O Q)O ❑ 9 to 9 e m m m m m m m m m m m m m m m m m` `m m m wW w w w w uJ w UP W L1 lU w w uJ W W w w m m m m m m no m m m m m m QS m ca m m m m 72 z 2 L r 2 2 2 2 2 :E 2 2 r 7- 2 2 S z u u u u U u u o u u u u u u u u E u u u u u 7- z z z z z z- z z z z z z z z p z z z z z V — — — — — O z z z z z z z z z z z O z Z E z z c z z z z o z z z u0 _z z z c z z '� z z o z Z U Z z u z_ z 0 z -E z z z 0 Z di 'a ;d �' Ri Q a df y 0 "� dS 0 sd - dS C dS � dS df E as o di ,, jj � � '� 4i � z i + � C w r�3 m w p w U ciJ O7 w -O w O w w w w O w C uJ w w C w C uA W o w Y3 uA O _J Q _J y J 0 J 4 J u J _O J 4=- J p _J G _J (6 J_ J_ L J_ J_ J_ O J_ Q =. 'rj' C11 CA O m tv m tv i5] CO '(p CD Uq m m O m �dJ m �% m O m C m m i m m m m m l7 Q < T @J < 2 x N Q (a Q u¢ O <L V Q c{ ¢ ,0 Q z Q m¢ Q ram— @1 F- F— @J V, b- r- s— @j F- a1 r— �, r— j F- m F- m h �^ h r- 0 h E 1— oI— ctn in sn m cn co vi 0 yr _ cn of (n � u m ? yr w V cn n in o cn @j C N � O1 E V ID d = N N o [� Y m c N `ea a @) (a 0 �dj ns ai E .c Ln j a to al an O V j E 73 z Tj E cn Q cur v�i u E "> o .-- .cn w -0 O � a -a kD 0 Cl N Cl N .ti N c C c C C C C C C C C r_: C C c O O D O O O O O O O O D o O O D O O O O is m i6 m m is m u m so is m eo m ip m �o m La io Y H Y Y Y Y Y Y Y Y Y Y Y_ Y Y Y Y Y Y ++ ELt _V _V •O _V •O V •O U V •O V •O V •O V •O u •O u •O V •O V_ •O V •O V_ •O _V •O u •O V •O V •0 U •O 0 U) 4A L/I V) O V) V♦ N V) V) U1 V) V) kA V) V) V) V) V7 U) V) Ln m m m m m m m m m m m m m m m m m m O7 m M 7t m V M V M V M Y M 7t co V n-) V N V N V N V N V N V N V N V N V N V N V N V: N O r r C] O r O r O r O r O r O r O r O r O r O r O r O r O r O r O r O r O r O r 6� 6l T T 61 Ch Ol Ch Ch 6l Cn Ol 01 Ol Ch 6l 6� 6� 6� 6� ® O O O O O O O O O O O O O O O O O O O O N N N N N N N N N � o N \ 0 N \ 0 N \ 0 N \ 0 N \ 0 N \ 0 N \ 0 N \ 0 N \ 0 N \ 0 N \ 0 N \ 0 N \ 0 N \ 0 N \ 0 N \ 0 N \ 0 N \ 0 N \ 0 N \ N N N N N N N N N N N N N N N N N N N N w�/ LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL w w w LL C C 17 C O C C 0 c 0 C c C C C C C O p O O O O D O Q O O O O O O O O O O O N [2 L �2 N L Ln t� k� N N i a`a w m aD w aJ a a a a a CO a o a a _0 -0 -a -o -o a -a -o -o -o -o -a -o G 2 S = 2 S 2 S 2 2 2 2 2 2 S 2 2 2 2 2 S ¢ ¢ Q ¢ Q ¢ Q a ¢ ¢ Q Q Q Q Q Q Q ¢ ¢ ¢ nn V m 7t V V ct; m M M rc1 m M M M M M V co V rn O O O O O O O O O O O O o O O O O O O C7 00 o0 o0 o0 a 00 CD 00 00 00 00 00 oa o0 c)0 00 c)0 00 C)0 o0 N F- N F< N N F- N F- N F- N f- N )-' N - \ F- N \ i- N \ F- N \ N \ N \ N \ F-- N N N N F-- N \ \ o¢ \ o a \ o <'L \ o¢ \ o¢ \ o¢ \ o L \ o Q o C o; i o¢ < o C < o <L < a¢ o <'L o¢ a Q o Q o Q < o Q \ \ F-- N L- N LZ \ N F- \ N F- \ N _h \ N F- \ N F-- \ N FW \ N F- ` N i-- \ N F- \ N F- \ N F- \ N �- \ N F- N \ \ N \ N �--y \ N _U N N V N U N �-t N N U N �-% CV Z% N N V 6 - O - 0- 0- 0- 0 0 •- 0 r 0 - 0 J -L= 0 r 0 0 0 0 Q •L 0 0 0 0- 0 LA LL Le) LL Vt LL (/) LL Ln LL to LL V) LL on LL iA LL V) LL V) LL L/) LL V) LL u) LL LA LL to LL In LL Ln Ll V) L4 V) LL V) 9 9 p p 9 9 9 9 9 0 Q O 2 Q 2 9 d 9 Q E3 cQ co co m c0 ca m m m m m m m m cn m m cc] co e0 W m w co W m Lu m w m w m W m W m w m W as w co w m LJ m L1 sn w CD W m L`3 m W m W m w co � u u u u u u u u u u o u u u u u Q 0 Li L-) z Z Z Z Z Z Z Z Z Z Z Z Z Z Z ,N z Z c Z Z Z Z O .t Z Z v Z O _Z ai Z Z Do Z= Z Z Z Z Z Z E Z `� Z_ Z 7� Z p Z Z N Z Z Z L Z W Z Z Z _Z Q 0 5 y 5 T s E oo of -- �S " 66 dS u cZi o 6d o di c d5 L dS rn o D a� .° di 0 'd �' m d5 o df ° di O L,j o —1 v W =. V LU u „1 LA.3 9 .J E w �.' J O lJi O J i.is D- J 'f' W N J V W N J Y W V .....J L' W Q] .._F U W J a'' w N— `m w V J C w N J V Lu Dy C W O J D- w N J — W •� J — ul •fp ,•S L co n3 (d� m•-' m co r m m o m m E oo Y¢ m m m U¢ -ic •� m a m E¢ u rtz a¢ P m a m E m ¢ E m` i a �' F- a m F- Q L- a &- a F- s F- ¢ of F- a F-- {.'. a i- Q v F-- . N g .� �€ 2 t- 3 h o S- x 3- O o¢ �)- o,a CaJ F` @} V) r iJ] V) @J lJ V) m V) V) , V) Ncu Ln V) V) V) V) O- V) C VS lf) Vi '�' I!r In V7 l/1 i m r c v o ao0 tj Q m`N cu OoN om D�- 4! j ' T UE o -D OE N -O O o V E vC m =x U LO W G _ C C C C C C C C C C C C C C C C C C C C p O p O O O O O O O O O O O O O O O O O 42 � 4] � 10 i6 i6 f6 �9 f9 'u '! 'S 'u i16+ .v il0+ 'u 'u 'V '_� 'V ' 'Y 'V .-Lj •o •o u -o u u u_ a V 0 0 0 Q 00 0 0 0 0 0 0 0 0 o a o Ln Ln Ln Ln Ln Ln Ln Ln Ln (n Ln Ln to Ln in Ln Ln Ln V VI m ro m m m m m m m cQ m m m oo m m m 'CO m oa 2 2 :2 2 2 ¢ ¢ ¢ ¢ a a ¢ a a a a a a ¢ ¢ a a a a ¢ rV N fV N N rV N N N N N N N N V V 7; V V 7t }t V V V O O O O O O O O O O O O O O O O O O O O _ 61 Ol 61 m Ol Ql m Ol 01 d1 m T T T T 8 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 LLM N O N O N O N p N 4 N i? N d N d N d N O N O N O N O N O N O N O N O N O N N O O N N N N N N N N N N N N N N N N N N N N V// N N N N N N [V N N N N N N N N N N N N N � ce lA.. LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL Ll LL LL I C C C C C C C C C C C C C C c o 0 0 0 0 0 0 0 a 0 0 0 0 O 0 0 0 0 0 0 `m r i2 i2 i2 E2 t2 k2 C 12 i L " `m L ^ `m p v ar m v m m m m ma) m m m of ai ai ai -0 -0 -u _0 -0 _0 -0 _0 -0 -0 _0 -0 _0 _0 _0 m -o _0 _0 -o C C C C C C C C C C C C C C C C C C C C CD a)U1 a! N aJ N N m N al N N al al a) m aJ m a! me I ii. f a] al Q! N N N al al N ar a] a) al a1 m N a] a) N N r 4 • Q ¢ ¢ a ¢ ¢ ¢ ¢ a ¢ ¢ ¢ ¢ a ¢ ¢ ¢ ¢ ¢ ¢ rn M V en V rn V en V' M V; r.) V' r.) V; rn V' fn V en V M V M 7t f" V: M 7t M 7t rn V; nrl V m V M V O O Q C7 O O O O 4 O C7 4 O C? Q C7 b O C? • � � � Z � Z O Z O Z � Z � Z � Z O � � Z � Z m Z � Z � Z � � � Z � Z � � � Z � � 0 0 o 0 0 0 0 0 0 0 0 0 0 0 a 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 b 0 0 0 0 0 0 0 N F- \ N - \ - I.:., \ N I;„ \ N \ N �„- \ N �., \ N - \ N F- \ N- \ rV F- \ N F- \ N F \ N F- \ N �. \ N \ N \ N h \ N� \ rV F- \ o Q o a o Q o Q o Q o Q O Q O Q o Q o Q o a o Q o Q O Q o f o Q o a o Q O Q o a N F-- N F- r,♦- N I- N I- N H- N I- N F-- N I-- N Imo- N F- N I-• N F_- N €�- N y N U N U {,�.d 0 0 0 _j 0 J 0 f _j 0 r 0 r J 0 '— J 0 _} O _ J 0 r J 0 =i 0 J Q r J 0 � 0 r J 0 �-- „J 0 O O i {A LL to LL (A LL (n LL vi LL Ln LL (A LL to LL cA LL uo LL LA LL CA LL iA LL LA LL vi LL Cn LL f LL / LL /j LL (n LL tn l e 9 o r 9 ID 9 0 a 0 9 9 2 n p 9 Q c3 n Q m m m m m ria m ca m m m m m to w co m cc cc m m w m "i cn LU co to co w ca ua M w ca w On w Cn Lu CD L,a to w C-0 w m w m Lu r.0 w m w m w m LL.c ca 2 2 2 z 2 2 2 z 2 2 z 7-5 7- �.j Lj U v Lj E u v c. u u u U t. u v v cS v o Z c Z Z Z Z Z o Z Z Z E Z o Z E Z Z Z 0 Z= z Z Z Z Z o Z Z F o Z" Z" Z u Z Z" 0 Z 0o Z Z n n Z Z Z E Z Z s Z Z " Z m z'fu Z z Z Z Z Z o Z fl Z Z _Z -C cZf 0) s dS di O di 'm d$ d{ '� wi v dS (J -d E dS z p df 0E o df o 'd c m 66 _ V LJ @ E J ". — .,.J E L.0 cm _. C) Ly U J O w �I E L1A J o w J w _J �-- w U J O w J o w V J w J UJ J L-: SJJ = _i w J 6 w J U W „�F E lyr c J m Q al C]] u a. m p a rli E¢ Ud !Y! w a m V m Q V m 2 a 41 m a C m a, Q�¢ ,. m '6r O m N¢ O [� 0 <c C m ¢ O m a m E a m N Q m a L m ¢ L� co a p ` - @l I- Ln 1- F- [is +' F- Ln n ++ F- m fl J¢ ? r- 'C n F- Ln TiI- Ln o F- (n E 3- cn Ln ♦- !1 t H vl u I- Ln I- n 0) H vl N I- n �, H " p 3- a1 a� (dj �j c 0 p fu @j Z ,e m [7 O �, €L O N ai Ln LAaj 3 L E 41 N N O OW i OmE O N S OQ s O..X m ro � 0 E 2 m 0 u S 6 0 " C: E P rn E E 1 Y a a C) 0 N O N n C C C C C C C C C C C C C C C C C C C C . O O O O p O O O O O D O O O O O O O O O UL Y 15+ � •Y N Y Y — Y -Y �--' - — i-+ Y �-+ — 10 _Y ate+ i�l -N -N _af6+ -116+ _iW i9 •V_ � �9 y6 R - u V V -o V •o V -o V V V _0 U -o U -o V -0 V V_ '� o -a-o 0 0 0 0 0 0 0 0 0 0 th Ln V) Ln Ln Ln Ln in in (n L/1 in cn LA Ln V) Ln Ln Ln Ln r �o -0 -O -0 "0 -O a a a a a a a a _0 -O a a a a Vi [LI OC1 Fn 0O a7 m m m [O iE E fA E CO ❑0 DO a0 m m 'M a ¢ a a Q ¢ a ¢ ¢ a a Q a a ¢ ¢ a a a ¢ N N N N N N N N N N N N N N N N N N N N V V V' V; V V V 0 0_ o_ o _o _o o_ o_ _ a! rn m rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn ® o 0 0 0 0 C) 0 0 0 0 C) C. 0 0 0 0 0 0 0 0 U E N CD N 0 N 0 N 0 rV 0 N 0 N 0 N N o N o N a N o N 0 N 0 N 0 N 0 N o N a N N CD 0 N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N r LU/ !� LL LL LL LL LL LL LL W LL LL LL LL IE L µ, LL, LL w U- LL C 0 C 0 C 0 C 0 C 0 C 0 C 0 C 0 C 0 C 0 C 0 C 0 C 0 C 0 C 0 C 0 C 0 C 0 C 0 C 0 k2 k2 k2 LA Ln LA k2 12 12 LA �2 i2 - i L i Ln w (A a) m m a/ aA a) m m aA UA N U/ a/ m UA U5 a/ aA .L 0 C -o C a C a C -o C -D C a C a C a C a C a C a C a C a C -0 C a C a C a C a C a C L' L' L' �j a1 aA aA aJ aA m ar m aA m m m aA aA al aJ aA m v m v, m 7� (n v, m V m 7t M v m v, m 7t m v, m v, no v, m v, rn 7, m v, rn V m 7t m v ro v, m v 0 r 0 r 0 r 0 r 0 r 0 r 0 r 0 r 0 r 0 r 0 r 0 r 0 r 0 r 0 f 0 r 0 r 0 r 0 r 0 r 9,2 rnz rnz a, z � z rn a,Z rn z o,z rnz rnz g,z o,Z rnn rnz rn z mz rnz rn rn E CD 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N N F N F N N N F N F, N— N F— N F, N— N N FZ NP:: N F NT7- N N F o Q o 4 0 �i o Q o Q o Q o Q o Q o Q o o Q o 6 0 o Q o o Q o Q o C o o Q N �_ U N 4-- V N _r U N r V N _r U N r U N h_ U N r V N h_ U N r V N r_ U N r U N }— V r d �— U r j V N r U N )— V N F— V N -- V N �-- V N r J N r J N r J N r J N r J N r J N r J N r J N r J rV r J N r J N r J N r J N r J N r J N r N N N N F O O O O O U OO ❑ U UO {A to n LL llq V n 119 IA LL n LLV) LLLIq /) LL(4 LL L/I LL Ln lJ VI 11 Ln LL (n tA LL L/1 W V) i f _❑ _❑ ❑ ❑ _❑ _❑ ❑ _❑ ❑ _❑ ❑ ❑ ❑ _❑ _❑ ❑ ❑ ❑ ❑ D PR m CB rA W CA ca m OQ m m CQ m co (n m m a] m m w m w co w w w w W m w m w m w CO w CO w m w CL) w co w Ca w m w m w ra w co w co w co w m U N U V V U U V C� V E 'U V u u V CJ V U V U V V Z C Z Z Z Z Z Z M Z O Z Z Z Z Z O Z E Z C Z Z Z 0 Z Z 2f_0 Z z 2 o Z aA Z Z Z Z Z Z y Z, 7 E Z to Z Z o Z Z Z E Z Z Z m Z � Z Z Z E V Z Z 00 Z j O Z C Z E Z O Z i ? V �S �i O �i a _Z F. : m � - _Z § O § (dj i m p 0.S C: Cd 6d U 6?� V 6 _� � O 0.S O 0.� 0 0 L Qom, QS W V a. J Lil J w J L€J J 'y W J OV W J 0 w J O W O J A'% W N J Nr w J i w J W w J V W (���' `-' W V V 10 w �' w _O U W — L!J V w V v¢ C£J C C] C CC1 c [a [Q O r¢ A]:7 V ffl Q O'] CE1 G al m ma tQ 0) ....A m CO C LLA LY] .J •C w r ..• f0 .....A an '� m .� m CD 0 o¢ 0¢ ¢ Q ¢ ¢ av¢ va ¢ Q @�¢ ¢ < m¢ Loa Q @)Q a 4 Ln aA r Ln m r Ln r cn CJ r �n m r Ln M >1 r cn E r n i-- v F p Ln !' cn -C c M v i-- v) — ,- cn v) r IV) r n m r Ln r u" Q € cn r Lncu !���_11 V 7+ `" L i !m�. 7 3 (1 L I C O u- � C 7 -0 to N _= N al CD -' +—' E j6 -0 p N p C C df a 7 O O o a ja© .Y iNam` ON H C O m C O m C O io C O �a C O m C O m C O m C O o C p is C q m C O m C O m C O m C O m C O m C O m C 0 m f 1.� Y -u _Y V Y -V Y l.J �-+ -V Y -V �-+ -U Y •li Y •[J Y �lJ J-+ • i Y •V Y •[J i-� U ++ 'U i-2 'U t- U O O O O O O O O O O p Q 6 V1 V] V1 V1 VY Vi V) Vi V1 V1 (n V1 V) V] V] V] V1 D -0 -O -O -0 "O "O -0 _0 -0 _0 _0 -O _0 _0 -0 -u -a V) 00 [C1 00 oO CO Ca [o Co 0o iz E as oq Cn [n Cn CY1 N N N N N N N N 'V N 7t N V N N N N N N N 0 0 0 0 0 0 0 0 0 0 0 0 0 o a b o � rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn rn CD 0 o a o 0 0 o a o 0 0 0 0 0 0 0 LLI �J N \ N \ N \ N \ N \ N \ N \ N \ N \ N \ N N \ N \ N \ N \ N \ N \ O N CD N CD N O N CD N CDO N O N O N O N O N N O N O N O N O N O N O N pi u N N N N N N N N N N N N N N N N N ce LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL LL C 0 C 0 C 0 C 0 C 0 C 0 C a C a C 0 C 0 C 0 C 0 C n C 0 C 0 C 0 C 0 v 0 m a CD a a a a a a a a a a a a -0 C "u C "0 C U C "0 C -0 C -O C _0 C 'O C -O C -O C -a C _0 C -0 C -O C -O C "0 C a a a a) a a 0 a a a w a a a a a a S 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 Ll ¢ ¢ ¢ ¢ a ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ m V; m 7t m V; m V m V m m m m On m en m m m m In 0 0 0 0 0 0 0 0 0 o O o 0 0 0 0 0 rn rn rn rn rn rn rn rn rn m Z rn ,� ai rn C) o O o 0 0 0 o 0 o 0 o O o o o o o 0 o O O O O o 0 O _O N \ h N \ h N \ h N ' \ r N \ '� N \ h N \ h _O N \ h _O N \ ~ _O N \ h _O N \ ~ N \ � _O N \ N \ ~ N \ ~ N \ ~ _d N \ ~ o¢ o¢ o¢ o¢ o¢ o¢ o¢ o d a¢ o d o d o d o d o d o d o d o d N h N Fes- N L: N% N €_- N L N L: N F- N h lV h_ N 1— N h_ N h N h_ N h NF- N U N U N U N U N U N U N U N uN U N U N U N U N U N U N U N U N U L �-- ._€ O r J O r J O r r r J .J J c O -c 0 -C O r- O -C 0 c C) � U r F C3 r -r- C) r c O r -r- 0 r -r- Ca r -r- O r -F- 0 vi LL Lo LL V7 LL Ln LL iA LL Vi LL Go LL [n LL 01 LL Ln LL to LL V) LL U1 LL U'l LL V1 LL U) LL V7 V- V) ❑ C] C1 •4l ❑ C] ❑ Q ❑ Q ❑ ❑ ❑ ❑ d O ❑ m m m in m m m m fn m m co co mm m m m L.:.j m w CD ul m w S9 W m w co I.L; m w m il3 co w m w m w m w co w an w w w on w m 2 o i u i U i u U i E U o U i-E U° U E- U I ° U 0 0 U s U i i 0 0 Z 0 Z Z Z Z Z Y Z � Z O Z z z Z z z o z Z E Z Z oO nO Z 0) Z _Z Z •� Z 0 Z •J' Z Z Z Z O Z p Z r Z F 0 Z U Z Z Z N Z C Z 7 Z s Z i ZZ_7 N Z_ E y 0 Z Z o "} qcu j a _Z � � `Z_`}} 7Z_ jZ_ ��j o� aS Q �i 0 -c . Q df dS Y � o di a'i o d$ v dS o dS +� c dS 0 6i W J ��o1 V Lu J x w X J j, Lu @j J w T J N w J UA J V W O J N u3 J O w N J N w J U w L J V w ? J La y w J L w J W co ..J O LLL Q J LL] @J C Ea- Sc a m v CO m 0� •N OL) L CO ¢ -� CO ¢ [L1 +� ¢ yam.. OO ¢ M d M ¢ C CO m ¢ N m ¢ of m 0 ¢ � m o d ¢ ¢ r- ¢ 0 h ¢ r- ¢ Q I a h ¢ CdJ h h a c F- E h O 0_ i- c o - f u o F w { h m y vs : vi to m n Ua m vi vi Cal n n R v, `n C 0 Ln z @1 m w c n @j ro a @J kD O N N a C CYIO 01 U t u w 'O 7 U)a -O U O h N 7 Y 0 a ..0 O �, 0 V 0 V C >` V t6 4 4 r7 r O O N O N RETURNED MAI L! NGSIEMAI LS Jerry Henderson From: Mail Delivery Subsystem <MAILER -DAEMON> Sent: Friday, December 20, 2019 10.43 AM To: ferry@stabilewinn.com Subject: Returned mail: see transcript for details Attachments: details.txt; Untitled attachment 00679.txt The original message was received at Fri, 20 Dec 2019 15:42:57 +0000 from [12.245,219.242] ---- The following addresses had permanent fatal errors -----<invalidEmail@JRubioTrucking.com> (reason: 550 Host unknown) ----- Transcript of session follows ----- 550 5.1.2<invalidEmail@JRubioTrucking.com>... Host unknown (Name server: jrubiotrucking.com: host not found) Jerry Henderson From: Mail Delivery Subsystem <MAILER -DAEMON> Sent: Friday, December 20, 2019 10:43 AM To: jerry@stabilewinn.com Subject: Returned mail: see transcript for details Attachments: details.txt, Untitled attachment 00685.txt The original message was received at Fri, 20 Dec 2019 16:42:51 +0000 from [12.245.219.242] ----- The following addresses had permanent fatal errors ----- <truckinginstyle@yahoo.com> (reason: 554 delivery error: dd Sorry, your message to truckinginstyle@yahoo.com cannot be delivered. This mailbox is disabled (554.30). - mta4270.mail.bf1.yahoo.com) ----- Transcript of session follows ----- ... while talking to mta5.am0.yahoodns.net. : >>> DATA <<< 554 delivery error: dd Sorry, your message to truckinginstyle@yahoo.com cannot be delivered. This mailbox is disabled (554.30). - mta4270.maii.bf1.yahoo.com 554 5.0.0 Service unavailable QUOTATION BREAKDOWNS STABILE & WINN, INC. CONCRETE MATERIAL PRICING REQUEST Project: 2018 Bond - Contract #3 Location: Fort Worth, Texas Mapsco: SEE BELOW Bid Date: January9, 2020 Bid Time: 1.30 PM Project Length: 210 Calendar Days LOCATION #1 - Mapsco 36-P & R - Creekfall & Mesa Verde Trail 5-SK 3,000 Flatwrk 525.00 CY ICY 5.5-SK 3,600 MP 1,477.00 CY ICY 6-SK 4,500 HP 535.00 CY ICY LOCATION #2 - Mapsco 91-H - Rosita 5-SK 3,000 Flatwrk 33.00 CY ICY 6-SK 4,500 ALL PAVING 413.00 CY ICY Fuel Surcharge /LD Environmental Fee /LD Sack Adjustment /SK FLY ASH Allowed: Yes per City of Fort (North SPECIAL CONDITIONS 1 Prices quoted to be vaild throughout the term of the project. Stabile & Winn, Inc. will not be responsible for any delays which are beyond our control such as utility conflicts (franchise &/or City Owned), time associated with city award process, etc. 2 Supplier will be bound to Stabile & Winn under the same contractural obligations and limitations as Stabile & Winn is bound to owner in regards to price adjustments. 3 Project Time stated above commences upon the start of the project, not from the date of the quote. GCm6o07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CHY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION —Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 101121 GC-6m09 Permits and Utilities THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No, 101121 Revised July I, 2011 CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 City Project No. 10 1121 GC-6.24 Nondiscrimination THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2018 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 2011 CITY OF FORT WORTH 2O18 BOND STREET RFCONSTRUCTION— Contract 3 City Project No. 101121 CYR®01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised July 1, 201I FORT WORTH.. City of Fort Worth Standard Construction Specification Documents Adopted September 2011 000000-1 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Page 1 of 3 CITY OF FORT WORTH 2O18 BOND STREET RECONSTRUCTION — Contract 3 STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project No. 101121 Revised February 2, 2016