Loading...
HomeMy WebLinkAboutContract 43891 (2)�1�° :�`k,������� -, �� + �o����.�� ��s _ �� �'���r���Tx PROJECT MANUAL FOR THE CONSTRUCTION OF WEST 7t" STREET BRIDGE WATER ANIS SANITARY SEWER IMPROVEMENTS Water Project No. P253-609170169383 Sewer Project No. P258-709170169383 City Project No. 01693 Betsy Price Mayor S. Frank Crumb, P.E. Director, Water Department Prepared for The City of Fort Worth Water Department uly 2012 �oF r. ;�-� �. �„�c�,....... ;° � • . • ,. c ......................................_ AARON K. RADER .... _ ......................................... `�_••. 103716 : a :�w, ry � -�G_-� AL E.� � ta`��Y �t Tom Higgins City Manager ��� Kimley-Horn and Associates, Inc. Texas Registered Engineering Firm F-928 KHA No. 061018086 il����eC�11AL, R����� �l'1'Y ����� "�'� � ��0 4�Q�� 9 _ M&C Review �; �: i` � Page 1 of 3 Offidal site of thc C:iey of 1=a�t. VJort�h, l"exas FORT��'f�RTll COUNCIL ACTION: Approved on 11/6/2012 - Ordinance Nos. 20483-11-2012 & 20484-11-2012 DATE: 11 /6/2012 CODE: C REFERENCE NO.: **C-25956 LOG NAME TYPE: CONSENT PUBLIC HEARING: 60W7WSS-SJL 1►[�� SUBJECT: Authorize Execution of a Contract with S.J. Louis Construction of Texas, Ltd., in the Amount of $935,039.00 for West Seventh Street Bridge Water and Sanitary Sewer Improvements on Fournier Street from West Seventh Street to West Tenth Street and at the Intersection of River Drive and West Seventh Street in Trinity Park and Adopt Appropriation Ordinances (COUNCIL DISTRICT 9) RECOMMENDATION: It is recommended that City Council: 1. Authorize the transfer of $1,023,089.00 from the Water and Sewer Operating Fund to the Water Capital Projects Fund in the amount of $609,399.00 and to the Sewer Capital Projects Fund in the amount of $413,690.00; 2. Adopt the attached appropriation ordinances increasing estimated receipts and appropriations in the Water Capital Projects Fund in the amount of $609,399.00 and the Sewer Capital Projects Fund in the amount of $413,690.00; and 3. Authorize the execution of a contract with S.J. Louis Construction of Texas, �td., in the amount of $935,039.00 for West Seventh Street Bridge Water and Sanitary Sewer Improvements on Fournier Street and from River Drive to West Seventh Street. DISCUSSION: On May 27, 2008, (M&C C-22828) the City Council adopted a resolution authorizing the execution of a replacement advance Funding Agreement with Texas Department of Transportation (TXDOT) for the reconstruction of the West Seventh Street Bridge over the Clear Fork Trinity River and Forest Park Boulevard. Kimley-Horn and Associates, Inc., is under contract with TXDOT to provide design for the reconstruction of the bridge. On May 3, 2011, (M&C C-24892) the City Council authorized the execution of an Engineering Agreement with Kimley-Horn & Associates, Inc., for West Seventh Street Bridge Water and Sanitary Sewer Improvements on Fournier Street from River Drive to West Seventh Street. The proposed project includes Water and Sanitary Sewer Relocations ahead of the reconstruction of the West Seventh Street Bridge over the Clear Fork Trinity River and Forest Park Boulevard in order to avoid conflicts with the piers of the proposed bridge. The Water and Sanitary Sewer relocations are located on Fournier Street from West Seventh Street to West Tenth Street and at the intersection of River Drive and West Seventh Street in Trinity Park. This project was advertised for bid on July 12, 2012 and July 19, 2012 in the Fort Worth Star- Telegram. On August 2, 2012, the foliowing bids were received: http://apps, cfwnet. org/council�acicet/mc_review.asp?ID=17294&councildate=ll /6/2012 11 /6/2012 M&C Review Page2of3 Bidder Bid Amount Time of Completion S. J. Louis Construction of Texas, Ltd. Q$935,039.00 � 90 Calendar Days William J. Schultz, Inc. dba Circle "C" $1,048,121.00 Construction Company Jackson Construction Ltd. $1,205,823.00 , ARK Contractin Services, LLC $1,356,004.00 AUI Contractors, LLC [—$1,451,617.00� Conatser Construction TX, LP $1,488,838.00� In addition to the contract amount $60,000.00 (Water: $36,000.00; Sewer: $24,000.00) is required for construction staking, material testing, and inspection, and $28,050.00 (Water: $16,700.00; Sewer: $11,350.00) is provided for project contingencies. M/WBE — S. J. Louis Construction of Texas, Ltd., is in compliance with the City's BDE Ordinance by committing to 10 percent MBE participation. The City's goal on this project is 10 percent. This project is located in COUNCIL DISTRICT 9. FISCAL INFORMATION/CERTIFICATION: The Financial Management Services Director certifies that upon approval of the above recommendations and adoption of the attached appropriation ordinances, funds will be available in the current capital budgets, as appropriated, of the Water Capital Projects Fund and the Sewer Capital Projects Fund. TO Fund/AccountlCenters 1� P253 476045 6091701693XX 1� P258 476045 7091701693XX 2)P253 531350 609170169352 2�P253 511010 609170169380 � P253 5412000 609170169383 � P253 531200 609170169384 2)P253 531350 609170169384 $609,399.00 $413,690.00 $10,000.00 2 000.00 $573,399.00 6 000.00 2 000.00 2) P253 531350 609170169385 $12,000.00 � P253 511010 609170169393 2 000.00 2)P253 511010 609170169394 2)P258 531350 609170169352 2)P258 511010 609170169380 � P258 5412000 609170169383 2)P258 531200 609170169384 2)P258 531350 609170169384 2)P258 531350 609170169385 2)P258 511010 609170169393 2)P258 511010 609170169394 2 000.00 8 000.00 1 000.00 $389,690.00 1 500.00 2 500.00 9 000.00 1 000.00 1 000.00 FROM Fund/AccountlCenters � PE45 538040 0609020 $609,399.00 1) PE45 538040 0709020 $413,690.00 � $378,340.00 P258 5412000 709170169383 � $556,699.00 P253 5412000 609170169383 http://apps.cfwnet.org/council�acicet/mc review.asp?ID=17294&councildate=ll/6/2012 11/6/2012 M&C Review Page 3 of 3 _ _ _ __ _ _ . . _ _ _ _ ___ _ _ _ _ _ Submitted for City Manager's Office by_ Fernando Costa (6122) Originatinq Department Head: S. Frank Crumb (8207) Additional Information Contact: John R. Kasavich (8480) ATTACHMENTS 60W7WSS-SJL MAP.pdf 60W7WSS-SJL P253 A013.doc 60W7WSS-SJL P258 A013.doc http://apps.cfwnet.org/council�acicet/mc_review.asp?ID=17294&councildate=ll /6/2012 11 /6/2012 ���.� ����x PROJECT MANUAL FOR THE CONSTRUCTION OF WEST 7t" STREET BRIDGE WATER AND SANITARY SEWER IMPROVEMENTS Water Project No. P253-609170169383 Sewer Project No. P258-709170169383 City Project No. 01693 Betsy Price Mayor S. Frank Crumb, P.E. Director, Water Department Prepared for The City of Fort Worth Water Department ,�Tuly 2012 � �oF r.�-� � �,�c�........ y: ' � , • . • ,....: ...................................... _ AARON K. RADER .. ..... ..... ..,.. ... ... ..................... . . � �;�. 103716 : �a Tom Higgins City Manager ��"'p�ONA[, F'�'~ �����b,�Gy Za� �—� Kimley-Horn and Associates, Inc. Texas Registered Engineering Firm F-928 KHA No. 061018086 i i ,i' _ � ,:� -_ I '� �,, ; r} : .l 2 3 4 5 6 7 8 9 10 ll 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 000000-i TABLE OF CONTENTS Page 1 of 3 SECTION 00 00 00 TABLE OF CONTENTS Division 00 - General Conditions 00 OS 10 Mayor and Council Communication 00 OS 15 Addenda 00 11 13 Invitation to Bidders 00 21 13 Instructions to Bidders 00 35 13 Conflict of Interest Affidavit 00 41 00 Bid Form 00 42 43 Proposal Form Unit Price 00 43 13 Bid Bond 00 43 37 Vendor Compliance to State Law Nonresident Bidder 00 45 11 Bidders Prequalifications 00 45 12 Prequalification Statement 00 45 13 Bidder Prequalifcation Application 00 45 26 Contractor Compliance with Workers' Compensation Law 00 45 39 Minority and Women Business Enterprise Goal 00 52 43 Agreement 00 61 13 Performance Bond 00 61 14 Payment Bond 00 61 19 Maintenance Bond 00 61 25 Certificate of Insurance . 00 72 00 General Conditions 00 73 00 Supplementary Conditions Division O1- General Requirements O1 11 00 Summary of Work O1 25 00 Substitution Procedures O1 31 19 Preconstruction Meeting O1 31 20 Project Meetings O1 32 16 Construction Progress Schedule Ol 32 33 Preconstruction Video O1 33 00 Submittals O1 35 13 Special Project Procedures O1 45 23 Testing and Inspection Services O1 50 00 Temporary Facilities and Controls O1 55 26 Street Use Permit and Modifications to Traffic Control O1 57 13 Storm Water Pollution Prevention Plan O1 58 13 Temporary Project Signage O1 60 00 Product Requirements O1 66 00 Product Storage and Handling Requirements O1 71 23 Construction Staking O1 74 23 Cleaning O1 77 19 Closeout Requirements Ol 78 39 Project Record Documents CITY OF FORT WORTH W. 7'� Street Bridge Water and Sanitary Sewer hnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised November 9, 201 I 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 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 000000-3 TABLE OF CONTENTS Page 3 of 3 Division 33 - Utilities 33 O1 30 Sewer and Manhole Testing 33 O1 31 Closed Circuit Television (CCTV) Inspection 33 03 10 Bypass Pumping of Existing Sewer Systems 33 04 30 Temporary Water Services 33 04 40 Cleaning and Acceptance Testing of Water Mains 33 OS 10 Utility Trench Excavation, Embedment, and Backfill 33 OS 13 Frame, Cover and Grade Rings 33 OS 14 Adjusting Manholes, Inlets, Valve Boxes, and Other Structures to Grade 33 OS 16 Concrete Water Vaults 33 OS 20 Auger Boring 33 OS 21 Tunnel Liner Plate 33 OS 22 Steel Casing Pipe 33 OS 23 Hand Tunneling 33 OS 24 Installation of Carrier Pipe in Casing or Tunnel Liner Plate 33 OS 30 Exploratory Excavation for Existing Utilities 33 11 10 Ductile Iron Pipe 33 11 11 Ductile Iron Fittings 33 11 12 Polyvinyl Chloride (PVC) Pressure Pipe 33 11 13 Concrete Pressure Pipe, Bar-Wrapped, Steel Cylinder Type 33 12 10 Water Services 1-inch to 2-inch 33 12 20 Resilient Seated Gate Valve 33 12 25 Connection to Existing Water Mains 33 12 30 Combination Air Valve Assemblies for Potable Water Systems 33 12 40 Dry-Barrel Fire Hydrants 33 31 13 Fiberglass Reinforced Pipe for Gravity Sanitary Sewers 33 39 10 Cast-in-Place Concrete Manholes 33 39 20 Precast Concrete Manholes 33 39 60 Epoxy Liners for Sanitary Sewer Structures Division 34 - Transportation 34 71 13 Traffic Control Appendix GC-4 A 1 GC-4.02 GC-4.04 GC-4.06 GC-6.06.D GC-6.07 GC-6.09 GC-6.24 GR-01 60 00 Availability of Lands Subsurface and Physical Conditions Underground Facilities Hazardous Environmental Condition at Site Minority and Women Owned Business Enterprise Compliance Wage Rates Permits and Utilities Nondiscrimination Product Requirements END OF SECTION CITY OF �ORT WORTH W. 7`h Slreet Brldge Water and Sanilary Sewer Lnprovemenfs STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised November 9, 2011 000510-1 MAYOR AND COUNCIL CQMMUNICATION (M&C) Page 1 of I 1 SECTION 00 05 10 2 MAYOR AND COUNCIL COMMUNICATION (M&C) 3 4 5 6 �Assemblef�: For• Contract Document execution, rer�zove this page and replace with tl�e approved 7 M&C for the awat•d of the project. M&C insert shall be on b/ue paper.J 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 24 END OF SECTION CITY OF FORT WORTH Gf'. 7°i Siree113ridge FVater and Sanitar�� Seiver bnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 0/693 Revised July l, 2011 ADDENDUM NU. 1 CITY OF FORT WORTN WATER DEPARTMENT WEST 7�; STREET BRIDGE WATER AND SANITARY SEWER IMPROVEMENTS City Project No. 01693, Water Pmject No. P253-609170169383 Sewer Project No. P258-709170169383 TPW/DO� No. 6852 Addendum No. 1 issue Date: July 31, 2012 Bid Receipt Date: August 2, 2412 This addendum forms part of the contract documents referenced above and modifies the ariginal Corrtract Documents. Acknowledge receipt of this addendum by signing and attaching it to the Contract Documents (inside}, Note receipt of the Addenctum in the Bid Progosal and on the outer enveloge of your bid. CLARIFICATIpN�S The contractor will not be allowed to use City of Fort Wortl� Park roads for construction equipmeut access. FLANS � Detail D127/18 • The proposed 36-inch gate valve at the intersection of 10`� and Faurnier shall have a minimuzn of a 3-inch ductile iron bypass on the body of the valve with a minimum of a 3-inch gate walve. The proposed gate valve vault shall be increased to an 8-foot diameter. A11 other provisions of the contract documents, plans and speeifications shall rernain unchanged. Failure to retum a signed copy of the addendum with the Proposal shall be gounds for rendering the bid non-responsive. A signed copy of this addendum shall be placed into the Pmposal at tlie time of bid submittal. RECEIPT ACKNOWLEDGED: � �.� , � • ,i� �,� / , . Co��y: s. T, �, 5 coNst . DF T-EYAs t-}-�( . S. Frank Crumb, P.E. DIRECTOR WATER D�PA,�C7�MENI' � By: �o n � o � c� Tony Sholola, P.E. Prt�gram Manager ADDENDUM NO. 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 001113-1 INVITATION TO BIDDERS Page 1 of 2 SECTIQN 00 11 13 INVITATION TO BIDDERS RECEIPT OF BIDS Sealed bids for the construction of W. 7th Street Bridge Water and Sanitary Sewer Improvements will be received by the City of Fort Worth Purchasing Offce: City of Fort Worth Purchasing Division 1000 Throckmorton Street Fort Worth, Texas 76102 until 1:30 P.M. CST, August 2, 2012, 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: 310 LF of 24" Water Line by Open Cut, 85 LF of 24" water line by other than open cut, 80 LF of 36" Water Line by Open Cut, and 247 LF of 54" sanitary sewer line by open cut. PREQUALIFICATION The improvements included in this project must be performed by a contractor who is pre- qualiiied by the City at the time of bid opening. The prqcedures 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 http://www.fortworth o�v.or�/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. Copies of the Bidding and Contract Documents may be purchased from Kimley-Horn and Associates, Inc., 801 Cherry Street, Suite 950, Fort Worth, Texas, 76137 between the hours of 7:30 am to 5:30 pm M-Th and 7:30 am to 11:30 am on Fri.: The cost of Bidding and Contract Documents is: Set of Bidding and Contract Documents with full size drawings: $60 Set of Bidding and Contract Documents with half size (if available) drawings: $50 CITY'S RIGHT TO ACCEPT OR REJECT BIDS City reserves the right to waive irregularities and to accept or reject bids. C[TY OF FORT WORTFI W. 7`" Street Bridge Water and Sanitary Sewer Improvemenls ST'ANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS 0/693 Revised July l, 2011 00 11 13 - 2 INVITATION TO BIDDERS Page 2 of 2 1 INQUIRIES 2 All inquiries relative to this procurement should be addressed to the following: 3 Attn: John Kasavich, P.E., City of Fort Worth 4 Email: John.Kasavich(�a,fortworthtexas.�ov, 5 Phone: (817) 392-8480 6 AND/OR 7 Attn: Aaron K Rader, P.E., Kimley-Horn and Associates, Inc. 8 Email: aaron.rader@kimley-horn.com 9 Phone: (817) 335-6511 10 11 ADVERTISEMENT DATES 12 July 12, 2012 13 July 19, 2012 14 �ND OF SECTION CITY OF FORT WORTH W. 7`h Street Bridge Waler and Sanita�y Setiver Lnprovemenls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS O1693 Revised July l, 20l I 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 00 21 13 - 1 INSTRUCTIONS TO BIDDERS Page 1 of 9 SECTION 00 21 13 INSTRUCTIQNS TO BIDDERS 1. Defined Terms 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. Prequalitication of Bidders (Prime Contractors and Subcontractors) 3.1. All Bidders and their subcontractors are required to be prequalifed for the work types requiring prequalification at the time of bidding. Bids received from contractors who are not prequalified (even if inadvertently opened) shall not be considered. 3.2. Each Bidder unless currently prequalifed, 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. CITY OF FORT WORTH W. 7'h Sb•eet Bridge {T�aler and Sanitary Sewer Gnprovenrenls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July 1, 201 I 00 21 13 - 2 INSTRUCTIONS TO BIDDERS Page 2 of 9 1 33. The City reserves the right to require any pre-qualified contractor who is the apparent low 2 bidder(s) for a project to submit such additional information as the City, in its sole 3 discretion may require, including but not limited to manpower and equipment records, 4 information about key personnel to be assigned to the project, and construction schedule, 5 to assist the City in evaluating and assessing the ability of the apparent low bidder(s) to 6 deliver a quality product and successfully complete projects for the amount bid within 7 the stipulated time frame. Based upon the City's assessment of the submitted 8 information, a recommendation regarding the award of a contract will be made to the 9 City Council. Failure to submit the additional information, if requested, may be grounds 10 for rejecting the apparent low bidder as non-responsive. Affected contractors will be 11 notified in writing of a recommendation to the City Council. 12 13 14 15 16 4. 17 3.4. In addition to prequalification, additional requirements for qualifcation may be required within various sections of the Contract Documents. Examination of Bidding and Contract Documents, Other Related Data, and Site 18 4.1. Before submitting a�id, each Bidder shall: 19 20 4.1.1. Examine and carefully study the Conn•act Documents and other related data 21 identified in the Bidding Documents (including "technical data" referred to in 22 Paragraph 4.2. below). No information given by City or any representative of the 23 City other than that contained in the Contract I�ocuments and officially 24 promulgated addenda thereto, shall be binding upon the City. 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 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. 4.13. Consider federal, state and local Laws and Regulations that may affect cost, progress, performance or furnishing of the Work. 4.1.4. 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) repoi�ts and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Contract Documents as containing reliable "technical data," 4.1.5. 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 Conti•act I�ocuments 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. CITY OF FORT WORTH W. 7`h Slreet Bridge Waler and Sanilary Se�ver Inrprovenients STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July l, 201 l 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 00 21 13 - 3 INSTRUCTIONS TO BIDDERS Page 3 of 9 4.1.6. Perform independent research, investigations, tests, borings, and such other means as may be necessary to gain a complete knowledge of the conditions which wili 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. 4.1.7. 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. 4.1.8. 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 fulfiliment of the intent of the Contract Documents. 4.2. Reference is made to Section 00 73 00 — Supplementary Conditions for identification of: 4.Z. l. 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. CITY OF FORT WORTH �f'. 7'h Street Bridge N�ater and Sanitary Setiver Lnprovements STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS 01693 Revised July l, 201 I 00 21 13 - 4 INSTRUCTIONS TO BIDDERS Page 4 of 9 1 4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder (i) 2 that Bidder has comp(ied with every requirement of this Paragraph 4, (ii) that without 3 exception the Bid is premised upon performing and furnishing the Work required by the 4 Contract Documents and applying the specific means, methods, techniques, sequences or 5 procedures of construction (if any) that may be shown or indicated or expressly required 6 by the Contract Documents, (iii) that Bidder has given City written notice of all 7 conflicts, errors, ambiguities and discrepancies in the Contract Documents and the 8 written resolutions thereof by City are acceptable to Bidder, and when said conflicts, 9 etc., have not been resolved through the interpretations by City as described in 10 Paragraph 6., and (iv) that the Contract Documents are generally sufficient to indicate 11 and convey understanding of all terms and conditions for performing and furnishing the 12 Work. 13 14 4.4. The provisions of this Paragraph 4, inclusive, do not apply to Asbestos, Polychlorinated 15 biphenyls (PCBs), Petroleum, Hazardous Waste or Radioactive Material covered by 16 Paragraph 4.06. of the General Conditions, unless specifically identiiied in the Contract 17 Documents. 18 19 5. Availability of Lands for Work, Etc. 20 21 22 23 24 25 26 27 28 29 34 31 32 33 34 35 36 37 38 39 40 41 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 Supp(ementary 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. CITY OF FORT WORTH W. 7`h Slree! Bridge 4{�aler and Sanilary Setiver b�tprovements STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS 01693 Revised July 1, 201 l 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 6. Interpretations and Addenda 00 21 13 - 5 INSTRUCTIONS TO BIDDERS Page 5 of 9 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 clarifcations 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 clarifcations will be without legal effect. Address questions to: City of Fort Worth 1000 Throckmorton Street Fort Worth, TX 76102 Attn: John Kasavich, P.E., Water Department Fax: (817) 871-8195 Email: John.Kasavich@fortworthtexas.gov Phone:(817)392-8480 6.2. Addenda may also be issued to modify the Bidding Documents as deemed advisable by City. 63. Addenda or clarifications may be posted via Buzzsaw at https://proj ectpoint.buzzsaw.com/client/fortworth�ov/Infrastructure%20Proj ects/01693 %20%20West%207th%20Street%20Brid e°g /020- _ %20Water%20and%20Sanitarv%20Sewer%o20ImprovementsBid%20Packa�e. 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 re(ied 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 comp(ete 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. CITY OF FORT WORTH ty 7`h Street Bridge Wafer and Sanitary Seis�er Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS O1693 Revised July 1, 2011 00 21 13 - 6 INSTRUCTIONS TO BIDDERS Page 6 of 9 1 8. Contract Times 2 The number of days within which, or the dates by which, Milestones are to be achieved in 3 accordance with the General Requirements and the Work is to be completed and ready for 4 Final Acceptance is set forth in the Agreement or incorporated therein by reference to the 5 attached Bid Form. 7 9. Liquidated Damages 8 Provisions for liquidated damages are set forth in the Agreement. 9 10 10. Substitute and "Or-Equal" Items i l The Contract, if awarded, will be on the basis of materials and equipment described in the 12 Bidding Documents without consideration of possible substitute or "or-equal" items. 13 Whenever it is indicated or specified in the Bidding Documents that a"substitute" or "or- 14 equal" item of material or equipment may be furnished or used by Contractor if acceptable to 15 City, application for such acceptance will not be considered by City until after the Effective 16 Date of the Agreement. The procedure for submission of any such application by Contractor 17 and consideration by City is set forth in Paragraphs 6.OSA., 6.OSB. and 6.OSC. of the General 18 Conditions and is supplemented in Section O 1 25 00 of the General Requirements. 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 11. Subcontractors, Suppliers and Others 11.1. In accordance with City Ordinance No. 15530 (as amended), the City has goals for the participation of minority business and women 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/WBE 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 5:00 P.M. CST, five (5) City 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 may be obtained from the City. 12.2. All blanks on the Bid Form must be completed by printing in ink and the Bid Fo1m 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. CITY OF FORT WORTH t4'. 7'�' Stree! Bridge Gi�aler a�td Sanitary Setiver Iniprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised Ju(y 1, 201( 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 00 21 13 - 7 INSTRUCTIONS TO BIDDERS Page 7 of 9 12.3. Bids by corporations shall be executed in the corporate name by the president or a vice-president or other corporate offcer accompanied by evidence of authority to sign. The corporate seal shall be affxed. 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 frm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the offcial address of the firm shall be shown. 12.6. Bids by individuals shall show the Bidder's name and of�cial 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. 12.9. All names shall be typed or printed in ink below the signature. The Bid shali 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 City 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 City Manager and fled with the Purchasing Offce 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. CITY OF FORT WORTIi {�! 7`h Street Bridge FVa(er and Sanitary Setiver hnprovenrenls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July 1, 2011 00 21 13 - 8 INSTRUCTIONS TO BIDDERS Page 8 of 9 1 14.2. Bidders may modify their Bid by electronic communication at any time prior to the 2 time set for the closing of Bid receipt. 3 4 15. Opening of Bids 5 Bids will be opened and read aloud publicly at the place where Bids are to be submitted. An 6 abstract of the amounts of the base Bids and major alternates (if any) will be made available 7 to Bidders after the opening of Bids. S 9 16. Bids to Remain Subject to Acceptance 10 All Bids will remain subject to acceptance for the time period specified for Notice of Award 11 and execution and delivery of a complete Agreement by Successful Bidder. City may, at 12 City's sole discretion, release any Bid and nullify the Bid security prior to that date. 13 14 17. Evaluation of Bids and Award of Contract 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 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 unqualiiied 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. I.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 qualifcations 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, perforcnance 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. 46 17.3. City may conduct such investigations as City deems necessary to assist in the 47 evaluation of any Bid and to establish the responsibility, qualifcations, and financial 48 ability of Bidders, proposed Subcontractors, Suppliers and other persons and 49 organizations to perform and furnish the Work in accordance with the Contract 50 Documents to City's satisfaction within the prescribed time. 51 CITY OF FORT WORTH 6V. 7'h Slreel Bridge Waler and Sani(ary Sewer bnprovernenls STANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July I, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 00 21 13 - 9 INSTRUCTIONS TO BIDDERS Page 9 of 9 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. 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 ful(y signed counterpart to Contractor. END OF SECTION CITY OF FORT WORTH {�! 7`h S/reet Bridge Water and Sanilary Seiver bnprovenrerrts STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS 01693 Revised Jufy 1, 2011 UO 35 13 • 1 COTdI'LCC"I' OP iNTF,RF_ST AFPIDAVI'i' Page 1 of l ? 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 1� �s 19 20 21 22 23 24 25 26 �� ?g 29 30 31 32 33 3� 35 36 37 SECTIUN 00 35 13 CONFr,ICT QF INTEIt�;S'I' AFFIDAVI'I' Each bidder, offeror, or respondent (hereinafter also referred to as "you") to a City of' Fori Worth (also referred to as "City"} procul•ement ara required to complete Conflict of Interest Questionnaire (the attached GIQ Form) and Loca( Government Officer Cont7icts Disclosw�e Statement (the attached CIS Forrn) below pursuarit to state law. This affidavit will ce��tify that the Bidder has on file with the City Secretary the required documentatian and is eligible to bid on City Work. The refei•enced forms may be downloaded from the �vebsite links provided below. http://i��ww, ethics. state.tx.us/forms/CIQ.,pdf htt�://ww�v.etliics.state.tx.us/forms/CIS,pdf � � d � CIQ Form is on file wiih City Secretary CIQ T�orrtt is being pt�avided to the City Sec�•etary CIS F�r�n is on F'iie with City Secretary CIS Form is Ueing provided to the City Secretary .' 1 R ' S.J. Louis Construction of Texas. Ltd. , By, William R. Geiser r Campany (Ple se Print) , 52Q_�uth....�tl_�..E%_Ye.�,.u.� _. Signature: _ ���—���,l� Address �---��W ���� � Mansfield, Texas 76063 _....___ Titie: __Secretary City/State/Zip (Please Print) END C7F SECTIC}N C:11'Y' O� FORT iT�ORTi I ;�[! 7`" Streel Brrdge GfRz�zr and Srurrtuty Se�s�er I�t�provettteraPs STA�31?A1ZI� CON51'[tCtCi'ION SPECI�'ICA'I'fOn DOCU1virNTS 01693 Revised iviarch 27. 2U12 00 41 00 BID FORM Page 1 of 2 SECTION 00 41 00 BID FORM TO: The City Manager do: The Purchasing Department 1000 Throckmorton Street City ot Fort Worih, Texas 76102 FOR: W. 7th Street Bridge Water and Sanitary Sewer Improvements City Project No.: 01693 Units/Sedions: All 1. Enter I�to Agreement The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with City in the form induded in ihe 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 submiriing this Bid, Bidder accepts aIi of lhe terms and conditions of the INVITATION TO BIDDERS and INSTRUCTIONS TO BIDDERS, including without limitatio� those dealing with the disposition of Bid Bond. 2.2. Bidder is aware of ali costs to provide the required insurance, will do so pending co�tract award, and will provide a valid insurance certificate meeting all requirements within 14 days of notification of award. 2.3. Bidder ceAifies that this Bid is genuine and not made in the interest of or on behal( 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 �ot direclly 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 �ot 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 infiuence the action of a public oKcial in the bidding process. b. "/raudulent practice" means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of City (b) to establish Bid prices at artificial non-competitive levels, or (c) to deprive City of the benefits of free and open competition. c. "collusive practice" means a scheme or arrangement between two or more Bidders, with or without the knowledge of City, a purpose of which is to establish Bid prices at artificiai, non-competitive levels. d. "coercive practice" means harming or threatening to harm, directiy or inditectly, persons or their property to intluence their participation in ihe bidding process or affect the execution of the Contract. cm oF FORr woaTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form ReWsed20120727 W 7fh Shaet Bridge Wafei and Sanifory Sawer lmprovemenfs 01693 � I� r 3. Prequallftcatlon The Bidder a�knowiedges that ihe tollowing work types must be pedormed only by prequalified contradors and subconlractors; a. Water Improvemenis b. Sewer Improvements 4. TtmQ of Completion 4.1, The Woric will be compiete tor Final Acceptancs within 90 days arier the date when the the Contraci 7ime commences to run ss provided in Paregreph 2,03 ot ihe General CondHions. 4,2. Bidder axepts the provisions of the Agreement as to Ilquidated damages in the event ot failure fo complete the Work {endlor achievement oF Milestones} within tha timas spaGfied In the Agreemenl. 6. AttaChed to this Bid by the entity nemed below, The following dacuments ere attached to and made a part of this Bid; a. This Bid Form, Sedion 00 41 00 b. Required Bid Bond, Section 00 43 13 Issued by a surety meeting the requirements o1 Paragraph 5.01 of the Generei Conditions. c. Proposai Form, Section 00 42 43 d. Vendor Compliance io SRate Law Non Resident 8idder, Section QO 43 37 e. MWBE Forms (optionaf nt time of bid) f. Prequalification Statement, Sedion 00 45 12 g. ConBict of Interest AN(davit, Sedion 00 35 13 `If necassary, CIQ or CIS forms are to be provided directiy to City Searetary h. Any additional documents ihat may be required by Seciion 12 of the instructions lo Bidders 6. 7otel BId Amount � ��. � n(� � '/ � 6.1, Bidder will complete the Work in accordance with the Cnntrad �acuments for fhe following bid amount. in the space provided below, please enter lhe iotsi bid amount for this project. Only this figure will be read publicty by 4he City at the bid opening. 6.2. Ik ie understaod and agrsed by ihe Bidder in signing this proposal thai the total bid amount entered below Is subject to verificalion and/or modification by multipiying the unii bid prices tor each pay item by� the respedive estimated quantities shawn in this proposal and than totaling all of the extended amounis. � 7. 6id Submittai 7his Bid is submiHed on August 02, 2012 Respe fully b d, By; � �C� , r� P .�,L r,� �, �,�� L� (Signaiure) William R. Geiser (Printed Name) Titte: Secretary Company: S.J. Louis Construction of Texas, Ltd. Address: 520 S. 6th Avenue, Mansfield, TX 76063 Hecc3ipt is acknowiedged o' Initiei (he followinq AddenAa: Adtleneum No. 1; ��/3 v�z rlddendum No: 2: Addendum No. 3: Addencl�m No. 4: Corporate Seal; ;� `ateS.ecx4c&�iA&ft�pRlAtiC�: Emall: billg@sjlouis.com Phone: (g 17) 477-0320 END pF SECTtON Cltt Of fqftT WORTH 3TAN�ARD CONSTRUCTION SP£CIFlCATIOH OOCUMENi3 Form Revmetl 20120J27 00 41 00 BI6 FORhi Pege 2 oi 2 4V. 716 Street &idy�a :Ys1e� snd Senila.ry Sews!!m{vo'ramer,h 07893 � ao �z a3 BIDPROPOSAL Pagc 1 of 1 SECTION 00 42 43 PROPOSALFORM UNIT PRICE BID Bidder's Application Project Item Infonnation Bidder's Proposal Bidlist Item Descri tion Specification Section Unit of NO• p No. Measure B'd Quantity Uni[ Price Bid Value Section A- Water Im rovements (P253-609170169383) 01 3305.1107 42" Casing By Other Than Open Cut 33 05 22 LF 85 $975.00 $82,875.00 02 3305.2007 24" Water Carrier Pipe 33 05 24 LF 85 $510.00 $43,350.00 03 3311.0854 36" DIP Water (Restrained Joints) 33 11 10 LF 10 $570.00 $5,700.00 04 3311.0874 36" Concrete AWWA C303 Water Pipe (Resirained Joints) 33 11 13 LF 70 $585.00 $40,950.00 05 3311.0654 24" DIP Water (Restrained Joints) 33 11 10 LF 310 $452.00 $140,120.00 06 3311.0261 8" PVC Water Pipe 33 11 12 LF 17 $69.00 $1,173.00 07 3311.0161 6" PVC Water Pipe 33 11 12 LF 33 $66.00 $2,178.00 08 3312.3010 36" Gate Valve w/ Vault _ 33 12 20 EA 1 $45,300.00 $45,300.00 09 3312.3008 24" Gate Valve w/ Vault 33 12 20 EA 2 $24,000.00 $48,000.00 10 3312.3003 8" Gate Valve 33 12 20 EA 1 $1,600.00 $1,600.00 � � 3312.3002 6" Gate Valve 33 12 20 EA 1 $1,200.00 $1,200.00 12 3312.1002 2" Water Air Release Valve & Vault 33 12 30 EA 1 $8,700.00 $8,700.00 13 3201.0614 9" Conc Pvmt Repair 32 01 29 SY 767 $63.00 $48,321.00 14 3201.0117 10' Wide Asphalt Pvmt Repair, Residential _ 32 01 17 LF 12 $55.00 $660.00 15 3216.0102 7" Conc Curb and Gutter _ 32 16 13 LF 20 $20.00 $400.00 16 3304.0101 Temporary Water Services _ 33 04 30 LS 1 $1.00 $1.00 �7 3305.0103 Exploratory Excavation of Existing Utilities 330530 EA 4 $1,000.00 $4,000.00 �g 3305.0109 TrenchSafety 330510 LF 440 $1.00 $440.00 19 3311.0001 Ductile Iron Water Fittings 33 11 11 TON 8 ,,$,1q.00 $8.00 20 3311.0021 C303Fittings 331113 LS 1 60�DDY��-e01M %Iv $1-:�0 21 3312.0001 Fire Hydrant 33 12 40 EA 1 $3,100.00 $3,100.00 zz 3312.2001 1" Water Service, Meter Relocation 33 12 10 EA 1 $1,400.00 $1,400.00 23 3312.2201 2" Water Service, Meter Relocation 33 12 10 EA 1 $2,000.00 $2,000.00 24 3471.0001 Traffic Control 34 71 13 MO 1.5 $2.00 $3.00 25 9999.0000 12" and Smaller Pressure Plug 02 41 14 EA 2 $500.00 $1,000.00 26 9999.0000 12" and Smaller Abandonment Plug _ 02 41 14 EA Z $300.00 $600.00 27 9999.0000 16" and Larger Abandonment Plug 02 41 14 EA 4 $400.00 $1,600.00 28 9999.0000 Salvage Water Valve 16" and Larger 02 41 14 EA 2 $300.00 $600.00 29 9999.0000 Connection to Existing Water Main 12" and Smaller 33 12 25 EA 2 $700.00 $1,400.00 30 9999.0000 Connection to Existing Water Main 16" and Larger 33 12 25 EA 3 $2,500.00 $7,500.00 31 9999.0000 Decorative Concrete Repair 00 00 00 SY 27 $90.00 $2,430.00 32 9999.0000 Sod Repair 00 00 00 SY 30 $3.00 $90.00 Subtotal Section A: 71N $d86;�p6�06 ,� S,S�/ ��? p Section B - Sewer Improvements (P258-709170169383) 01 3331.4610 54" Fiberglass Sewer Pipe, Select Backfill 33 31 13 LF 247 $693.00 $171,171.00 02 3339.2001 Sanitary Sewer Junction Structure at Sta. 0+00 33 39 20 LS 1 $64,000.00 $64,000.00 03 3339.2001 Sanitary Sewer Junction Struclure at Sta. 2+47.06 33 39 20 LS 1 $75,000.00 $75,000.00 04 3339.1106 5' Fiberglass Manhole 33 39 30 EA 2 $27,200.00 $54,400.00 05 3339.1103 5' Extra Depth Manhole _ 33 39 10, 33 39 20 VF 30 $1.00 $30.00 06 3301.0101 Manhole Vacuum Testing 33 01 30 EA 2 $100.00 $200.00 07 3301.0001 Pre-CCNlnpseclion 330131 LF 1203 $1.00 $1,203.00 08 3301.0002 Post-CCTV Inspection 33 01 31 LF 247 $2.00 $494.00 09 0241.2001 Sanitary Line Grouting 02 41 14 CY 25 $110.00 $2,750.00 10 0241.2117 54" SewerAbandonment Plug 0241 14 EA 2 $1,000.00 $2,000.00 � � 3305.0109 Trench Safety _ 33 05 10 LF 247 $1.00 $247.00 12 3471.0001 Traffic Control 34 71 13 MO 1.5 $2.00 $3.00 13 9999.0000 Gravel Trail 00 00 00 SY 386 $7.00 $2,702.00 14 9999.4000 Sod Repair 00 00 00 SY 1380 $3.00 $4,140.00 Subtotal Section B: $378,340.00 �!t✓ Subtotal Section A: $459;�00'0� �SS6� 69f�, � Subtotal Section B: $378,340.00 Total Bid:7n✓ gg.7��qp,.pQ. .�`��35 a 3 9, °p �' 60, p.� � : � CITY OF FORT NORTH IV. 7th Slrecl Bridge Wnter nnASruiilnn�.Snrerlmproremenis STANDARD CONSTRUCTION SPBCIPICATION DOCU�tENTS 0/693 Fomi Rc��scd 20120120 00 43 37 VENDOR COMPLIANCE TO STATE LAW Page 1 of 1 SECTION 00 43 37 VENDOR COMPLIANCE TO STATE LAW NON RESIDENT BIDDER r 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 nonresidenYs 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. �'he principal place of business of our company or our parent company or majority owner is in the State of Texas. � BIDDER: S.J. Louis Construction of Texas, Ltd. 520 South 6'" Avenue Mansfield, Texas 76063 By: William R. Geiser � , G-�.- i .vc.� (Signature) Title: Secretary Date: August 02, 2012 � END OF S�CTION CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Form Revised 20110627 W. 71h Street Bridge Water and Sanitary Sewer Improvements 01693 004511-1 BIDDERS PREQUALIFICATIONS Page 1 of 3 SECTION 00 45 11 BIDDERS PREQUALIFICATIONS 1. Summary. All contractors are required to be prequalified by the City prior to submitting bids. To be eligible to bid the contractor must submit Section 00 45 12, Prequalification Statement for the work type(s) listed with their Bid. Any contractor or subcontractor who is not prequalified for the work type(s) listed must submit Section 00 45 13, Bidder Prequali�cation Application in accordance with the requirements below. 10 The prequalification process will establish a bid limit based on a technical evaluation and 11 �nancial analysis of the contractor. The information must be submitted seven (7) days prior 12 to the date of the opening of bids. For example, a contractor wishing to submit bids on 13 projects to be opened on the 7th of April must file the information by the 31 st day of March 14 in order to bid on these projects. In order to expedite and facilitate the approval of a Bidder's 15 Prequalification Application, the following must accompany the submission. 16 a. A complete set of audited or reviewed fnancial statements. 17 (1) Classified Balance Sheet 18 (2) Income Statement 19 (3) Statement of Cash Flows 20 (4) Statement of Retained Earnings 21 (5) Notes to the Financial Statements, if any 22 b. A certified copy of the firm's organizational documents (Corporate Charter, Articles 23 of Incorporation, Articles of Organization, Certificate of Formation, LI,,C 24 Regulations, Certificate of Limited Partnership Agreement). 25 c. A completed Bidder Prequalification Application, 26 (1) The firm's Texas Taxpayer ldentifcation Number as issued by the Texas 27 Comptroller of Public Accounts. To obtain a Texas Taxpayer ldentification 28 number visit the Texas Comptroller of Public Accounts online at the 29 following web address www.window.state.tx.us/taxpermit/ and fill out the 30 application to apply for your Texas tax ID. 31 (2) The frm's e-mail address and fax number. 32 (3) The firm's DLJNS number as issued by Dun & Bradstreet. This number 33 is used by the City for required reporting on Federal Aid projects. The DITNS 34 number may be obtained at www.dnb.com. 35 d. Resumes reflecting the construction experience of the principles of the firm for firms 36 submitting their initial prequalification. These resumes should include the size and 37 scope of the work performed. 38 e. Other information as requested by the City. 39 40 2. Prequali�cation Requirements 41 a. Financial Staten�ents. Financial statement submission must be provided in 42 accordance with the following: 43 (1) The City requires that the original Financial Statement or a certified copy 44 be submitted for consideration. CITY OP FORT WORTH t7! 7°i Sireet 6ridge Wate�• and Sanitary Seiver bnprovemenls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS O/693 Revised July l, 2011 1 2 3 4 5 6 7 8 7 00 45 11 - 3 BIDDERS PREQiJALIFICATIONS Page 3 of 3 d. If a contractor has a valid prequalification letter, the contractor witl be eligible to bid the prequalified work types until the expiration date stated in the letter. END OF SECTION CITY OF FORT WORTH W. 7`h Street f3rrdge 6t�ater arrd Sanitary Setiver In:provenienls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July l, 201 I aoas i2-� PRF.,QiJAi.,IFiCAT[ON S'I'A'CL-'M�NT Page I of ! 2 3 4 5 b S�CTION 00 45 12 PR�QtJALIFICATION S`I'AT'�MENT Each Bidder for a City procurement is required to complete the inf�rmation below by identifying the prequalified conlractars and/or subcontractors whom they intend to utilize far the major work type(s) listed, Major Wo�'k'I'ype Cantractor/Subcontractor Company Name Prequalification F.,x iration Date Wate�� I�istribution, IIj•ban and Renewal, 12- S.J. Louis Construction of Texas, Ltd. 4/30/2013 irzch diameter and smaller Water Trafasmission, rlrban/xenewal, 42-inch S.J. Louis Construction of Texas, Ltd. 4/30/2013 diameter and smallef� _ Sanitary Irlterceptors, Urbc�ti/Renewal, S4-rr:ch S.J. Louis Construction of Texas, Ltd. 4/30/2013 and smaller 7 8 9 10 11 12 I3 i4 15 16 17 18 14 aa 21 �2 23 24 2� 2G The undersigned hereby certi�es that the contractors and/or subcontractors described in the labte above are cut�rently prequaIified for thz work types listed. BIDDE12: S.J. Louis Construction of Texas, Ltd. F3y: William R. Geiser Company (P ease�'rint) � ,. 520 South 6th Avenue Signature: _ L'— % Address _ _ .,._.. Mansfield, Texas 76063 Title: Secretary _�-�.��__ � _ ._ City/State/Zip (Please Print) Date: Au u� st 2�2012 ___.___�, END OF SECTION CI'CY OP FOR'C WORTH [Y. 7`° Slreet Qridge Watn.r• arrd Sanrtary 5eiver Lnprovemenls STANDARD CUNS"I'RUCPION SYF,CIFICA'I'IOl�! llOCUt�iENTS 01693 ltevised July I, 2011 00 45 26 - I CONTRACTOR COMPLIANCF, W[TH WORKER'S COMY�,NSATION LAW Page 1 of 1 t SECTION 00 45 z6 2 CUN'1,RAC'TOR COMPLIANCF, WITH WORKER'S CUMYENSATI�N LAVV 3 �'ursuant to "I`exas I,abor Code Section 406.096(a), as amended, Cantractor certif es tllat it 4 provides wprker's compensation insurauce coverage for all of its employees employed un City 5 Project No. D1693. Contractor further certi�ies that, pursuant to Texas Labor Code, Section 6 406.U96(b), as amended, it will provide to City its subconh�actor•'s certiflcates of complianee ��+ith 7 worker's compensation coverage. 8 9 CUNTRACTOR: 10 i l S.J. Louis Construction of Texas ,Ltd. By: _:William R. Geiser 12 Company (P eas Print) 13 14 520 South 6th Avenue_ __ Signature; � r�,. � 15 Address � lb 17 ��,sfielci- Texa��.�.(�Q�'i 'I'itle: Secretary _.__.. __.________.. _ . _...�_—.—...:. 18 City/State/Zip (Please Pi•iPit) 19 20 21 THE STATE OI' 'I'EXAS 22 23 CDUNTY OF TARRANT 24 25 BEF4RI? ME, the undersigned authority, on this day personally appeared 26 William R. Geiser , known ta m� to be the person whose name is 27 subscribed to the foregoing insiiument, and acknowledged to me that he/she executed the samz as 2S the act and deed of __ Secretary_ __ _ _ _ f'or the purposes and 29 cansideration therain expressed and in the capacity therein stated. 30 31 32 33 34 3� 36 37 38 39 G1VEN 1JNDER MY HANll AND SEAL OF OFFIC� tlYis 2nd ___day of August , 2012. ItiTotary Public i and for ihe State of Texas Alejandra Melchor ENll t'1F SECTION .,.n.>. � r.._`;����,,,,,. ;•o;�^r?y,m;.,,, ALEJANDRA MEICHOR _';' '°: Notary Public, State of Texas =y.����.; My Commission Expires '•�"„„o;;;`.�° December 09, 2015 CI'CY OF FORT WOR"t ti t3'. 7`" Slreet IJri�lge I'i�({/CY (I�dCI ;SptlJI071� Se»�er hr'rpf�ovr�trents `�"'Cr1ND1�RC7 CONS'1'RUC'('10N SPECIFICA'l'IU�! DOCUMEN'i'S 0I693 Kevised ltily t, 201 l 00 45 39 - I MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL Page 1 of 1 1 SECTION 00 45 39 2 MINORITY AND WOMEN BUSINESS ENTERPRISE GOAL 3 APPLICATION OF POLICY 4 If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable. 5 If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable. 7 POLICY STAT�MENT 8 It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority 9 and Women Business Enterprises (M/WBE) in the procurement of all goods and services to the 10 City on a contractual basis. All requirements and regulations stated in the City's current Minority I 1 and Women Business Enterprise Ordinance apply to this bid. 12 13 M/WBE PROJECT GOAL 14 The City's M/WBE goal on this project is 10% of the total bid (Base bid applies to Parks and 15 Community Services). 16 17 COMPLIANCE TO BID SPECIFICATIONS 18 On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's 19 M/WBE Ordinance by either of the fo(lowing: 20 1. Meet or exceed the above stated M/WBE goal, or 21 2. Good Faith Effort documentation, or; 22 3. Waiver documentation, or; 23 24 25 26 27 Joint Venture. Failure to comply with the City's M/WBE Ordinance, shall result in the Bid being considered non-responsive. Any questions, please contact the M/WBE Office at (817) 212-2674. 28 SUBMITTAL OF REQUIRED DOCUMENTATION 29 The applicable documents must be received by the Managing Department, within the followin� 30 times allocated, in order for the en ttte bid to be considered res�onsive to the specificat�ons The 31 Offeror` shall `deliver ;the. MIWBE 'dacuttientaiiqn tn person to the � appropriate erriploye� �'di the 32 YVlanaging Dep';artment and, obtain a date/tiirie receipt.� Such recei�t shaXl be evidence.tiiat.,the' Cit� 33 received the documentation ;in th�;time alloca�ed.'',,A.f�ed copy �will not b,e'accepted: 34 35 1. Subcontractor Utilization Form, if goal is met received by 5:00 p.m., five (5) working days after the or exceeded: bid o enin date, exclusive of the bid o enin date. 2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) working days after the Utilization Form, if participation is less than bid opening date, exclusive of the bid opening date. stated oal: 3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) working days after the Utilization Form, if no M/WBE artici ation: bid o enin date, exclusive of the bid o enin date. 4. Prime Contractor Waiver Form, if firm will received by 5:00 p.m., five (5) working days after the erform all subcontractin su lier work: bid o enin date, exclusive of the bid o enin date. 5. Joint Venture Form, if utilizing a joint venture received by 5:00 p.m., five (5) working days after the to meet or exceed oal. bid o enin date, exclusive of the bid o enin date. 36 �ND OF SECTION C[TY OF FORT WORTH 6V. 7`h Street Brrdge Water and Sanrtary Seti+�er /mprovements STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS 01693 Revised J¢ure 14, 20l2 00 52 43 - 1 Agreement Page 1 of 4 2 SECTION 00 52 43 AGREEMENT 3 THIS AGREEMENT, authorized o�YY,�� 4° ���,O�i� is made by and between the City of Fort I d ��T i 4 Worth, a Texas home rule municipality, acting by and through its duly authorized City Manager, 5 ("City"), and S.J. Louis Construction of Texas.LTD , authorized to do business in Texas, acting 6 by and through its duly authorized representative, ("Contractor"). 7 City and Contractor, in consideration of the mutual covenants hei�einafter set forth, agree as 8 follows: 9 Article L WORK 10 Contractor shall complete all Work as specified or indicated in the Contract Documents for the 11 Project identified herein. 12 Article 2. PROJECT 13 The project for which the Work under the Contract Documents may be the whole or only a part is 14 generally described as follows: 15 West 7`�' Street Brirlge Water and Sattitrrry Sewer Inrnroven:ents 16 Citv Proiect No. 0169; Wnter No. P253-609170169383 • Sewer No P258-709170169383 • 17 DOE No. 6852 18 Article 3. CONTRACT TIME 19 3.1 Time is of the essence. 20 All time limits for Milestones, if any, and Final Acceptance as stated in the Contract 21 Documents are of the essence to this Contract. 22 3.2 Final Acceptance. 23 The Work will be complete for Final Acceptance within 90 days after the date when the 24 Contract Time commences to run as provided in Paragraph 2.03 of the General Conditions. 25 3.3 Liquidated damages 26 Contractor recognizes that time is of the essence of this Agreement and that City will 27 suffer financial loss if the Work is not completed within the times specified in Paragraph 28 3.2 above, plus any extension thereof allowed in accordance with Article 12 of the 29 General Conditions. The Contractor also recognizes the delays, expense and difficulties 30 involved in proving in a legal proceeding the actual loss suffered by the City if the Work 31 is not completed on time. Accordingly, instead of requiring any such proof , Contractor 32 agrees that as liquidated damages for delay (but not as a penalty), Contractor shall pay 33 City Six H[utrlred Twentv Five Dollars ($625.00) for each day that expires after the time 34 specified in Paragraph 3.2 for Final Acceptance until the City issues the Final Letter of 35 Acceptance. CITY OF FORT WORTH W. 7'�' Str�eet Br�idge Water� and Sanitary Sewer� hnpf•ove�r7ents STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01693 Revised June 4, 2012 � 00 52 43 - 2 Agreement Page 2 of 4 36 Article 4. CONTRACT PRICE 37 City agrees to pay Contractor for performance of the Work in accordance with the Contract 38 Documents an amount in current funds of Nine Hundred Thirty Five Thousand and Thirty Nine 39 Dollars and No Cents ($935,039.00) . 40 Article 5. CONTRACT DOCUMENTS 41 5.1 CONTENTS: 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 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 specifrc) b. Current Prevailing Wage Rate Table c. Insurance ACORD Form(s) d. Payment Bond e. Performance Bond £ Maintenance Bond g. Power of Attorney for the Bonds h. Worker's Compensation Affidavit i. MWBE Commitment Form 3. General Conditions. 4. Supplementary Conditions. 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. CITY OF FORT WORTH W. 7`�' Stf•eet Bridge Water and Sanitary Sewer Irrapr•overnents - STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01693 , Revised June 4, 2012 005243-3 Agreement Page 3 of 4 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 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 specificallv intended to operate and be effective even if it is alleged or proven that all or some of the dama�es being sou�ht were caused, in whole or in part, bv any act, omission or ne�li�ence of the citv. This indemnity provision is intencled 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 ofticers, 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 worlc and services to be performed by the contractor, its officers, agents, employees, subcontractors, licensees or invitees under this contract. This indemnification provision is sqecificallv intendeci to onerate and be effective even if it is alle�ed or proven that all or some of the dama�es bein� sou�ht were caused, in whole or in nart. bv anv act, omission or ne�liEence of the city. Article �. MISCELLANEOUS 97 7.1 Terms. 98 Terms used in this Agreement which are defined in Article 1 of the General Conditions will 99 have the meanings indicated in the General Conditions. 100 7.2 Assignment of Contract. 101 This Agreement, including all of the Contract Documents may not be assigned by the 102 Contractor without the advanced express written consent of the City. 103 7.3 Successors and Assigns. 104 City and Contractor each binds itself, its partners, successors, assigns and legal 105 representatives to the other party hereto, in respect to all covenants, agreements and 106 obligations contained in the Contract Documents. 107 7.4 Severability. 108 Any provision or part of the Contract Documents held to be unconstitutional, void or 109 unenforceable by a court of competent jurisdiction sha11 be deemed stricken, and all 110 remaining provisions shall continue to be valid and binding upon CITY and i l l CONTRACTOR. 112 7.5 Governing Law and Venue. 113 This Agreement, including all of the Contract Documents is performable in the State of 114 Texas. Venue shall be Tarrant County, Texas, or the United States District Court for the 115 Northern District of Texas, Fort Worth Division. CITY OF FORT WORTH W. 7'f' Stf•eet Bf•idge Water and Sanitafy Sewer Improvernents STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01693 Revised June 4, 2012 005243-4 Agreement Page 4 of 4 116 7.6 Other Provisions. 117 The Contractor agrees to pay at least minimum wage per hour for all labor as the same is 118 classiiied, promulgated and set out by the City, a copy of which is attached hereto and 119 made a part hereof the same as if it were copied verbatim herein. 120 7.7 Authority to Sign. 121 Contractor shall attach evidence of authority to sign Agreement, if other than duly 122 authorized signatory of the Contractor. 123 124 IN WITNESS WHEREOF, City and Contractor have executed this Agreement in multiple 125 counterparts. 126 127 This Agreement is effective as of the last date signed by the Parties (`Bffective Date"). 128 Conh�actor: S.J. Louis Construction of Texas, Ltd. B : .� G .����«,�- Y i // �t.' (Signature) � v. wr�,� (Printed Name) Title: General Address: 520 South 6th Avenue City of Fort Worth By: .� �,�., Fernando Costa Assistant City Manager Date ►_� (Seal) /Z Y,,�.c.�c. /� � Mary J. Kayser, .p,-t>.'o City Secretary ,cy'a Q� M&C C' Z�� 5 �o Date: � � (,� r� 1 0 0°�►'�' � �j��� °�o�� �o��q.a City/State/Zip: Mansfield, Texas 76063 Approved as to Form and Legality: 129 130 131 132 133 134 135 136 137 138 V�/�` c�-� � Y� . l� r Date �� Douglas W. Black Assistant City Attorney .-,— , _ . -� OFFI��AL RE���('`���� 4►1iY SE�IRE'�A�1' �T. VMd�.'�HI, �"�C �- _ _ APPROVAL RECOMMENDED: i �,; ��- ; Frank Crumb DIRECTOR, Water Depar�tr��ent CITY OF FORT WORTH W. 7`�' Stf•eet Bridge Water and Sanitaf y Sewer Irnpr�oven�ents STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS City Project Number 01693 Revised Jwie 4, 2012 00 61 13 - 1 PERFORMANCE BOND Page l of 2 l 2 3 4 5 6 7 8 � THE STATE OF TEXAS COUNTY OF TARRANT SECTION 00 61 13 BOND #190016693 PERFORMANCE BOND § § KNOW ALL BY THESE PRESENTS: § That we, S.J. Louis Construction of Texas LTD , known as "Principal" herein and Liberty Mutual Fire Insurance Company, 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), 10 are held and firmly bound unto the City of Fort Worth, a municipal corporation created pursuant 11 to the laws of Texas, known as "City" herein, in the penal sum of, Nine Hundred Thirty Five 12 Thousand and Thirtv Nine Dollars and No Cents ($935,039.00), lawful money of the United 13 States, to be paid in Fort Worth, Tarrant County, Texas for the payment of which sum well and 14 � 16 17 18 19 20 21 22 23 24 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 6 day of November , 2012, 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 West 7T�' Street Bridge Water and Snnitnry Sewer Inrnrovenrents ; Citv Proiect No. 0169: Water No. P253-609170169383; Sewer P258- 70917016938; DOE No. 6852 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 25 faithfully perform the Work, including Change Orders, under the Contract, according to the plans, 26 specifications, and contract documents therein referred to, and as well during any period of 27 extension of the Contract that may be granted on the part of the City, then this obligation shall be 28 and become null and void, otherwise to remain in full force and effect. m 30 PROVIDED FURTHER, that if any legal action be filed on this Bond, venue shall lie in Tarrant County, TeYas or the United States District Court for the Northern District of Texas, Fort 31 Worth Division. CiTY OF FORT WOR'CH W. 7t6 Street Bridge Water and S�uiitazy Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Ciry Project Ntunber 01693 Revised July 1, 2011 Ob 61 13 - 2: PGRI�QRMANGF BOiVn P.age 2 of 2 , 1 This bond is made:and executed in compliance.with fhe pro�+isions of Ghap�er'�253 of ilie, , 2 Te�� Government Code, as amended, and all lisbilitaes on t�is bond shatl be deterrziined i�i 3 accardance with th;e proyisians of;said stat�ue. 4 IlV W�TNESS WHEREOF, i%e Principai and Elie �urety Y►ave ST��VED and SE�I:,ED 5 this instrument by c�uly authorized agen�ts and �fficsrs an'this th�_; ��.f `��. ��?�1�20�.. PRINCII'AL: S. J. Louis Construction of Texas, LTD ' '�' � / �'/ ,� .s/ �,//%/� �� .� r •. •n:� . 1• . � -� - �i �iness a ' Pr' ' ipal Adam Lunsfor BI': �;� !� G(('���r�=�Y ib ature: Les V. Whitman, General Manager Name and Tit1� Address: 520 South Sixth Avenue Maris�iefd i�7�� 817-477-0320 Liberty�Mutual Fire I — /—, BY: `--�t�j rance C�i�npany J.J. Sche[sc�hligt, Attorney-In-Fact N� and Title Address: 450 Plymouth Road, Suite 400 , Pl�mouth Meeting PA 1_9462-1644 ��`,,,� � , , �' ,� � � �: Witness a to Surety T.M. Crittenden TeIe�hone Number. T651-365-7493 *Note: lt signed by an afficer of the; Surefy �ompany, there must be on. : file a cerfified extract fi-c�m #l�a by-laws sfiowing tllat this person. has autfiority to sign sueli obligation. If Surety's physical address is dif�`eTen# from its mailing address, b.o�h must be provided. The date oi�ti�e band shalt not be prior ta the'.date the Contract is awarded. 44 CITY OF FOItI"WOR'i'H W. 7'� Street I3�i3gc Water an�l'Sanitary Sewerlmprovements STANDAI�p GY)�IS"1'RUCfION Si'�CIFICATION DOCUIvIF�iT$ (`ig� Project Number'Of 693. Rcvised Ju}}� 1, 24� 1. 00'4I 14 = f I�P,YM�"NT' DQi�ECT Page l of 2 fiHE S7'A'TE OF TEX.AS COU�ITY Q� TARRAlYT sECT�o�v ao �1 �a. PA.YIvIENT BOND § § KNO'W ALL BY THESE ERESENTSi § 7 I'hat we, S,J. Louis Construction of' Texas, �,'L�., known as "Principal" herein, and 8 Liberty Mutual Fire Insurance Company ; a corporate su.rery 9 (5ureties}; duly sutiioriied to do t�usiness ui t�e258- :State of T�xas; ki�owil as "Suret�' hereiir 10 {r�hether br�e or more�; are �eld and firmly bound ;unto the C%ty of' Fort Worth, � mun:'rcipal 11 corporation'.oreated pursuant #o the iavvs of.the Stafe o� Texas, known as "Cit}�' herein, in the 1'2 penal sum o#' Nine'l�undred Thir�,y'�`ive 'rhousand and Thiriy Nin�'Dollars anc� No Ce�ts 7'3. ��935,�Q39.D0� 'lawful: m�ney of'#h� United Statas :tei be paid in Eo�t Wnrth, T�rrant Couniy, �4 Tz�as, for tlie payment of wliich sum We11 and tn�Iy be made; we bind ourse.lves, vur heir5; 1'S executars, administrators, suGcessors antl. assigns; jointly, and severally, firmly by these presents: r� 37 18: I9 20 �1 WHE , P' ci �l�as ent�red into a carta�n wriften Ct�ntraet with Ci�y; awarded the �� � � ��:. day of " , wY�ich Gontract'is here3iy referred to and made a part hereof'for atl, purposes as if fully set fort� herein, to furnish all materials, equipment, labar and other accessories as defir�ed by Ia�v, i� the �rosecutio�n af the'Work as provicied for in said:Cantract and �rincipal shall pay .all .monxes 'owing to. an;y: {and aIl) payment bond benefei.ary (as defined in Ch,apter ?253 ofthe Texas Govexnment Co�e; as amended) in the prosecutiQn of the Work'under the Contracf; then,this.obligation shall;ba anci beco�tte_null and void; otherwise to remain in fuli force and effect: 27 �g 29 3� This bond is u�ade and e�ecuted m compliance with:the p�ovisians of Chapter 2253 of the 'I'exas Govenunent Code, as ame�ided, and aIl lia6ilities on this bond shall be detez�tined �i accordance with tlie provisions of said statute. GiTY OF FORT WORTfi W.7`" StrcetBridge RFater and Sanitarp Se�ver Impi-ovemen�s STANL?ARi7 CONSTRUCT'IO��I SI'ECiFTCA`I'�C)N DOCUMENTS City Project Numba 01693 Revised July 7;, 3011 NOW, ZT�EREFORE, THE CONDI'I'ION OF ''I'FIIS OBI:IGATIQl� is such that if Q�b[ 14-2 PAYIvfEN't' BOI�I] Fage 2 of 2 i 11Y'WITNESS VVHE�2EpF, tha Principai and Strrsfy have each SZGNED and SEA.LED 2 tlus instrumenf by duIy author�zed agenCs �nd offic�rs o�' fhis the da.y of , . _ i+'���� () � I(11; . 3. PRINCIPAL< S: J. Louis Construction of Texas, LTD A7`TEST: � �,� (Priiicip�i) ecr Donald Steph l��i itness o uicipal _ Adam Lunsford A:TTE�`i'; (Surety) Seeretary i / ,�� � � ,. �1 _ � l � Il.l���' ,�f<r ��- Witness as to SivetyT.M. Crittenden BY: . � //�� �i G�Il�sLcilc��lv Signature Les V.Whitman, General Manager Name and '£i�le Addr�ss: 520 South Sixth Avenue Mansfield TX 76063 817-477-0320 �L3I�ETY: Libertv Mutual Fire Insurance Co : 'I'�leplione Nurnber: 651-365-7493 Signat�r�l i / J.J. Sch� Attornev-I n-Fact hddress: 450 Plymouth Road, Suite 400 Plymouth Meetinq PA 19462-1644 Note. �f signed by an o�cer of the 'Surety, tliere must be an file a certifed exfract fram the bylaw�s sfiowing t�ai this :perscin has authori#y to sign such' obligation. If St�rety's physical address is diff�rent fram its maiiing addres's, both must be p�ovided. 1'he daie of the bond shail not be griar to the da#e �ie Caniract is awarded. 10. 11 El��`D OF SECTION CITY QF. EOR I' VJOR1'i-I W�°i $tceet'k3ridge Water and 5anitAry $cwer Impmvemenis S�'f�NDARI� C(7NSTRUC'PION SP�CIPICATION DOCU`MSNiS �ity Project Number 01643 'Revised 3uly 1, 2(1a1 !� 0€�6t I9,I MAINTEIVANC� $C31�FU Page 1 of 3 SECTIUN 0"4 61 1:9 T�IAINTF�iANCE RpNf}' THE STATE �F �"EXAS §' _ §' T�NOW ALL E�.' THESE PRESENTS: COI.I��ITY OT'7�'ARRAi�1T § `I'hat �re, S.J. Louis Construcfion of Te�cas, LTD. , icn,own as "Princ'ipal" �terein and � Liberty Mutual Fire Insurance Company _ , a corpora�e.surefy (sareties, iftttore than 9' one) duly suthorized tv do- business in the State of Texas, knovvn as "Stzrety"'herein (whether one IU or inore), are held and'fniily �iound unto tiie City ofFort WoFtfi, a rr�unicipal corporation created l l pw5uan# to the Iav�s of #he State �f TeYas; known'as "City" herein, in the sura af Niue I�urndrec€ l? Ti�irtv Five T�ausand and Thiriv Nne DQllars'and Na Cenfs f�'935.03�.00), �awful mQney'of 13 the Uiiited States; to be paid in Faxt Worth, Tarrant Gouniy, Texas, for, pay�nent of which sum 14 well and truty be: made unto'the. City and i#s successc�rs', we bind aurselves, our heirs; executors,. l5 adminish-ators; s.uccessors ,and assigns, jointly anel severall�, fu�mly by t6ese presents. I6 17 WHERE , the Pr'incipal'has eatered into a cerfain tvritten con�ract with the City awarded: the ����. 18 t��?t �'�! ��o , 2012, which Contract is hereby referred to and a made.part herebf for a�l 19 pnrpdses as if fizIiy set forth herein, #o furnish all mate�ials, equiptnerrt Iabor and other accessories 24 as defined by law; ir� ihe prosecution of the Work, inc�ud'zng an� �Vork resulting frona a duly 2'1 authoriz�ci �hange Order �coilecfively �erein, the ."Work'?) as provided �or in said contract and 22 designated as West i" S'treet Brid�e Wcrter a�ul �Sanitary Sewer Improvernenis: Citv Pro ect 23 No.OI b93; WulerNo:I'253-61191701693$3;Sewer'P258-?09Z70I69383; DOE 1�'0.6852:. 24 _ �HEREAS, �'rinczpal binds itself to use such m. aterials and to so cUnstruct the Work,in accordance with the plans, specifi�afions and Cantract Docurnenks fhat �he '4Vork is' and will remain frea'from defects in materials �r worknianship for and'.duiing the period of hvo (Z) years af�er tlie da#e of Fin�l �lccep#ance of the Work.by the City ("�rlaintenance Period'�; and 30 WI3ERE�S, Principa] binds itself to repair or reeonstruct the �JVork in whole or in �iart 31 upon'receiring uatice �rom the City oftlie,need therefor 1t any time witIiin the Maintenance 32' Periotl. 33' CITY OF FORT Vi+ORTii W. 7`" Stiect:Bridgc Watc� and Ses��er ]mproVements. STANDARD CONSTItUCT10fJ SPECIFICr#TION DOCUiviEt�fTS Cicy Pibjcct Numbe,� 01693 Revie.ed 3vly 1, 2011 '1 �. 3 0061 t9�2 NFA:IIVTEN:ANG� BC}Ni3 Page 2 oP3 NC?'W THE�FrDRE, "t�e coniiition ofihis obligation is such t�iat if Principal shaii. remedy any ;defective Wflrk,:'�ar vv%'ich �imely nr�tiCe 'tiv�s �iravided by Cify, to a eomgletion satisfaetory Yo the: Gi1y� therz this flbiigation s�a1i'become:nuil ancl �aid; dther�ise to remain in #'uil for�e'and effect'. 6 PROVIDED, H.OWEVER, if Princigal shal� fai� so to repair oz recons�uct any time�y 7 n;oticed defee#ive Work; it is agr�ed:t�at the City may cause a.ny and all sucli defec�ive Wark, to 8 be repaired'�iad/t�r reconst�tucted wifh ali associated cosrs thereof being borne by the Principal and 9 the Sitrety under �his Mairttena�ce tiond; and PRfJVIDED FURT.I�J[2, tl�at if any lcgal act'tori be filed on this Bond, venue shall lie. in �`arrant Ct�uniy, Te:�as ar flie tlniteii States `I�istriet Eaurt for the Nbrthern District �f Texas, F'ort Worth Division; and PRO'ViDE�? FURTI�E�t, #hat this obligation shali be continc�otts itt nature and suc�essive �ecoverics may be had hereo�.�or successive breaches. 18 1� Cl'T7f OF FpRT WpRT�3 V1. 7'� Stccet �ridge Watcr and Se�yeer Improvement� STANDARD CflNSTRUC'I`iON SPECIFICAT[UN IXa�i1�tEN3'S Cit� Project.I�iumber (?fC�93` Rcyiscd.Tuly l, 2fli i 00b119-3 IvlAINTENANC"E BfJND Page 3 of 3 2 � � IN'WITNESS WHEREOF, the Prin�ipal and #he'�urety have each SIGNED ai�d �EALED,ihis, instruri�ent by duly aufhorized agen�s at�d officers: on thi� fhe day'o�J ()1/ i V� ��� .2U A �� ( rincipai) Secr ry Donald Ste ens it�ess a: r' paI Adam Ltinsfor A'T'I'FST: PRINC�I'AL; S. J. Louis Construction of Texas, LTC ,,d BY: f;� �� ��{���z.—. Si _ ture Les V Whitman, General Manaqer ` Name. and Title Address: 520 South Sixth Avenue Mansfield TX 76063 817-477-0320 . SLIRETY: Liberty fVlutrr-al=�ire In,surance Company __� � i _ BY: � S�gn e _ J.J. Sche� h'gt, Attorney-In-Fact_ Name and Title AddresSc 450 Plymouth Road, Suite 400 (Surety) Secretary Plymouth Meetinq PA 1 1 9462-1 644 , ' ,% i -��� � --. _ �+- � � ` ��---�.�_ � . �,. , . Witness a�t� 5urety T M Crittenden TelephoIIe Nttmber 651-365-7493 \ *Note; If sibned by an afficer cif the Surety �on�pa,ny. there inust: he on;file a certified extract from tlie by-laws �ho�ving that C�is persan has aathority to si�,m such obligation: If Surety's physical address is different from �t5 mailing address, both tnust'be provided, The date of the bond sh�il not be prior to tt�e date the Contract is awarded. 41 CITYOF FOR'i' WOitt}i W: 7°t Strv�Y 13ridge' Water artd �eR�ec ir�p[ovementc 5TA2�IL)AItD CON$TftUCTIQN SPF.CIFIGATION'DOCI,TMENTS, City Projcct Nuinbcr U1693 itev'Lscd Tuiy 1; 2011 LiN1X'�'ED P.�.RTN�RSHIP AC�'O�'YLE�GME�'i' STA'!'E 4F TE�1S COL�NTY OF TARRANT On this day of , ZO , before me personally a�peared Les V. Whitman to me known «�ho bein� h}1 me duly sworn, tl�ai he/she is the General Manager - of the - S.J. Louis Construction of Teias Ltd. ti�e Limited Partnership described in and which executed the fore<,oin� instzumeni; that he/she si�,ned his/her .name thereta by order of the Board of Governors o�� said Limited Parinersllip. Notary Public _ tary Seal) Alejandra Melchor �.��a'r">'uB% ALEJANDRA MELCHOR ;��' �^": Notary Public, State of Texas =�;. ��y.` My Commission Expires �°%%;;�;;;;�� December 09, 2015 ACKNOWLEDGEMENT OF ATTORNEY-IN-FACT STATE OF South Dakota Count�� of Minnehaha , On this day of , , before me, a NotarS� Public, witlun and for said Counry and State, personally appeared J.J. Scherschligt to me personally kno��n, and known to me to be the Attomey-in-Fact of and for the Liberty Mutual Fire Insuranee CO(7lpany a corparation. created, orgaruzed and existing under and b�� virtue of the la�°s of the State of Wisconsin upon oath did say that the corporate seal affixed to the attached instrument is the seal of the said Company; that the seal was affixed and the said instrument was eaecuted by the authority of its Board of Directors; and he/she did also acl�nowledge that he/she eaecuted the said instrument as the free act and deed of said Company. • ��`'� %�'� � � � � Aprii 14, 2015 _, , � � � -,'. , �� Notary-Public T.M. Crittenden NIy ComrnissionE;cpires TNiIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 531462( This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL FIRE INSURANCE COMPANY WAUSAU, WISCONSIN POWER OF ATTORNEY KNOWALL PERSONS BYTHESE PRESENTS That Liberty Mutual Fire Insurance Company (the "Company"), a Wisconsin stock insurance company, through its Assistant Secretary, pursuant to and by authority of the Board of Directors hereinafter set forth, does hereby name, constitute and appoint G. M. JOYCE, W. W. TOWNSEND, ROGER STARKS, J. E. JENCKS, G. A. LOOS, JACK E. MILLER, J. D. MULLER, C. A. REAVES, J. J. SCHERSCHLIGT, ALL OF THE CITY OF SIOUX FALLS, STATE OF SOUTH DAKOTA ................................................................................................................................................................................................................................................................................. , each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding ONE HUNDRED FIFTY MILLION AND 00/100"""'"""*"••�**••••••••••••••••••••••••••• DOLLARS ($ 150,000,000.00"""'"_"•_'"•__"'•'•'•R" ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and aflested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein, among other things, it was: VOTED that the Secretary and each Assistant Secretary be, and each of them is, authorized to execute powers of attorney qualifying the attorney named in the given power of attorney to execute on behalf of the Company surety undertakings, bonds, recognizances and other surety obligations; and that the Secretary and each Assistant Secretary be, and each or any of them hereby is, authorized to attest to the execution of any such power of attorney, and to affix thereto the corporate seal of the Company. That the Resolution set forth above is a true copy thereof and is now in full force and effect. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Fire Insurance Company has been a�xed thereto in Plymouth Meeting, Pennsylvania this 12th day of April , 2012 �ti�rv¢�°�'!'?�"r.,��, LIBERTY MUTUAL FIRE INSURANCE COMPANY � <�'/ `, �5 `•,, ~��t3fGi`,!EP�ft7:76U��;'�u � � t'�i i fIl¢3 i ��,^ /�'7 ,�\, `�� �,.,�! J' B�/ r �' ��e"'`'..' '� David M. Carey, A'sistant Secretary COMMONWEALTH OF PENNSYLVANIA ss COUNTY OF MONTGOMERY On this 12ih day of April 2012 , before me, a Notary Public, personally came David M. Carev, to me known, and acknowledged that he is an Assistant Secretary of Liberty Mutual Fire Insurance Company; that he knows the seal of said corporation; and that he executed the above Power of Attorney and a�xed the corporate seal of Liberty Mutual Fire Insurance Company thereto with the authority and at the direction of said corporation. IN TESTIMONY WHEREOF i�a�e<�er2unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsyivania, on the day and year first above written. ��� ����" � �� � q��k�1[S�� ����, ���" P�'11 irl 5f� j�. . .. . � � �' 3 ����� � ,� �� n E z ',a :? � � t � y (� 33 E - ��,l� �"—.--- /l� Q'.���.� `�" � � I'y.n tE i�3„� � a�r-:t (� rt,+ By S �� �' � . r£;nt r t. i- ; F c . fi r L?f�9 � �� �� �� E�,,, � , , �„ -, , � .;;� € �; ;;�j Teresa Pastella, Notary Public �� � ,� 4: CERTIFICATE v; ���d `��3�„ � � x , i�Yi a� � ,,,.�: I, the undersigned, an Ass�sti�n��Se`Cr�ttary of Liberty Mutual Fire Insurance Company, do hereby certify that the original power of attomey of which the foregoing is a full, true and correcE'copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney was one of the o�cers or officials specially authorized by the Board of Directors to appoint attorneys-in-fact as provided in the Unanimous Consent and Vote of the Board of Directors of Liberty Mutual Fire Insurance Company dated June 28, 2006. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the Board of Directors of Liberty Mutual Fire Insurance Company evidenced by the Unanimous Consent and Vote of the Board of Directors dated June 28, 2006 wherein it was ' VOTED that the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating ' thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signature and facsimile seal shall be valid and binding �� - upon the Company when so affixed and in the future with respect to any surety undertakings, bonds, recognizances and other surety obligations to which it is attached. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this day of �;� I , � , ,�a ��' ITJ`i'— / � 1,,� ;� .,�,, �„� ^ ��,<`.,�;`€�i�sco�rrnen�s+n1{",� — ta:�a ;,'' `'�� 1�`;' Gregory W. Davenport, Assistant Secretary �� ............. ,� �'vaeu+�o� i� � r� t��`�' r► � ,. Important Notice TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT: __ You may write to Liberty__Mutual Surety at: __ __ Liberty Mutual Surety Interchange Corporate Center 450 Plymouth Road, Suite 400 � Plymouth Meeting, PA 19462-8284 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(cr�.tdi.state.tx.us Premium or Claim Disputes Should you have a dispute concerning a premium, 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 i� resolved, you may contact the Texas Department of Insurance. Attach This Notice To Your Policy: I, This notice is for information only and does not become a part or condition of the attached document. LMIC-3500 Page 1 of 2 Rev. 7.1.07 : Li���t� 11�Iutual� NOTIFICACION IMPORTANTE PARA OBTENER INFORMACION O REALIZAR UNA QUEJA: ___ Usted_puede escribir la notificacion y dirigirla a Liberty Mutual Surety en la siguiente direccion: Liberty Mutual Surety interchange Corporate Center 450 Plymouth Road, Suite 400 Plymouth Meeting, PA 19462-8284 Usted puede contactar al Departamento de Seguros de Texas para obtener informacion acerca de las companias, coberturas, derechos o quejas: 1-800-252-3439 Usted puede escribir al Departamento de Seguros de Texas a la siguiente direccion: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 475-1771 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtection(a�tdi.state.tx.us Disputas acerca de primas o reclamos En caso de que usted quiera elevar una disputa concerniente al tema de primas, por favor contacte en primer lugar a su agente. Si el tema de la disputa es relativo a un reclamo, por favor contacte a la compania de seguros en primer termino. Si usted considera que la disputa no es apropiadamente resuelta en estas instancias, entonces usted puede contactar al Departamento de Seguros de Texas.. Adjunte esta notificacion a su poliza: Esta notificacion es a los solos fines de su informaci6n y la misma no forma parte o condiciona de manera alguna el documento adjunto. LMIC-3500 Page 2 of 2 Rev. 7.1.07 ' STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT CITY OP FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised: November 9, 2011 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION C(�NTRACT TABLE OF CONTENT5 Page Article 1— Definitions and Terminology ..........................................................................................................1 1.01 Defined Tertns ............................................................................................................................... l 1.02 Terminology ..................................................................................................................................6 Article2— Prelimi�ary Matters ......................................................................................................................... 7 2.01 Copies of Documents ....................................................................................................................7 2.02 Commencement of �ontract Time; Notice to Proceed ................................................................ 7 2.03 Starting the Work .......................................................................................................................... 8 2.04 Before Startit�g Construction ........................................................................................................ 8 2.05 Preconstruction Conference .......................................................................................................... 8 2.06 Public Meeting .............................................................................................................................. 8 2.07 Initial Acceptance of SChedules .................................................................................................... 8 Article 3— Contract l�ocuments: Intent, Arnending, Reuse ............................................................................ 8 3 .01 Intent . ............................................................................ .................... ............................................. 8 3.02 Reference Standards ......................................................................................................................9 3.03 12eporting and Resolving Discrepancies ....................................................................................... 9 3.04 Arnending and Supplementing Contract Documents .................................................................10 3.05 Reuse of I7ocurnents ...................................................................................................................10 3.06 �lectronic Data ............................................................................................................................11 Ar`ticle 4— Av�ilability df Lands; �ubsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points ...........................................................................................................11 4.01 Availability of Lands ..................................................................................................................11 4.02 Subsurface and Physical Conditions ..........................................................................................12 4.63 15iffering Subsurface or Physical Conditions .............................................................................12 4.04 Underground Facilities ...............................................................................................................13 4.b5 Reference Points .........................................................................................................................14 4.06 Hazardous Environmental Condition at Site ..............................................................................14 Article 5— Bonds and Insurance .....................................................................................................................16 5.01 Licensed Sureties and Insurers ...................................................................................................16 5.02 Performance, Payment, and Maintenance Bonds .......................................................................16 5.03 Certificates of Insurance .............................................................................................................16 5.04 Contractor's Insurance ................................................................................................................18 5.05 Acceptance of Bonds at'id Insurance; Option to Replace ...........................................................19 Article 6 — Contractor's Responsibilities ........................................................................................................19 6.01 Supervision and Superintendence ...............................................................................................19 CITY OF FORT WORTH STANDARll CONSTRUCTIbN SPECIFICATION DOCUMENTS Revised: November 9, 2011 6.02 6.03 ' ` 6.04 6.05 6.06 6.07 6.08 6.09 6.10 6.11 6.12 6.13 6.14 6.15 6.16 6.17 6.18 6.19 6.20 6.21 6.22 6.23 6.24 Labor; Working Hours ................................................................................................................20 Services, Materials, and Equipment ........................................................................................... 20 ProjectSchedule ..........................................................................................................................21 Substitutesand "Or-Equals" ....................................................................................................... 21 Concerning Subcontractors, Suppliers, and Others ....................................................................24 WageRates .................................................................................................................................. 25 PatentFees and Royalties ........................................................................................................... 26 Permitsand Utilities ....................................................................................................................27 Lawsand Regulations ................................................................................................................. 27 Taxes...........................................................................................................................................28 Useof Site and Other Areas .......................................................................................................28 RecordDocuments ......................................................................................................................29 Safetyand Protectiqn .................................................................................................................. 29 SafetyRepresentative ..................................................................................................................30 Hazard Communication Programs .............................................................................................30 Emergencies and/or Rectification ...............................................................................................30 Subrriittals.................................................................................................................................... 31 Continuingthe Work ................................................................................................................... 32 Contractor's General Warranty and Guarantee ..........................................................................32 Indemnification......................................................................................................................... 33 Delegation of Professional Design Services .............................................................................. 34 Rightto Audit .............................................................................................................................. 34 Nondiscrimination............................................................................. ...... .................................... 3 5 Article 7- Other Work at the Site ........................................................................ 7.01 Related Work at Site ........................................................................ 7.02 Coordination ..................................................................................... ......................................... 35 ......................................... 3 5 ......................................... 36 Article8- 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 Representative .....................................................................................................37 9.02 Visits to Site ................................................................................................................................ 37 9.03 Authorized Variations in Work ..................................................................................................38 9.04 Rejecting Defective Work .......................................................................................................... 38 9.05 Determinations for Work Performed ..........................................................................................38 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work .....................38 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 Article 10 - Changes in the Work; Claims; Extra Work ................................................................................ 38 10.01 Authorized Changes in the Work ............................................................................................... 3 8 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 �'lans Quantity Measurement ......................................................................................................45 Article 12 - Change of Contract Price; Change of Contract T'ime .................................................................46 12.01 Change of Contract Price ............................................................................................................46 12.02 �hange of Contract Time ............................................................................................................47 12.03 Delays .........................................................,................................................................................47 Article 13 - Tests and Inspectioris; Correction, Reinoval or Acceptance of T�efective Work ...................... 48 13.01 Notice of Defects ........................................................................................................................ 48 13.02 Access to Work ........................................................................................................................... 48 13.03 T'ests 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 -1'ayments to Contractor and Completion .................................................................................... 52 14.01 Schedule of Values ...................................................................................................................... 52 14.02 Progress Payments ...................................................................................................................... 52 14.03 Cdntractor'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 Article16 - Dispute Resolution ......................................................................................................................61 16.01 Methods and Procedures .............................................................................................................61 CITY OF FOR'I' WORTH STANDAItD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised: November 9, 201( 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 0 CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 201 t oonoo-i GENERAL CONDITIONS Page 1 of62 ARTICL.E 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 ger�der 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 deiinition of � listed-deiined 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 �ontract 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 cliange the $idding 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 tb be used by Contractor during the course of the Work in requesting progress or iinal payments and which is to be accompanied by such supporting documentation as is required by the Contract I�ocuments. 4. Asbestos—Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air abbve current action levels established by tY�e United States Occupational Safety and Health Administration. 5. Award — Authorization by the City Council for the City to enter into an Agreement. 6. Bid—The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 7. Bidder—The individual or entity who submits a Bid directly to City. 8. Bidding l�ocuments—The Bidding Requirements and the proposed Contract Documents (including all Addenda). 9. Bida'ing 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 WbRTH STANDARD CONS'I'FtUCTION Sk'ECIF[CATION DOCUMENTS Revised: November 9, 201 i oo�zoo-a GENERAL CONOITIONS Page 2 of 62 13. Change Order—A document, which is prepared and approved by the Cily, which is signed by Contractor and City and authorizes an addition, deletion, or revision in the Work or an , adjustment in the Contract Price or the Contract Time, issued on or after the Effective Date of the Agreement. 14. City— The City of Fort Worth, Texas, a home-rule municipal corporation, authorized and chartered under the Texas State Statutes, acting by its governing body through its City , Manager, his designee, or agents authorized under his behalf, each of which is required by , Charter to perform specific duties with responsibility for final enforcement of the contracts involving the City of Fort Worth is by Charter vested in the City Manager and is the entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 15. City Attorney — The officially appointed City Attorney of the City of Fort Worth, Texas, or his duly authorized representative. 16. City Council - The duly elected and qualified governing body of the City of Fort Worth, Texas. 17. Czty Manager — The officially appointed and authorized City Manager of the City of Fort Worth, Texas, or his duly authorized representative. 18. Contract Claim—A demand or assertion by City or Contractor seeking an adjustment of Contract Price or Contract Time, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Gontract 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. Contr�act 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. C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCtJMENTS Revised: November 9, 201( 007200-3 GENERAL CONDITIONS Page 3 of 62 25. Damage Claims — A demand for money or services arising from the Project or Site from a third party, City or �ontractor 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 CiYy of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 28. Director of Parks and Communzty Servzces —'Y'he 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 officialiy appointed l�irector of the Planning and Development Department of the City of Fort Worth, Texas, or his duly appointed representative, assistant, or agents. 30. Director of Transportatian Public Warks —'The officially appointed Director of the T'ransportation 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 T�epartment 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 Agreenzent—The date indicated in the Agreernent 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 iirm 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 bocurnents 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 bf the Engineer. 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. C[TY OF PORT WORTH STANDARI7 CONSTRUCTION SPECIF[CATION DOCUM�NTS Revised: November 9, 2011 007200-4 GENERAL CONDITIONS Page 4 of 62 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 expased thereto. 41. Hazardous Waste—Hazardous waste is defined as any solid waste listed as hazardous or possesses one or more hazardous characteristics as deiined 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 speciiied in the Contract Documents relating to an intermediate Contract Time prior to Final Acceptance of the Work. 46. Notice of Award—The written notice by City to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, City will sign and deliver the Agreement. 47. Notice to Proceed—A written notice given by City to Contractor fixing the date on which the Contract Time will commence to run and on which Contractor shall start to perform the Work specified in Contract Documents. 48. PCBs—Polychlorinated biphenyls. 49. Petroleum—Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-Hazardous Waste and crude oils. 50. Plans — See definition of Drawings. C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised: November 9. 2011 oonoo-s GENERA� CONDITIONS Page 5 of 62 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 Representative—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. Radioa�tive Materzal—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 subrnittals and the time requirements to support scheduled performance of related construction activities. 59. Schedule of Values—A schedule, prepared and maint�ined 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 Worlc, and �ertain adrninistrative 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 b0) of each Project. 62. Subconts•actor—An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DbCUMENTS Revised: November 9, 2011 007200-6 GENERAL CONDITIONS Page 6 of 62 63. Submittals—Ali 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 CONSTRUCT[ON SPECIFICATION DOCi.IMENTS Revised: November 9, 2011 oonoo-� GENERAL CONDITIONS Page 7 of 62 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 actidn or detertnination 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 ir� 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 cbnform to the Contract Documents; or b. does not rneet 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: l. 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 speciiically 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. AttTICLE 2 — PRELIMINARY MATTERS 2.01 Copies of Documents City shall furnish to Contractor one (1) original executed copy and one (1) electronic copy of the Contract Documents, and four (4) additional copies of the Drawings. Additional copies will be furnished upon request at the cost of reproduction. 2,02 Comnzencement of Contr�act Time; Notice to Pf�oceed The Contract Time will commence to run on the day indicated in the Notice to Proceed. A Notice to Proceed may be given at any time within 14 days after the Effective Date of the Agreement. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATfON DOCUMENTS Revised: November 9, 20t 1 00 �a oo - s GENERAI. CONDITIONS Page 8 of 62 2.03 2.04 2.05 II 1. [►•�ly 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. Before Starting Construction Baseline S'chedules: Submit in accordance with the Contract Documents, and prior to starting the Work. Preconstruction Conference Before any Work at the Site is started, the Contractor shall attend a Preconstruction Conference as specified in the Contract Documents. 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. 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 thereo fl to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to City. C. Clarifications and interpretations of the Contract Documents shall be issued by City. D. The Specifications may vary in form, format and style. Some Specification sections may be written in varying degrees of streamlined or declarative style and some sections may be relatively narrative by comparison. Omission of such words and phrases as "the Contractor shall," "in conformity with," "as shown," or "as specified" are intentional in streamlined sections. Omitted words and phrases shall be supplied by inference. Similar types of provisions may appear in various parts of a section or articles within a part depending on the format of the CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[rICATIpN DOCUMENTS Revised: November 9, 2011 007200-9 GENERAL CONDITIONS Page 9 oF62 section. The Contractor shall not take advantage of any variation of form, format or style in making Contract Claims. E. The cross referencing of specification sections under the subparagraph heading "Related Sections include but are not necessarily limited to:" and elsewhere within each Specification section is provided as an aid and convenience to the Contractor. The Contractor shall not rely on the cross referencing provided and shall be responsible to coordinate the entire Work under the Contract Documents and provide a complete Project whether or not the cross referencing is provided in each section or whether or not the cross referencing is complete. 3.02 Reference Standara's A. Standards, Specifications, Codes, Laws, and Regulations Reference to standards, specifications, manuals, dr eodes 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 specificaily stated in the Contract Documents. 2. No provision of any such standard, speciiication, 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, directbrs, mernbers, partners, employees, agents, cbnsultants, or subcontractars, 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 IZepdrting 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 Contra�t Documents and check and verify pertinent figures therein against all applicable field measurements and conditions. Contractor shall promptly report in writing to City any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from City before proceeding with any Work affected thereby. 2. Contractor's Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation ,(b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to City in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised: Noveinber 9, 2011 oonoo-io GENERAL CONDITIONS Page 10 of 62 6.17.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph 3.04. 3. Contractor shall not be liable to City for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: l. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract �ocuments shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and the provisions of any standard, specification, manual, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents). 2. In case of discrepancies, figured dimensions shall govern over scaled dimensions, Plans shall govern over Specifications, Supplementary Conditions shall govern over General Conditions and Specifications, and quantities shown on the Plans shall govern over those shown in the proposal. 3.04 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by a Change Order. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work not involving a change in Contract Price or Contract Time, may be authorized, by one or more of the following ways: 1. A Field Order; 2. City's review of a Submittal (subject to the provisions of Paragraph 6.18.C); or 3. City's written interpretation or clarification. 3.05 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereo fl prepared by or bearing the seal of Engineer, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of City and specific written verification or adaptation by Engineer. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised: November 9, 201 l oonoo-ii GENERAL CONDITIONS Page 1 I of 62 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 I7ocuments (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 t�pes are furnished only far the convenience of the receiving party. Any conclusion or infarmation obtained or derived from such electronic iiles will be at the user's sole risk. If there is a discrepancy between the electronic iiles 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 C(�NDITIONS; 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. 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, andlor 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. C[TY OF FORT WORTH STANDAItD CONSTRUCT[ON SPGCIP[CAT[ON DOCUMENTS Revised: November 9, 201 l oonoo-ia GENERA� CONDITIONS Page 12 of 62 C. Contractor shall provide for all additional lands and access thereto that may be required for construction facilities or storage of materials and equipment. 4.02 Subsurface and Physical Conditions A. Repor•ts 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. Limzted Reliance by Contractor on Technzcal 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 malce 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 Subsur face or Physzcal 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 STANDAItD CONSTRUCTION SPECIF(CATION DOCCJMENTS � Revised: November 9, 20 ( I 00 72 00 - l3 GENERAL CONDITIONS Page 13 of 62 then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or perfornung any Work in connection therewith (except in an emergency as required by �'aragraph 6.17.A), notify City in writing about such condition. B. Possible Price and Time Adjustments Contractor shall not be entitled to any adjustment in the Contract Price or Contract Time if: 1. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to City with respect to Contract Price and Contract Time by the submission of a Bid or becoming bound under a negotiated contract; or 2. the existence of such condition could reasonably have been discovered or revealed as a result of the examination of the Contract Documents or the Site; or 3. Contractor failed to give the written notice as required by Paragraph 4.03.A. 4.04 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing IJnderground 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 Cdnditions: l. City and Engineer shall not be responsible for the accuracy or completeness of any such inforrnation 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 tlie 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 CI"CY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CAT[ON DOCUMENTS Etevised: November 9, 20l 1 00 72 00 - 14 GENERAL CONDITIONS Page 14 of 62 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 utiliiy 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 willfuliy destroyed by the Contractor. The Contractor shall notify City in advance and with sufficient time to avoid delays. B. Whenever, in the opinion of the City, any reference point or monument has been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of his employees, the full cost for replacing such points plus 25% will be charged against the Contractor, and the full amount will be deducted from payment due the Contractor. 4.06 Hazardous Environmental Condition ai 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 Relrance 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: l. the completeness of such reports and drawings for Contractor's purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 201 I 00 �a oo - i s GENERAL CONDITIONS Page 15 of 62 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 Candition, 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 qualiiied 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 F been rendered suitable for the resumption of Work; or (ii) specifying any special conditions under which such Work may be reswned. F. If after receipt of such written notice Contractor does not agree to resi.une 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 cleleted 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 per�mitted by Laws and Regulations, Contractor shall indemnify and hold harmless Ciry, from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and oiher 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 Paragr•aph 4.06.G shall obligate Contractor to indemn� any individual or entity from and against the consequences of that individual's or entiry'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 STANI�ARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - l6 GENERAL CONDITIONS Page ib of 62 ARTICLE 5— BONDS AND INSURANCE 5.01 Licensed Sureties and Insurers All bonds and insurance required by the Contract Documents to be purchased and maintained by Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the State of Texas to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary Conditions. 5.02 Performance, Payment, and Maintenance Bonds A. Contractor shall furnish performance and payment bonds, in accordance with Texas Government Code Chapter 2253 or successor statute, each in an amount equal to the Contract Price as security for the faithful performance and payment of all of Contractor's obligations under the Contract Documents. B. Contractor shall furnish maintenance bonds in an amount equal to the Contract Price as security to protect the City against any defects in any portion of the Work described in the Contract Documents. Maintenance bonds shall remain in effect for two (2) years after the date of Final Acceptance by the City. C. All bonds shall be in the form prescribed by the Contract Documents except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All bonds signed by an agent or attorney-in-fact must be accompanied by a sealed and dated power of attorney which shall show that it is effective on the date the agent or attorney-in-fact signed each bond. D. If the surety on any bond furnished by Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Texas or it ceases to meet the requirements of Paragraph 5.02.C, Contractor shall promptly notify Ciiy and shall, within 30 days after the event giving rise to such notification, provide another bond and surety, both of which shall comply with the requirements of Paragraphs 5.01 and 5.02.C. 5.03 Certificates of Insurance Contractor shall deliver to City, with copies to each additional insured and loss payee identified in the Supplementary Conditions, certificates of insurance (and other evidence of insurance requested by City or any other additional insured) which Contractor is required to purchase and maintain. 1. The certificate of insurance shall document the City, and all identified entities named in the Supplementary Conditions as "Additional Insured" on all liability policies. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECtFICATION DOCUMENTS Revised: November 9, 2011 oonoo-i� GENERAI CONDITIONS Page l7 of62 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 Propet`ty & 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 subragation against the Engineer (if applicable), and each additional insured identiiied in the Supplementary Conditions 6. Failure of the City to demand such certificates or other evidence of full compliance with the insurance requirements or failure of the City to identif� 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 speciiied coverage limits, an Umbrella or Excess LiabiliYy 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 Ciiy desires the contractor/engineer to obtain such coverage, the contract price shall be adjusted by the cost of the premium for such additional coverage plus 10%. 10. Any self-insured retention (SIR), in excess of $25,000.00, affecting required insurance coverage shall be approved by the City in regards to asset value and stockholders' equity. In CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPEC[FICAT[ON DOCUMENTS Revised: November 9, 20l 1 00 �z oo - i s GENERAL CONDITIONS Page 18 of62 lieu of traditional insurance, alternative coverage maintained through insurance pools or risk retention groups, must also be approved by City. 1 l. 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 mqdifications 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. Ciiy shall not be responsible for the direct payment of insurance premium costs for Contractor's insurance. 5.04 Contractor's Insurance A. Workers Compensatzon and Employers' Liabilzly. 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 Documerits, whether it is to be performed by Contractor, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform any of the Work, or by anyone for whose acts any of them may be liable: 1. claims under workers' compensation, disability benefits, and other similar employee benefit acts; 2. claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. B. Commerczal 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 injuiy, 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 WOR"I'H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 201 I 00 72 00 - ( 9 GENERAL CONDITIONS Page 19 of 62 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 maint�in 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 Liabiliry. 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 Sub�ontractor 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 thern may be liable. D. Railroad Protective Liabiliry, 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 ofBonds 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 Super�vision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised: November 9, 2011 oonoo-ao GENERAL CONDITIONS , Page 20 of 62 B. At all times during the progress of the Work, Contractor shall assign a competent, English- speaking, Superintendent who shall not be replaced without written notice to City. The Superintendent will be Contractor's representative at the Site and shall have authority to act on behalf of Contractor. All communication given to or received from the Superintendent shall be binding on Contractor. C. Contractor shall notify the City 24 hours prior to moving areas during the sequence of construction. 6.02 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to perform construction as required by the Contract Documents. Contractor shall at ail 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 properly 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 ali 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 , Revised: November 9, 201 I 00 �z oo - a i GENERAL CONDITIONS Page 21 of 62 C. All materials and equipment to be incorporated into the Work shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. D. All items of standard equipment to be incorporated into the Work shall be the latest model at the time of bid, unless otherwise specified. 6.04 Project Schedule A. Contractor shall adhere to the Project Schedule established in accordance with Paragraph 2.07 and the General Requirements as it may be adjusted from time to time as provided below. 1. Contractor shall submit to City for acceptance (to the extent indicated in Paragraph 2.07 and the General Requirements) proposed adjustments in the Project Schedule that will not result in changing the Contract Time. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Contractor shall submit to City a monthly Project Schedule with a monthly progress payment for the duration of the Contract in accordance with the schedule specificatiori Ol 32 16. 3. Proposed adjustments in the Project Schedule tliat will change the Contract Time shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Time may only be made by a Change Order. 6.05 Substitutes and "Or-Equals " A. Whenever at`� item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name df a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or "or-equal" item or no substitution is permitted, other items of material or equipment of other Suppliers may be submitted to City for review under the circumstances described below. "Or-Equal " Items: If in City's sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by City as an "or-equal" item, in which case review and approval of the proposed item may, in City's sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.OS.A.1, a prbposed itern 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 Revised: November 9, 2011 00 72 00 - 22 GENERAL CONDITIONS Page 22 of 62 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 Ite�ns: 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.OS.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 O1 25 00 and: 1) shall certify that the proposed substitute item will: a) perform adequately the functions and achieve the results called for by the general design; b) be similar in substance to that specified; c) be suited to the same use as that specified; and 2) will state: a) the extent, if any, to which the use of the proposed substitute item will prejudice Contractor's achievement of final completion on time; b) whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with City for other work on the Project) to adapt the design to the proposed substitute item; CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DQCUMENTS Revised: November 9, 201 I 00 72 00 - 23 GENERAL CONDITIONS Page 23 of 62 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 speciiied; 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. Substitzrte Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Cbntract 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.OS.A.2. �. City's Evaluation: City will be allowed a reasonable time within which to evaluate each proposal or subrnittal made pursuant to Paragraphs 6.OS.A and 6.OS.B. CiCy may require Contractor to furnish additional data about the proposed substitute. Cit� 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 mater�ials or equipment. E. Crry's Cbst Reimbursement: City will record City's costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.OS.A.2 and 6.OS.B. 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 acceptarice of each proposed substitute. F. Contractor's Expense: Contractor shall provide all data in support of any proposed substitute or "or-equal" at Contractor's expense. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 24 GENERAL CONDITIONS Page 24 of 62 G. City Substitute Reimbursement: Costs (savings or charges) attributable to acceptance of a substitute shall be incorporated to the Contract by Change Order. H. Time Extensions: No additional time will be granted for substitutions. 6.06 Concerning Subcontractors, Supplzers, 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 individuai 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 objectipn (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. Minorzty and Women Qwned Business Enterprise Compliance: It is City policy to ensure the full and equitable participation by Minority and Women Business Enterprises (MWBE) in the procurement of goods and services on a contractual basis. If the Contract Documents provide for a MWBE goal, Gontractor is required to comply with the intent of the City's MWBE qrdinance (as amended) by the following: 1. Contractor shall, upon request by City, provide complete and accurate information regarding actual work performed by a MWBE on the Contract and payment therefor. 2. Contractor will not make additions, deletions, or substitutions of accepted MWBE 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 MWBE. 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 SPECIFiCATtON DOCUMENTS , Revised: November 9, 2011 00 �a oo - as GENERAL CONDITIONS Page 25 of 62 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, �upplier dr 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 entiry 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 perfortned 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.d7 Wage Rates A. Dury to pay 1�revailing 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 td be the prevailing wage rates in accordance with Chapter 2258. Such prevailing wage rates are included in these Contract Documents. e 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 pat�t 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 �ode 2258.023. C. Complaints of Violations and Ciry Determination of Good Cause. On receipt of inforn�ation, including a compl�int by a worker, concerning an alleged violation of 2258.023, Texas Government Code, by a Contractor or Subcontractor, the City shall make �n initial detertnination, 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 deterr�ination of the violation. CITY OF FORT WORTH S1'ANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised: November 9, 2011 00 72 00 - 26 GENERAL CONDITIONS , Page 26 of 62 D. Arbitr�ation 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 detertnination pursuant to Paragraph C above. If the persons required to arbitrate under this section do not agree on an arbitrator before the 1 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 prevailirig 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' I'atent 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 indemn� and hold harn2less City, from and against all claims, cosis, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or a��bitratzon or other dispute �esolution costs) arising out of or r•elating to any ir�fringenaent of patent rights or copyrights incident to the use in the performance of the Wor•k or resulting f•om C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIrICATION DOCUMENTS Revised: November 9, 20 f I 0o n oo - z� GENERAL CONDITIONS Page 27 of 62 the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.09 Permits and Utilrties 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 pernuts 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. Ciry 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 Regulatians 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 FbRT WORTH STANbARD CONSTRUCT[ON SPECIF[CAT[ON DOCUMENTS Revised: November 9, 2011 00 �2 00 - zs GENERAL CONDITIONS Page 28 of 62 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 Ta�c 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 .Ol l, and any other applicable rulings pertaining to the Texas Tax Code, Subchapter H. $. Texas Tax permits and information may be obtained from: l. Comptroller of Public Accounts Sales Tax Division Capitol Station Austin, TX 7871 l; or 2. httU://www.window.state.tx.us/ta�info/taYforms/93-fonns html 6.12 Use of Site and Other Areas A. Limitation on Ilse of Site and Other A��eas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. At any time when, in the judgment of the City, the Contractor has obstructed or closed or is carrying on operations in a portion of a street, right-of-way, or easement greater than is necessary for proper execution of the Work, the City may require the Contractor to finish the section on which operations are in progress before work is commenced on any additional area of the Site. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFiCAT[ON DOCUMEN'I'S Revised: November 9, 2011 00 72 00-29 GENERAL CONDITIONS Page 29 of 62 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 indemn� and hold harmless City, from and against all clarms, 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 Ciry. 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. Srte 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 unsatisfa�tory 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 rnake 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 driginal 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 sh�ll include accurate locations for buried and imbedded items. 6.14 Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall CITY OF FORT WORTH STANDARD CONSTRUCTION SPECI['ICATION DOCUMENTS Revised: November 9, 201 I 00 72 00-30 GENERAL CONDITIONS ; Page 30 of62 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 properly. 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 continu� until such time as all the Work is completed and City has accepted the Work. 6.15 Safety Representative Contractor shall inform City in writing of Contractor's designated safety representative at the Site. 6.16 Hazard Communication Programs Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers in accordance with Laws or Regulations. 6.17 Emergencies andlor Rectification A. In emergencies affecting the safety or protection of persons or the Work or properly 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 Revised: November 9, 201 I 00 72 00-31 GENERAL CONDITIONS Page 31 of 62 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 dbes 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 �ot 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. C[TY OF FORT WORTH STANDAItD CONSTRUCT(ON SPEC[FICATION DOCUMENTS Revised: November 9, 20l I 00 72 00-32 GENERAL CONDITIONS Page 32 of 62 B. Where a Submittal is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to City's review and acceptance of the pertinent submittal will be ' at the sole expense and responsibility of Contractor. C. City's Review: City will provide timely review of required Submittals in accordance with the Schedule of Submittals acceptable to City. City's review and acceptance will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. City's review and acceptance will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, 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 O1 33 00 and City has given written acceptance of each such variation by specific written notation thereof incorporated in or accompanying the Submittal. City's review and acceptance shall not relieve Contractor from responsibility for complying with the requirements of the Contract Documents. 6.19 Continuing the Work Except as otherwise provided, Contractor shall carry on the Work and adhere to the Project Schedule during all disputes or disagreements with City. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as City and Contractor may otherwise agree in writing. 6.20 Contractof�'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 CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised: November 9, 20 (1 00 72 00-33 GENERAL CONDITIONS Page 33 of 62 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. T�. The Contractor shall remedy any defects or damages in the Work and pay for any damage to other work or properCy 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.$. The City will give notice of observed defects with reasonable promptness. 6.21 Indemnifcation A. Contractor covenants and agrees to indemnify, hold harmless and defend, at its own expense, the Cit�, its officers, servants and emp(oyees, 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 THE DAMAGES BEING SOUGHT WERE CAUSED, IN WH PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. This indemnity provision is intended to include, without limitation, indemnity for costs, expenses and legal fees incurred by the City in defending against such claims and causes of actions. B. Contractor covenants and agrees to indemnify and hold harmless, at its own expense, the City, its of�cers, 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 STANDAI�D CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00-34 GENERAL CONDITIONS Page 34 of 62 SPECIFICALLY INTENDED TO OPERATE AND BE EFFECTIVE EVEN IF IT IS ALLEGED OR PROVEN THAT ALL OR SOME OF THE DAMAGES BEING SOUGHT WERE CAUSED, IN WHOLE OR IN PART, BY ANY ACT, OMISSION OR NEGLIGENCE OF THE CITY. 6.22 Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences and procedures. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, City will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, and Submittals prepared by such professional. Submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional's written approval when submitted to City. C. City shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided City has specified to Contractor performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.22, City's review and acceptance of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. City's review and acceptance of Submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.18.C. 6.23 Right to Audit A. The Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of the Contractor involving transactions relating to this Contract. Contractor agrees that the City shall have access during Regular Working Hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this Paragraph. The City shall give Contractor reasonable advance notice of intended audits. B. Contractor further agrees to include in all its subcontracts hereunder a provision to the effect that the subcontractor agrees that the City shall, until the expiration of three (3) years after final payment under this Contract, have access to and the right to examine and photocopy any directly pertinent books, documents, papers, and records of such Subcontractor, involving transactions to the subcontract, and further, that City shall have access during Regular Working Hours to all C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 20l 1 00 72 00-35 GENERAL CONDITIONS Page 35 of 62 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 Nondiscr•imination A. The City is responsible for operating Public Transportation Programs and implementing transit- related projects, which are funded in part with Federal iinancial 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 c�s 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 perfortned by utility owners. If such bther work is not noted in the Contract Docutnents, 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 wdrk, 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 utider 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 �ontractor's Work except for latent defects in the work provided by others. CITY OF FORT WOftTH STANDARD CONSTRUCTION SPECIFICAT(ON DOCUMENTS Revised: November 9, 2011 00 72 00-36 GENERA� CONDITIONS Page 36 of 62 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 wili 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 cvordination. ARTICLE 8 — CITY'S RESPONSIBILITIES 8.01 Communications to Contractor Except as otherwise provided in the Supplementary Conditions, City shall issue all comznunications to Contractor. 8.02 Furnish Data City shall timely furnish the data required under the Contract Documents. 8.03 Pay When Due City shall make payments to Contractor in accordance with Article 14. 8.04 Lands and Easements; Reports and Tests City's duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and 4.05. Paragraph 4.02 refers to City's identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at or contiguous to the Site that have been utilized by City in preparing the Contract Documents. 8.05 Change Orders City shall execute Change Orders in accordance with Paragraph 10.03. 8.06 Inspections, Tests, and Approvals City's responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph 13.03. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 37 GEIVERAL CONDITIONS Page 37 of 62 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 �nvironmental Condition City's responsibility with respect to an undisclosed �-iazardous Environmental Condition is set forth in Paragraph 4.06. 8.09 Compliance with Safery Program While at the Site, City's employees and representatives shall comply with the specific applicable requirements of Contractor's safety programs of wlYich City has been informed pursuant to Paragraph 6.14. ARTICL� 9— CITY'S OBSERVA'TION STATUS DURING C()NS'Y'RUCTION 9.01 Ciry's Project Representative City will provide one or more Project Representative(s) during the construction period. The duties and responsibilities and the limitations of authority of City's representative during construction are set forth in the Contract Documents. The Project Representative(s) will be as provided in the Supplementary Conditions. 9.02 Visits to Site A. City's Project Representative will make visits ta 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 Wbrk. Based on infortnation obtained during such visits and observations, City's Project Representative will deternune, in general, if the Work is proceeding in accordance with the Cdntract Uocuments. Gity's Project Representative will not be required to make exhaustive or continuous it�spections on the Site to check the quality or quantity of the Work. City's Project Representative's efforts will be directed tdward providing City a greater degree of confidence that the completed Work will conform generally to the Contract Documents. B. City's Project Representative's visits and observations are subject to all the limitations on authority and responsibility in the Contract Documents including those set forth in Paragrapli 8.07. CITY OF FORT WORTH STANDARD CONST'RUCTION SPECIFICATION DOCUMENTS Revised: November 9, 201 I 00 72 00-38 GENERAL CONDITIONS Page 38 of 62 9.03 Authorized Variations in Work City's Project Representative 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 compatibie 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 authoriiy to reject Work which City's Project Representative 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 Representative will review with Contractor the preliminary determinations on such matters before rendering a written recommendation, City's written decision will be iinal (except as modified to reflect changed factual conditions or more accurate data). 9.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. City will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. B. City will render a written decision on any issue referred. C. City's written decision on the issue referred will be final and binding on the Contractor, subject to the provisions of Paragraph 10.06. ARTICLE 10 — CHANGES IN THE WpRK; CLAIMS; EXTRA WORK 10.01 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, City may, at any time or from time to time, order Extra Work. Upon notice of such Extra Work, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). Extra Work shall be memorialized by a Change Order which may or may not precede an order of Extra work. B. For minor changes of Work not requiring changes to Contract Time or Contract Price, a Field Order may be issued by the City. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00-39 GENERAL CONDITIONS Page 39 of62 10.02 Unauthorized Changes zn 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: l, changes in the Work which are: (i) ordered by City pursuant to Paragraph lO.OI.A, (ii) required because of acceptance of defective Work under Paragraph 13.08 or City's correction of defective Work under Pai�agraph 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 daes 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 wriYten request for written orders and shall keep accurate account of the actual reasonable cost thereo£ 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. 'T'he compensation agreed upon for Extra Work whether or not initiated by a Change Order shall be a f7.ill, complete and iinal 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 unforeseer� 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 sureYy 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. C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 40 GENERAL CONDITIONS Page 40 of 62 10.06 Contract Claims Process A. City's Decrsion 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. Czry'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 Oi' FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00-41 GENERAL CONDITIONS Page 41 of62 D. City's written action under Paragraph 10.06.0 will be final and binding, unless City or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. E. No Contract Claim for an adjustment in Contract Price or Contract Time will be valid if not submitted in accordance with this Paragraph 10.06. ARTICLE 11— COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK; PLANS QUANTITY MEASUREMENT 11.01 Cost of the Work A. Costs Included.• The term Cost of the Work means the sum of all costs, except those excluded in Paragraph 11.O1.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.O1.B, and shall include but not be lirnited to the following items: Payroll costs for employees in the direct employ of �ontractor 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 nbt 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 beneiits, 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' iield services required in coruiection 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 thereo£ 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 OP FORT WOR1'H STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 201 I 00 72 00 - 42 GENERAL CONDITIONS Page 42 of 62 4. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by City, Contractor shall obtain competitive bids from subcontractors acceptable to City and Contractor and shall deliver such bids to City, who will then determine, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor's Cost of the Work and fee shall be determined in the same manner as Contractor's Cost of the Work and fee as provided in this Paragraph 11.01. 5. Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 6. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor's employees incurred in discharge of duties connected with the Work. b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable not covered under Paragraph 6.11, as imposed by Laws and Regulations. d. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may i 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 periy cash ;. items in connection with the Work. ' CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 201 I 00 72 00 - 43 GENERAL CONDITIONS Page 43 of 62 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: l. Payroll costs and other compensation of Contractdr'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 1 l.Ol.A.I or specifically, covered by Paragraph 11.O1.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 capita.l 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.O1.C. D. Documentatzon: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs 11.O1.A and 11.O1.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: CtTY OF EORT WORTH STANDARD CONSTRUCTION SPEC[F[CAT[ON DOCUMENTS Revised: November 9, 2011 00 72 00 - 44 GENERAL CONDITIONS Page 44 of 62 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 Ciiy. 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 perfortned by Contractor will be made by City subject to the provisions of Paragraph 9.05. C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. Work described in the Contract Documents, or reasonably inferred as required for a functionally complete installation, but not identified in the listing of unit price items shall be considered incidental to unit price work listed and the cost of incidental work included as part of the unit price. D. City may make an adjustment in the Contract Price in accordance with Paragraph 12.01 if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work. E. Increased or Decreased Quantities: The City reserves the right to order Extra Work in accordance with Paragraph 10.01. 1. If the changes in quantities or the alterations do not significantly change the character of work under the Contract Documents, the altered work will be paid for at the Contract unit price. I' CITY OF FORT WORTH ' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 201 I 00 72 00 - 45 GENERAL CONDITIONS Page 45 of 62 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. When the quantity of work to be done under any Major Item of the �ontract 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 Quantily 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 iield measurements and calculations showing the final quantity for which payment will be made. Payment for revised quantity will be made at the unit price bid for that Item, except as provided for in Article 10. C. When quantities are revised by a change in design approved by the City, by Change Order, or to correct an error, or to correct an error on the plans, the plans quantity will be increased or decreased by the amount involved in the change, and the 25% variance will apply to the new plans quantity. D. If the total Contract quantity multiplied by the unit price bid for an individual Item is less than $250 and the Item is not originally a plans quantity Item, then the Item may be paid as a plans quantity Item if the City and Contractor agree in writing to fix the final quantity as a plans quantity. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 46 GENERAL CONDITIONS Page 46 of 62 E. For callout work or non-site specific Contracts, the plans quantity measurement requirements are not applicable. ARTICLE 12 — CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIME 12.01 Change of Contract Price A. The Contract Price may only be changed by a Change Order. B. The value of any Work covered by a Change Order will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum or unit price (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph 12.O1.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.O1.B.2, on the basis of the Cost of the Work (deternuned as provided in Paragraph 11.01) plus a Contractor's fee for overhead and profit (determined as provided in Paragraph 12.O1.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 11Al.A.l, 11.O1.A.2. and 11.O1.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.O1.A.4 and 11.O1.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.O1.C.2.a and 12.O1.C.2.b is that the Subcontractor who actually performs the Work, at whatever CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUM�NTS Revised: November 9, 2011 00 72 00 - 47 GENERAL CONDITIONS Page 47 of 62 tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs 11.O1.A.1 and 11.O1.A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of iive percent (5%) of the amount paid to the next lower tier Subcontractor, however in no case shall the cumulative total of fees paid be in excess of 25%; c. no fee shall be payable on the basis of costs itemized under Paragraphs 11.O1.A.6, and 11.O1.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 STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised: November 9, 201 I 00 72 00 - 48 GENERAL CONDITIONS Page 48 of 62 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 safeiy 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 thereo� 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 certiiicates 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 Ciiy. 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. C[TY OF FORT WORTH STANDARD CONSTRUCT[ON SPEC[FICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 49 GENERAL CONDITIONS Page 49 of 62 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 Cbntractor'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 labbr, material, and equipment. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others); or City shall be entitled to accept defective Work in accordance with Paragraph 13.08 in which case Contractor shall still be responsible for all costs associated with exposing, observing, and testing the defective Work. 2. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Time, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. 13.05 City May Stop the Work If the Work is defective, or Contractor fails to supply sufficient skilled workers or suitable materials or equipment, or fails to perform the Work in such a way that the completed Work will conform to the Contract Documents, City may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated; however, this right of City to stop the Work shall not give rise to any duty on the part of City to exercise this right for the beneiit of Contractor, any CITY OF FORT WORTH STANDltRD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 201 I 00 �a oo - so GENERAL CONDITIONS Page 50 of 62 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 Defectzve 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 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, C[TY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 oo�zoo-si GENERAL CONOITIONS Page 51 of 62 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. CiYy 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 ta 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 I�ocuments 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 Ciry 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 wriYten 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 lirnited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or other dispute resolution CITY OF FORT WORTH STANDA[ZD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 201 l 00 72 00-52 GENERAL. CONDITIONS Page 52 of 62 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 TQ CONTRACTOR AND COMPLETION 14.01 Schedule of Values The Schedule of Values for lump sum contracts esta.blished as provided in Paragraph 2.07 will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to City. Progress payments on account of Unit Price Work will be based on the number of units completed. 14.02 Progress Payments A. Applications for Payments: 1. Contractor is responsible for providing all information as required to become a vendor of the City. 2. At least 20 days before the date established in the General Requirements for each progress payment, Contractor shall submit to City for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. 3. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that City has received the materials and equipment free and clear of all Liens and evidence that the materials and equipment are covered by appropriate insurance or other arrangements to protect City's interest therein, all of which must be satisfactory to City. 4. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that previous progress payments received on account of the Work have been applied on account to discharge Contractor's legitimate obligations associated with prior Applications for Payment. 5. The amount of retainage with respect to progress payments will be as stipulated in the Contract Documents. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised: November 9, 2011 00 72 00-53 GENERAL CONDITIONS Page 53 of 62 B. Review ofApplications: l. 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 Appli�ation. 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 I�ocuments (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 recoinmendation). 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 e�chaustive, 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: i a. the Work is defective, or the completed Work has been damaged by the Contractor or his subcontractors, requiring correction or replacement; b. discrepancies in quantities contained in previous applications for payment; c. the Contract Price has been reduced by Change Orders; d. City has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 54 GENERAL CONDITIONS Page 54 of62 e. City has actual knowledge of the occurrence of any of the events enumerated in Paragraph 15.02.A. C. Retainage: l. 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 penaity, 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. Reductron in Payment: 1. City may refuse to make payment of the amount requested because: a. Liens have been iiled 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 Contr^actor's Warranty of Tztle Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to City no later than the time of payment free and clear of all Liens. CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 �a oo - ss GENERAL CONDITIONS Page 55 of 62 14.04 Partial Utilzzation 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, deternu�es 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 fallowing conditions: l. Contractor at any time may notif� City in writing that Contractor considers any such part of the Work ready for its intended use. 2. Within a reasonable time after notiiication as enumerated in Paragraph 14.OS.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 Contractdr in writing giving the reasons therefor. 3. Partial Utilization will not constitute Final Acceptance by City. 14.05 Finallnspection A. Upon written notice from Contractor that the entire Work is complete in accordance with the Contract Documents: l. within 10 days, City will schedule a Final Inspection with Contractor. 2. City will notify Contractor in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies. B. No time charge will be made against the Contractor between said date of notification of the City and the date of Final Inspection, Should the City determine that the Work is not ready for Final Inspection, City will notify the Contractor in writing of the reasons and Contract Time will resume. 14.06 Final Acceptance Upon completion by Contractor to City's satisfaction, of any additional Work identified in the Final Inspection, City will issue to Contractor a letter of Final Acceptance. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 56 GENERAL CONDITIONS Page 56 of 62 14.07 Final Payment A. Application for Payment: 1. Upon Final Acceptance, and in the opinion of City, Contractor may make an application for ' iinal 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: l. After City's acceptance of the Application for Payment and accompanying documentation, requested by Contractor, less previous payments made and any sum City is entitled, including but not limited to liquidated damages, will become due and payable. 2. After all Damage Claims have been resolved: a. directly by the Contractor or; b. Contractor provides evidence that the Damage Claim has been reported to Contractor's insurance provider for resolution. 3. The making of the final payment by the City shall not relieve the Contractor of any guarantees or other requirements of the Contract Documents which specifically continue thereafter. 14.08 Final Completion Delayed and Partial Retainage Release A. If final completion of the Work is significantly delayed, and if City so confirms, City may, upon receipt of Contractor's final Application for Payment, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by City for Work not fully completed or corrected is less than the retainage stipulated in Paragraph 14.02.C, and if bonds have been furnished as required in Paragraph 5.02, the written consent of the surety to the payment of the balance due for that CITY OF FORT WORTH STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS Revised: November 9, 20 t I 00�2oo-s� GENERAL CONDITIONS Page 57 of 62 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 sufiicient 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 wbrk under the Contract Documents or any act or neglect of City related to or connected with the Contract. ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION 15.01 Ciry 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 iixed. 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 indeiinite 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 ar�d returning the necessary equipment to the job when it is determined by the City that construction may be resumed. Such reimbursement shall be based on actual cost to the Contractor of moving the equipment and no profit will be allowed. Reimbursement may not be allowed if the equipment is moved to another construction project for the City. CITY OF FORT WORTH STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS Revised: November 9, 2011 00 �a oo - ss GENERAL CONDITIONS Page 58 of 62 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 MWBE ordinance established 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 C[TY OF FORT WORTH STANDARD CONSTRUCTION SPGC[FICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 59 GENERAL CONDITIONS Page 59 oF62 obligations, then City, without process or action at law, may take over any portion of the Work and complete it as described below. a. If City completes the Work, City may exclude Contractor and Surety from the site and take possession of the Work, and all materials and equipment incorporated into the Work stored at the Site or for which City has paid Contractor or Surety but which are stored elsewhere, and finish the Work as City may deem expedient. 3. Whether City or Surety completes the Work, Contractor shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by City arising out of or resulting from completing the Work, such excess will be paid to Contractor. If such claims, costs, losses and damages exceed such unpaid balance, Contractor shall pay the difference to City. Such claims, casts, 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 Contr�ctor 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 Suret� 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 �ity, the termination will not affect any rights or remedies of City against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. E. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.02, the termination procedures of that bond shall not supersede the provisions of this Article. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised: November 9, 20l 1 ' 00 72 00 - 60 GENERAI. CONDITIONS , Page 60 of 62 15.03 Ciry May Terminate For Convenience A. City may, without cause and without prejudice to any other right or remedy of City, terminate the Contract. Any tertnination 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 shail 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. C(TY OF FORT WORTH ' STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00-61 GENERAL CONDITIONS Page 61 of 62 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 ternunation claim to the City in the form and with the certiiication 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): l. 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 proiit 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 amou�t 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 proiits 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 iinal and binding. The request for mediation shall be submitted to the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph 10.06.E. B. City and Contractor shall participate in the mediation process in good faith. The process shall be commenced within 60 days of filing of the request. C. If the Contract Claim is not resolved by mediation, City's action under Paragraph 10.06.0 or a denial pursuant to Paragraphs 10.06.C.3 or 10.06.D shall become final and binding 30 days after termination of the mediation unless, within that time period, City or Contractor: CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS Revised: November 9, 2011 00 72 00 - 62 GENERAL CONDITIONS Page 62 of 62 l. 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 speciiies giving notice by electronic means such electronic notice shall be deemed sufficient upon confirmation of receipt by the receiving party. 17.02 Computation of Times When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday the next Working Day shall become the last day of the period. 17.03 Cumulative Remedies The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 2011 00 72 00 - 63 GENERAL CONDITIONS Page 63 of 62 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 WOR"CH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised: November 9, 20l 1 00 73 00 - i SUPPLEMENTARY CONDITIONS ' Page I of 4 1 SECTION 00 73 00 2 SUPPLEMENTARY CONDITIONS 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 TO GENERAL CONDITIONS Supplementary Conditions These Supplementary Conditions modify and supplement Section 00 72 00 - General Conditions, and other provisions of the Contract Documents as indicated below. All provisions of the General Conditions that are modified or supplemented remain in full force and effect as so modified or supplemented. All provisions of the General Conditions which are not so modified or supplemented remain in full force and effect. De�ned 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 speciiic paragaphs in the General Conditions and other Contract Documents. SC-3.03B.2, ��Resolving Discrepancies" Plans govern over Specifications and Specifications shall govern over standard details. SC-4.OlA 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.O1A.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 July 12, 2012: Outstanding Right-Of-Way, and/or Easements to Be Acquired PARCEL OWNER NUMBER None TARGET DATE OF POSSESSION The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. If Contractor considers the final easements provided to differ materially from the representations on the Contract Drawings, Contractor shall within fve (5) Business Days and before proceeding with the Work, notify City in writing associated with the differing easement line locations. CITY OF FORT WORTH W. 7`�' Slreet Bridge Water and Sanifary SeH�er Lnproven:enis STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised Nfay 30, 2072 007300-2 SUPPLEMENTARY CONDITIONS Page 2 of 4 1 2 3 4 5 6 7 SC-4.O1A.2, "Avaitabitity of Lands" 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 12, 2012: EXPECTED UTILITY AND LOCATION OWNER TARGET DATE OF ADJUSTMENT None 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 The Contractor understands and agrees that the dates listed above are estimates only, are not guaranteed, and do not bind the City. SC-4.02A., "Subsurface and Physical Conditions" The following are reports of explorations and tests of subsurface conditions at the site of the Work: A Geotechnical Engineering Study Report No. 103-11-117, dated May 2011, prepared by CMJ Engineering, Inc., a sub-consultant of Kimley-Horn and Associates, Inc., a consultant of the City, providing additional information on general subsurface conditions. 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 insured's as their interest may appear" including their respective officers, directors, agents and employees. (1) City (2) Consultant: Kimley-Horn and Associates, Inc. (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 W. 7'�' SJreeJ Bridge Water and Sanitary Sewer Improvements STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS 0l693 Revised titay 30, 2012 007300-3 SUPPLEMENTARY CONDITIONS Page 3 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 SC-5.04B., `�Contractor's Insurance" 5.04B. Commercial General Liability, under Paragraph GC-5.04B. Contractor's Liability Insurance under Paragraph GC-5.04B., which shall be on a per project basis covering the Contractor with minimum limits of: $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 Paragaph 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 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: Heavy 8t Highway Construction SC-6.09., "Permits and Utilities" SC-6.09A., "Contractor obtained permits and licenses" The foilowing are known permits and/or licenses required by the Contract to be acquired by the Contractor: Street cut permit SC-6.09B. "City obtained permits and licenses" The following are known permits and/or licenses required by the Contract to be acquired by the City: 1. None CITY OF FORT WORTH W. 7'�' Street Brldge Water and Sanrtary Setiver I»iprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised May 30, 20l2 007300-4 SUPPLEMENTARY CONDITIONS Page 4 of 4 1 2 3 4 5 6 SC-6.09C. "Outstanding permits ac►d licenses" The following is a list of known outstanding permits and/or licenses to be acquired, if any as of July 12, 2012: Outstanding Permits and/or Licenses to Be Acquired OWNER PERMIT OR LICENSE AND LOCATION None 7 8 9 10 11 12 13 SC-7.02., "Coordination" TARGET DATE OF POSSESSION The individuals or entities listed below have contracts with the City for the performance of other work at the Site: Vendor Sco e of Work Coordination Authorit TxDOT Brid e Im rovements Ci 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 SC-8.01, "Communications to Contractor" None SC-9.01., "City's Project Representative" The following firm is a consultant to the City responsible for construction management of this Project: None. SG13.03C., "Tests and Inspections" None SC-16.O1C.1, "Methods and Procedures" None 35 �ND OF SECTION CITY OF FORT WORTH W. 7'h Slreet Bridge Wafer and Sanitary Sewer Improvenrents STANDAI2D CONSTRUCTION SPECIFICATION T�OCUMENTS 0/693 Revised May 30, 20/2 01 1100-I SUMMARY OF WORK Page 1 of 3 1 2 3 PART1- GENERAL SECTION O1 11 00 SUMMARY OF WORK 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Summary of Work to be performed in accordance with the Contract Documents 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Specification $ections include, but are not necessarity limited to" 10 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the Contract 11 2. Division 1- General Requirements 12 1.2 PRIC� AND PAYMENT PROCEDURES 13 A. Measurement and Payment 14 1. Work associated with this Item is considered subsidiary to the various items bid. 15 No separate payment will be allowed for this Item. 16 1.3 REFERENCES [NOT USED] 17 1.4 ADMINISTRATIVE REQUIREMENTS 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 A : C. 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. 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 speci�c 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. 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 W. 7'h Sh•ee1 Bridge i4�ater and Sanitary Server bnprovemenls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 0/693 Revised July 1, 2011 011100-2 SUMMARY OF WORK Page 2 of 3 1 b. Excavated and waste materials shall be stored in such a way as not to interfere 2 with the use of spaces that may be designated to be left free and unobstructed 3 and so as not to inconvenience occupants of adjacent property. 4 c. If the street is occupied by railroad tracks, the Work shall be carried on in such 5 manner as not to interfere with the operation of the railroad. 6 1) All Work shall be in accordance with railroad requirements set forth in 7 Division 0 as well as the railroad permit, 8 D. Work within Easements 9 1, Do not enter upon private property for any purpose without having previously 10 obtained permission from the owner of such property. 11 2. Do not store equipment or material on private property unless and until the 12 specified approval of the property owner has been secured in wt•iting by the 13 Contractor and a copy furnished to the City. 14 3. Unless specifically provided otherwise, clear all rights-of-way or easements of 15 obstructions which must be removed to make possible proper prosecution of the 16 Work as a part of the project construction operations. 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 4. Preserve and use every precaution to prevent damage to, all trees, shrubbery, plants, tawns, 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 tands 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 properiy of any character resulting from any act, omission, neglect, or misconduct in the manner or method or execution of the Work, or at any time due to defective work, material, or equipment. 33 6, Fence 34 a. Restore all fences encountered and removed during construction of the Project 35 to the original or a better than original condition, 36 b. Erect temporary fencing in place of the fencing removed whenever the Work is 37 not in progress and when the site is vacated overnight, and/or at all times to 38 provide site security. 39 c. The cost for all fence work associated with easements, including removal, 40 temporary closures and replacement, shall be subsidiary to the various items bid 41 in the project proposal, unless a bid item is specifically provided in the 42 proposal. CITY OF FbRT' WbRTH W. 7`" Sn�eel Bridge 4i�ater and Sanilar�� Sewer /niprovements STANbAI2D CONSTRUC'CION SPECIFICATION DOCUMENTS 0/693 Revised July 1, 2011 01 11 00 - 3 SUMMARY OF WORK Page 3 of 3 i 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT US�D] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED) 6 1.10 DELIVERY, STOR.AGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WARRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 12 END OF SECTION Revision Log DATE NAM� SUMMARY OF CHANGE 13 CITY OF FORT WORTH {V. 7'h Sireet 6ridge !d'aler and Sanitary Seiner• brrprovenrenls STANDARD CONSTRUCTION SPEC[PICATION DOCUMENTS 01693 Revised July 1, 201 I ot2soo-t SUBSTITUTION PROCEDURES Page 1 of 4 1 2 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 SECTION Ol 25 00 SUBSTITUTION PROCEDURES A. Section Includes: 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 1 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 frqm this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to: 1. pivision 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 19 1.2 PRICE AND PAYMENT PROCEDURES 20 A. Measurement and Payment 21 1. Work associated with this Item is considered subsidiary to the various items bid. 22 No separate payment will be aliowed for this Item. 23 1.3 REFERENCES [NOT USED) 24 1.4 ADMINISTRATIVE REQUIREMENTS 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Request for Substitution - Genera( L 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 exc(ude 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 I i! 7°i Slree[ Bridge Water and Sanilary Se�ver /mprovenrenls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July I, 2011 o i zs oo - a SUBSTITUTION PROCEDURES Page 2 of 4 b. Contractor proposes a cost and/or time reduction incentive to the City. 2 1.5 SUBMITTALS 3 A. See Request for Substitution Form (attached) 4 B. Procedure for Requesting Substitution 5 1, Substitution shall be considered only: 6 a. After award of Contract 7 b. Under the conditions stated herein 8 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 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) I)ata relating to changes in cost b. For products 1) Product identification a) Manufacturer's name b) Telephone number and representative contact name c) Speciiication 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 prbposed 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 42 l, Written approval or rejection of substitution given by the City 43 2. City reserves the right to require proposed product to comply with color and pattern 44 of specified product if necessary to secure design intent. 45 3. In the event the substitution is approved, the resulting cost and/or time reduction 46 will be documented by Change Order in accordance with the General Conditions. CITY OF FORT WORTH 6V. 7°r Slreet Bridge Water and Sanrlary Sewer lrnprovements STANDARD CONSTRUCT[ON SPEC[PICATION DOCUMENTS 01693 Revised July 1, 20l 1 012500-3 SUBSTITUTION PROCEDURES Page 3 of 4 1 4. No additional contract time will be given for substitution. 2 5, Substitution will be rejected i£ 3 a. Submittal is not through the Contractor with his stamp of approval 4 b. Request is not made in accordance with this Specification Section 5 c. In the City's opinion, acceptance will require substantial revision of the original 6 design 7 d, In the City's opinion, substitution will not perform adequately the function 8 consistent with the design intent 9 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 10 1.7 CLOSEOUT SUBMITTALS [NOT USED] I 1 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 12 1.9 QUALITY ASSURANCE 13 A, In making request for substitution or in using an approved product, the Contractor 14 represents that the Contractor: 15 1. Has investigated proposed product, and has determined that it is adequate or 16 superior in all respects to that specified, and that it will perform function for which 17 it is intended 18 2. Will provide same guarantee for substitute item as for product specified 19 3. Will coordinate installation of accepted substitution into Work, to include building 20 modifications if necessary, making such changes as may be required for Work to be 21 complete in all respects 22 4. Waives all claims for additional costs related to substitution which subsequently 23 arise 24 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 26 1.12 WARRANTY [NOT USED] 27 PART 2- PRODUCTS [NOT USED] 28 PART 3- EXECUTION [NOT USED] 29 30 31 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH Gf'. 7`h St�•ee! E3ridge Water and Sanilary Sewer Inrproi�emenls STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS 01693 Revised July l, 2011 012500-4 SUBSTITUTION PROCEDURES Page 4 of 4 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 2'7 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 EXHIBIT A REQUEST FOR SUBSTITUTION FORM: TO: 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 infbrmation 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? I). 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 S ignature as noted Firm Address Date Telephone For Use by City: Approved City CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July 1, 2011 _ Recommended _ Not recommended By Date Remarks Date Rejected _ Recommended Received late W. 7'�' Street Qridge Waler and Sanitary Sewer lnrprovemenls 0/693 01 31 19 - 1 PRECONSTRUCT[ON MEETING Page I of 3 � 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 1.2 SECTION O1 31 19 PRECONSTRUCTION MEETING A. Section Includes: 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 Speciiication 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 PRICE AND PAYMENT PROCEDURES 14 A. Measurement and Payment 15 1. Work associated with this Item is considered subsidiary to the various items bid. 16 No separate payment will be allowed for this Item. 17 1.3 REFERENCES [NOT USED] 18 1.4 ADMINISTRATIVE REQUIR�MENTS 19 A. Coordination 20 1. Attend preconstruction meeting. 21 2. Representatives of Contractor, subcontractors and suppliers attending meetings 22 shall be qualifed and authorized to act on behalf of the entity each represents. 23 3. Meeting administered by City may be tape recorded. 24 a. If recorded, tapes will be used to prepare minutes and retained by City for 25 future reference. 26 B. Preconstruction Meeting 27 1. A preconstruction meeting will be held within 14 days after the execution of the 28 Agreement and before Work is started. 29 a. The meeting will be scheduled and administered by the City. 30 2. The Project Representative will preside at the meeting, prepare the notes of the 31 meeting and distribute copies of same to all participants who so request by fully 32 completing the attendance foi•m to be circu(ated at the beginning of the meeting. 33 3. Attendance shall include: 34 a. Project Representative 35 b. Contractor's project manager 36 c, Contractor's superintendent 37 d. Any subcontractor or supplier representatives whom the Contractor may desire 38 to invite or the City may request CITY Or FORT WORTH Gt! 7`�' SJreet Bridge Water and Sanitary Seit�er Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 0l693 Revised July l, 20l ( O1 31 19 - 2 PRECONSTRUCTION MEETING Page 2 of 3 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 e. Other City representatives f. Others as appropriate 4. Construction Schedule a. Prepare baseline construction schedule in accordance with Section O1 32 16 and provide at Preconstruction Meeting. b. City will notify Cbntractor of any schedule changes upon Notice of Precbnstruction 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 Tirne £ Notice td Proceed g. Construction Staking h. Progress Payments i. Extra Work and Chat�ge Order Procedures j. Field Orders k. Disposal Site Letter for Waste Material 1. Insurance Renewals m. Payroll Certification n. Material Certi�cations and Quality Control Testing o. Public Safety and Convenience p. Documentation of Pre-Construction Conditions q. Weekend Work Notification r. Legal �Iotidays 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 procedures hh. Final Acceptance ii. Final Payment jj. Questions or Comments C[TY OP FORT WORTH W. 7°r S[reel Bridge Waler a�rd Sanita�7� Seiver Irnprove�ne�tls STANDAItD CONSTRUCTION SPECIP[CATION DOCUMENTS 0/693 Revised July l, 20l 1 1 2 3 4 5 6 7 8 9 10 11 12 13 01 31 19 - 3 PRECONSTRUCTION MEETING Page 3 of 3 1.5 SUBMITTALS [NQT USED] 1.6 ACTION SUBMITTALS/INFQRMATIONAL SUBMITTALS [NOT USED] 1.7 CLpSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STQRAGE, AND HANDLING [NOT USED] 1.11 FI�LI? [SITEJ CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRO�UCTS [NOT USED] PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH 6V. 7`h Street Bridge Water and Sanitary Sewer Inrprovemenls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July l, 2011 Oi3120-I PROJECT MEETINGS Page 1 of 3 1 2 3 PART 1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 1.2 15 16 17 SECTION Ol 31 20 PROJECT MEETINGS A. Section Includes: 1. Provisions for project meetings throughout the construction period to enable order(y 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 tq: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 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. 18 1.3 REFERENCES [NQT USED] 19 1.4 ADMINISTRATIV� REQUIR�MENTS 20 A. Coordination 21 1. Schedule, attend and administer as specifed, periodic progress meetings, and 22 specially called meetings throughout progress of the Work. 23 2. Representatives of Contractor, subcontractors and suppliers attending meetings 24 shall be qualified and authorized to act on behalf of the entity each represents. 25 3. Meetings administered by City may be tape recorded. 26 a. If recorded, tapes will be used to prepare minutes and retained by City for 27 future reference. 28 4. Meetings, in addition to those specified in this Section, may be held when requested 29 by the City, Engineer or Contractor. 30 B. Pre-Construction Neighborhood Meeting 31 1. After the execution of the Agreement, but before construction is allowed to begin, 32 attend 1 Public Meeting with affected residents to: 33 a. Present projected schedule, including construction start date 34 b. Answer any construction related questions 35 2. Meeting Location 36 a. Location of ineeting to be determined by the City. 37 3. Attendees 38 a. Contractor CITY OF FORT WORTH W. 7`h Stree! 6rrdge Water and Sartrtary Sewer Lnprovemenls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July I, 2011 013120-2 PROJECT MEETINGS Page 2 of 3 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 b. Project Representative c. Other City representatives 4. Meeting Schedule a. In general, the neighborhood meeting will occur within the 2 weeks following the pre-construction conference. b. In no case will construction be allowed to begin until this meeting is held. C. Progress Meetings 1. Formal project coordination meetings will be held periodically. Meetings will be scheduled and administered by Project Representative. 2. Additional progress meetings to discuss specific topics will be conducted on an as- needed basis. Such additional meetings shall include, but not be limited to: a. Coordinating shutdowns b. Installation of piping and equipment c. Coordination between other construction projects d. Resolution of construction issues e, Equipment approval 3. The Project Representative will preside at progress meetings, prepare the notes of the meeting and distribute copies of the same to all participants who so request by fully completing the attendance form to be circulated at the beginning of each meeting. 4. Attendance shall inc(ude: 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 £ 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 requit•ements with other constructibn contracts £ 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 l. Pending changes and substitutions m, Review proposed changes fbr: 1) Effect on construction schedule and on completion date 2) Effect on other contracts of the Project n. Review Record l�ocuments o. Review monthly pay request p. Review status of Requests for Information CITY OF FORT WORTH W. 7`" Stree! 6ridge Water and Sanitary Sewer Irnprovements STANDARD CbNSTRUCTION SPECIFICATION DOCUMENTS O1693 Revised July 1, 20l 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 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 US�D] 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, STOR,AGE, 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 Gf! 7'h Street Bridge Waler and Sanitary Setiver /mprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July 1, 201 I 013216-I CpNSTRUCTION PROGRESS SCHEDULE Page I of 5 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION O1 32 16 CONSTRUCTION PROGRESS SCHEDULE 5 A. Section Includes: 6 1. General requirements for the preparation, submittal, updating, status reporting and 7 management of the Construction Progress Schedule 8 2. Specific requirements are presented in the City of Fort Worth Schedule Guidance 9 Document 10 B. peviations from this City of Fort Worth Standard Specifcation 11 1. None. 12 C. Related Specification Sections include, but are not necessarily limited to: 13 1. �ivision 0— Bidding Requirements, Contract Forms and Conditions of the Contract 14 2. Division 1— General Requirements 15 1.2 PRICF AND PAYMENT PROCEDURES 16 A. Measurement and Payment 17 1. Work associated with this Item is considered subsidiary to the various items bid. 18 No separate payment will be allowed for this Item. 19 1.3 REFERENC�S 20 A. Definitions 21 1. Schedule Tiers 22 a. Tier 1- No schedule submittal required by contract. Small, brief duration 23 projects 24 b. Tier 2- No schedule submittal required by contract, but will require some 25 milestone dates. Small, brief duration projects 26 c. Tier 3- Schedule submittal required by contract as described in the 27 Specification and herein. Majority of City projects, including all bond program 28 projects 29 d. Tier 4- Schedule submittal required by contract as described in the 30 Specification and herein. Large and/or complex projects with long durations 31 1) Examples: large water pump station project and associated pipeline with 32 interconnection to another governmental entity 33 e. Tier 5- Schedule submittal required by contract as described in the 34 Specification and herein. Large and/or very complex projects with long 35 durations, high public visibility 36 1) Examples might include a water or wastewater treatment plant 37 2. Baseline Schedule - Initial schedule submitted before work begins that will serve 38 as the baseline for measuring progress and departures fi•om the schedule. 39 3. Progress Schedule - Monthly submittal of a progress schedule documenting 40 progress on the project and any changes anticipated. CITY OF FORT WORTH N� 7rn Street Bridge Water and Sanilary Se�ver Impravements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July 1, 2011 013216-2 CONSTRUCTIONPROGRESSSCHEDULE Page 2 of 5 � 3 4. Schedule Narrative - Concise narrative of the schedule including schedule changes, expected delays, key schedule issues, critical path items, etc B. Reference Standards 4 1. City of Fort Worth Schedule Guidance Document 5 1.4 ADMINISTRATIVE REQUIR�M�NTS 6 7 8 9 10 11 12 13 14 15 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 dernonstrate 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. 16 B. Progress Schedule 17 1. Update the progress Schedule monthly as required in the City of Fort Worth 18 Schedule Guidance Document. 19 2. Prepare the Schedule Narrative to accompany the monthly progress Schedule. 20 3. Change Orders 21 a. Incorporate approved change orders, resulting in a change of contract time, in 22 the baseline Schedule in accordance with CiTy of Fort Worth Schedule 23 Guidance Document. 24 C. Responsibility for Schedule Compliance 25 1. Whenever it becomes apparent from the current progress Schedule and CPM Status 26 Report that delays to the critical path have resulted and the Contract completion 27 date wil( not be met, o►• when so directed by the City, make some or all of the 28 following actions at no additional cost to the City 29 a. Submit a Recovery Plan to the City for approval revised baseline Schedule 30 outlining; 31 1) A written statement of the steps intended to take to remove or arrest the 32 delay to the critical path in the approved schedule 33 2) Increase construction manpower in such quantities and crafts as will 34 substantially eliminate the backlog of work and return current Schedule to 35 meet projected baseline completion dates 36 3) Increase the number of working hours per shift, shifts per day, working 37 days per week, the amount of construction equipment, or any combination 38 of the foregoing, sufficiently to substantially eliminate the backlog of work 39 4) Reschedule activities to achieve maximum practical concurrency of 40 accomplishment of activities, and comply with the revised schedule 41 2. If no written statement of the steps intended to take is submitted when so requested 42 by the City, the City may direct the Contractor to increase the level of effort in 43 manpower (trades), equipment and work schedule (overtime, weekend and holiday 44 work, etc.) to be employed by the Contractor in order to remove or arrest the delay 45 to the critical path in the approved schedule. 46 a. No additional cost for such work will be considered. CITY OF FORT WORTH Gf! 7`h S�ree! Bridge Water and Sanilary Seiver bnprovemenls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July 1, 201( O13216-3 CONSTRUCTTON PROGRESS SCHEDULE Page 3 of 5 t 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 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 �ndings 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 Prpgress 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 Cily within 30 days after the beginning of the delay for which a time extension is requested but before the date of fnal payment under this Contract. a. No time extension will be granted for requests which are not submitted within the foregoing time limit. b. From time to time, it may be necessary for the Contract schedule or completion time to be adjusted by the City to reflect the effects of job conditions, weather, technical difficulties, strikes, unavoidable delays on the part of the City or its representatives, and other unforeseeable conditions which may indicate schedule adjustments or completion time extensions. 1) Under such conditions, the City will direct the Contractor to reschedule the work or Contract completion time to reflect the changed conditions and the Contractor shall revise his schedule accordingly. a) No additional compensation will be made to the Contractor for such schedule changes except for unavoidable overall contract time extensions beyond the actual completion of unaffected work, in which case the Contractor shall take all possible action to minimize any time extension and any additional cost to the City. b) Available float time in the Baseline schedule may be used by the City as well as by the Contractor. 3. Float or slack time is defined as the amount of time between the earliest start date and the latest staii date or between the earliest fnish 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 CQntractor 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 !T! 7"' S�reet Bridge 6i�ater and Sarritary Sewer Lnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 0l693 Revised July I, 2011 013216-4 CONSTRUCTION PROGRESS SCHEDULE Page 4 of 5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 c. Acknowledge and agree that actual delays, affecting paths of activities containing float time, will not have any effect upon contract completion times, providing that the actual delay does not exceed the float time associated with those activities. E. Coordinating Schedule with Other Contract Schedules 1, Where work is to be performed under this Contract concurrently with or contingent upon work performed on the saine facilities or area under other contracts, the Baseline Schedule shall be coordinated with the schedules of the other contracts. a. Obtain the schedules of the other appropriate contracts from the City for the preparation and updating of Baseline schedule and make the required changes in his schedule when indicated by changes in corresponding schedules. 2. In case of interference between the operations of different contractors, the City will determine the work priority of each contractor and the sequence of work t�ecessary to expedite the completion of the entire Project. a. In such cases, the decision of the City shall be accepted as iinal. b. The temporary delay of any work due to such circumstances shall not be considered as justification for claims for additional compensation. 18 1.5 SUBMITTALS 19 A. Baseline Schedule 20 21 22 23 24 25 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 Pritnavera Contractor) 2. Submit draft baseline Schedu(e to City prior to the pre-construction meeting and bring in hard copy to the meeting for review and discussion. 26 B. Progress Schedule 27 l. Submit progress Schedule in native file format and pdf format as required in the 28 City of Fort Worth Schedule Guidance Document. 29 2, Submit progress Schedule monthly no later than the last day of the month. 30 31 32 33 34 35 36 37 38 39 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 (ater 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 W. 7'" Streel Bridge GValer and Sanitary Se�ver L�tproveme�tls STANDARD CONS'I'RUCT[ON SPECIFICATION DOCUMENTS 0/693 Revised July l, 20l 1 I 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 013216-5 CONSTRUCTION PROGRESS SCHEDULE Page 5 of 5 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USEIa] 1.7 CLOSEQUT SUBMITTALS (NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 Q�JALITY ASSURANCE A. The person preparing and revising the construction Progress Schedule shall be experienced in the preparation of schedules of similar comp(exity. B. Schedule and supporting documents addressed in this Specifcation 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] l,ll FIELD [SITEJ 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 O� FORT WORTH 6t! 7`h S(reet dridge Fi'ater and Sanitary Sewer In:provenrenis STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 0/693 Revised July l, 2011 013233-I PRECONSTRUCTION VIDEO Page 1 of 2 1 2 3 PART 1 - GENER.AI, 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 SECTION O1 32 33 PRECONSTRUCTION VIDEO 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 1. 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 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 [NQT USED] PART 2 - PRODUCTS [NOT USED] CITY OF EORT WORTH W. 7°i Streel 6ridge Waler and Sanitary Sei��er lmprovemenfs STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS 01693 Revised July 1, 20l I 013233-2 PRECONSTRUCTION V[DEO C'age 2 of 2 PART 3 - EXECUTION [NOT USED] END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH W. 7'j' Streel l3ridge Water and Sanitary Sewer bnprovernents STANDARD CONSTRUCT[ON SPECIF[CAT[ON DOCUMENTS 0l693 Revised July 1, 201 t 013300-1 SUBMITTALS Page 1 of 8 � 3 PART1- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 SECTION Ol 33 00 SUBMITTALS A. Section Includes: 1. General methods and requirements of submissions applicable to the following Work-related submitta(s: 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 Specifcation Sections include, but are not necessarily limited to: 1. pivision 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2, Division 1— General Requirements 17 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREM�NTS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Coordination 1. Notify the City in writing, at the time of submittal, of any deviations in the submittals from the requirements of the Contract Documents. 2, Coordination of Submittal Times a. Prepare, prioritize and transmit each submittal sufficiently in advance of 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 � 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 GV. 7�h Street Bridge Gt�ater and Sanitary Sei>>er Lnprovenrents STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS 01693 Revised July 1, 201 I 013300-2 SUBMITTALS Page 2 of 8 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 d. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the Work or in the work of any other contractor. B. Submittal Numbering 1. When submitting shop drawings or samples, utilize a 9-character submittal cross- reference identification numbering system in the following manner: a. Use the frst 6 digits of the applicable Speciiication 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 speciiic 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) OS is the eighth initial submittal under this Specification Section 3) B is the third submission (second resubrnission) of that particular shop drawing C. Contractor Certification 1. Review shop drawings, product data and sarnples, including those by subcontractors, prior to submission to determine and verify the following: a. Field measurements b. Field construction criteria c. Catalog numbet�s 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. Certifcation 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%z inches x 11 inches. 2. Bind shop drawings and product data sheets together. 3 , Order a. Cover Sheet 1) Description of Packet 2) Contractor Certification b. List of items / Table of Contents c. Product Data /Shop Drawings/Samples /Calculations E. Submittal Content 1. The date of submission and the dates of any previous submissions CITY OF F012T WORTH W. 7`h Slree! Bridge Water and Sanrtary Setver Iniprove�nenls STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS 01693 Revised July 1, 2011 013300-3 SUBMITTALS Page 3 of 8 1 2. The Project title and number 2 3. Contractor identification 3 4. The names of: 4 a. Contractor 5 b. Supplier b a Manufacturer 7 5. Identification of the product, with the Specification Section number, page and 8 paragraph(s) 9 6. Field dimensions, clearly identified as such 10 7. Relation to adjacent or critical features of the Work or materials 11 8. Applicable standards, such as ASTM or Federal Specification numbers 12 9. Identifcation by highlighting of deviations from Contract pocuments 13 10. Identification by highlighting of revisions on resubmittals 14 11. An 8-inch x 3-inch blank space for Contractor and City stamps 15 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 F. Shop Drawings l. As specified in individual Work Sections includes, but is not necessarily limited to: a. Custom-prepared data such as fabrication and erection/installation (working) drawings b. Scheduled information c. Setting diagrams d. Actual shopwork manufacturing instructions e. Custom templates f. Special wiring diagrams g. Coordination drawings h. Individual system or equipment inspection and test reports including: 1) Performance curves and certifications i. As applicable to the Work 2. Details a. Relation of the various parts to the main members and lines of the structure b. Where correct fabrication of the Work depends upon field measurements 1) Provide such measurements and note on the drawings prior to submitting for approval. G. Product Data 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) Cata(og cuts 6) Product photographs CITY OF FORT WORTH !4! 7`h Slreet Bridge Yt'ater artd Sanitary Setiver Improventents STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July I, 2011 013300-4 SUBMITTALS Page 4 of S 1 7) Standard wiring diagrams 2 8) Printed performance curves and operational-range diagrams 3 9) Production or quality control inspection and test reports and certifications 4 10) Mill reports 5 11) Product operating and maintenance instructions and recommended 6 spare-parts listing and printed product warranties 7 12) As applicable to the Work 8 H. Samples 9 1. As specified in individual Sections, include, but are not necessarily limited to: 10 a. Physical examples of the Work such as: 11 1) Sections of manufactured or fabricated Work 12 2) Small cuts or containers of materials 13 3) Complete units of repetitively used products color/texture/pattern swatches 14 and range sets IS 4) Specimens for coordination of visual effect 16 5) Graphic symbols and units of Work to be used by the City for independent 17 inspection and testing, as applicable to the Work 18 I, Do not start Work requiring a shop drawing, sample or product data nor any material to 19 be fabricated or installed prior to the approval or qualified approval of such item. 20 1. Fabrication performed, materials purchased or on-site construction accomplished 21 which does not conform to approved shop drawings and data is at the Contractor's 22 risk. 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 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 it�stallations 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 retuened, Contractor shall submit more than the nutnber of copies listed above. c. Product Data 1) Upload submittal to designated pi•oject directory and notify approp►•iate 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 1�(% 7"' Slreel Bridge Gi�aler and Saititary Seiver Improventerits STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS O1693 Revised July 1, 20 t 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 01 33 00 - 5 SUBMITTALS Page 5 of 8 a. Shop Drawings 1) Distributed to the City 2) Copies a) 8 copies for mechanical submittals b) 7 copies for all other submittals c) If Contractor requires more than 3 copies of Shop Drawings returned, Contractor shall submit more than the number of copies listed above. b. Product Data 1) Distributed to the City 2) Copies a) 4 copies c. Samples 1) Distributed to the Project Representative 2) Gopies 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 fle 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 fulfllment of the terms of the Conh-act. 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 se(ecting 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 invo(ve a change in Contract Price or time for performance, the City may return the reviewed drawings without noting an exception. 5. Submittals will be returned to the Contractor under 1 of the following codes: a. Code 1 1) "NO EXCEPTIONS TAKEN" is assigned when there are no notations or comments on the submittal. a) When returned under this code the Contractoc• may release the equipment and/or• material for manufacture. b. Code 2 CITY OF FORT WORTH W. 7'h Street Bridge Wa1er and Sanitary Sewer Gnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS D/693 Revised July 1, 2011 013300-6 SUBMITTALS Page 6 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 16 17 18 19 20 21 22 23 7 c � 1) 'BXCEPTIONS 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. 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 nbn-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. Code 4 1) "NOT APPROV�D" 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 Contt•act Documents. 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 8. 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. Partia( 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" unti( resubmitted. c, The City may at its option provide a tist o►• mark the submittal directing the Contractor to the areas that are incomp(ete. If the Contractor considers any coc•rection indicated on the shop drawings to constitute a change to the Contract Documents, then written notice rnust be provided thereof to the City at least 7 Working Days prior to release for manufacture. CITY OF FORT WORTH W. 7`h Slree� Bridge Waler and Sanilary Seivei� Improve»tenls STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS 01693 Revised July t, 201 l 1 2 ' 3 4 5 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. 6 L. Mock ups 7 1. Mock Up units as specifed in individual Sections, include, but are not necessarily 8 limited to, complete units of the standard of acceptance for that type of Work to be 9 used on the Project. Remove at the completion of the Work or when directed. 10 M. Qualifications 11 1. If specifcal(y required in other Sections of these Specifications, submit a P.E. 12 Certification for each item required. 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 N. Request for Information (RFI) 1. Contractor Request for additional information a. Clarification or interpretation of the contract documents b. When the Contractor believes there is a conflict between Contract Documents c. When the Contractor believes there is a conflict between the Drawings and Specifications 1) Identify the conflict and request clarification 2. Use the Request for Information (RFI) form provided by the City. 3 , Numbering of RFI a. Prefix with "RFI" followed by series number, "-xxx", beginning with "O1" and increasing sequentially with each additional transmittal. 4. Sufficient information shall be attached to permit a written response without further information. 5. The City will log each request and will review the request. a. If review of the project information request indicates that a change to the Contract Documents is required, the City will issue a Field Order or Change Order, as appropriate. CITY OF FORT WORTH {y 7`h Slreet Bridge Water a�td Sanitary Seiver /nrprovemenls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July l, 20l 1 013300-8 SUBMITTALS Page 8 of 8 1 1.5 SUBMITTALS [NOT USED] 2 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 3 1.7 CLOSEOUT SUBMITTALS [NOT USED] 4 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 5 1.9 QUALITY ASSURANCE [NOT USED] 6 1.10 D�LIVERY, STORAGE, AND HANDLING [NOT USED] 7 1.11 FIELD [SITE] CONDITIONS [NOT USED] 8 1.12 WA,RRANTY [NOT USED] 9 PART 2- PRODUCTS [NOT USED] 10 PART 3- EXECUTION [NOT USED] 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH W. 7`�' Street Bridge Water and Sm�ifaiy Se�ver Inrproveme�its STANDARD CONSTRUCTION SPEC[FICAT[bN DOCUMENTS 0/693 Revised July l, 2011 � ' 0135I3-1 SPECIAL PROJECT PROCEDURES Page 1 of 8 1 2 3 PARTl- GENERAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 SECTION O1 35 13 SPECIAL PROJECT PROCEDURES A. Section Includes: 1. The procedures for special project circumstances that includes, but is not limited to: a, Coordination with the Texas Department of Transportation b. Work near High Voltage Lines a Confined Space Entty Program d. Air Pollution Watch Days e. Use of Explosives, Drop Weight, Etc. f. Water Department Notification g. Public Notifcation Prior to Beginning Construction h, Coordination with United States Army Corps of Engineers i. Coordination within Railroad permits areas j. I)ust Control k. Employee Parking B. Deviations from this City of Fort Worth Standard Specification 1. None. 20 C. Related Speci�cation Sections include, but are not necessarily limited to: 21 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 22 2, Division 1— General Requirements 23 3. Section 33 12 25 — Connection to Existing Water Mains 24 1.2 PRICE AND PAYMENT PROCEDURES 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Measurement and Payment 1. Coordination within Railroad permit areas a. Measurement 1) Measurement for this Item will be by lump sum. b. Payment 1) The work performed and materials furnished in accordance with this Item will be paid for at the lump sum price bid for Railroad Coordination. c. The price bid shall include: 1) Mobilization 2) Inspection 3) Safety training 4) Additiona( Insurance 5) Insurance Certificates 6) Other reQuirements associated with general coordination with Railroad, including additional employees required to protect the right-of-way and property of the Railroad from damage arising out of and/or from the construction of the Project. 2, Railroad Flagmen CITY OF FORT WORTH f4'. 7"' Street Bridge Water artd Sanitary Setiver Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 0/693 Revised July 1, 201 I 013513-2 SPECIAL PROJECT PROCEDURES Page 2 of 8 1 2 3 4 5 6 7 8 9 10 11 12 13 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. 14 1.3 REFERENCES 15 A. Reference Standards 16 1. Reference standards cited in this Specification refer to the current reference 17 standard published at the time of the latest revision date logged at the end of this 18 Specification, unless a date is specifcally cited. 19 2. North Central Texas Council of Governments (NCTCOG) — Clean Construction 20 Specification 21 1.4 ADMINISTRA7'iVE REQUIREMENTS 22 A. Coordination with the Texas Department of Transportation 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 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 T�cDOT 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. Warning sign a. Provide sign of sufficient size meeting all OSHA requirements. 2, Equiprnent operating within 10 feet of high voltage lines will require the following safety features a. Insu(ating 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 3. Work within 6 feet of high voltage electric lines a. Noti�cation shall be given to: 1) 'The power company (example: ONCOR) a) Maintain an accurate log of all such calls to power company �nd record action taken in each case. b. Coordination with power company 1) After notification coordinate with the power company to: CITY O� FORT WORTH W. 7'�' Stree! Bridge Water and Sanilary Seiver Lnprovements STANDARD CONSTRUCTION SPECIF(CATION DOCUMENTS 01693 Revised July l, 2011 , 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 01 35 13 - 3 SPECIALPROJECTPROCEDURES Page 3 of 8 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. Confned Space Entry Program 1. Provide and follow approved Confned Space Entry Program in accordance with OSHA requirements, 2. Confined Spaces include: a. Manholes b. A(1 other confined spaces in accordance with OSHA's Permit Required for Confined Spaces D. Air Pollution Watch Days 1. General a. Observe the following guidelines relating to working on City construction sites on days designated as "AIR POLLUTION WATCH DAYS". b. Typical Ozone Season 1) May 1 through October 31. c. Critical Emission Time 1) 6:00 a.m. to 10:00 a.m. 2. Watch Days a. The Texas Commission on Environmental Quality (TCEQ), in coordination with the National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the WATCH day. b. Requirements 1) Begin work after 10:00 a.m. whenever construction phasing requires the use of motorized equipment for periods in excess of 1 hour. 2) However, the Contractor may begin work prior to 10:00 a.m. if: a) Use of motorized equipment is less than 1 hour, or b) If equipment is new and certifed by EPA as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or alternative fuels such as CNG. E. Use of Explosives, Drop Weight, Etc. 1. When Contract Documents permit on the project the following will apply: a, Public Notification 1) Submit notice to City and proof of adequate insurance coverage, 24 hours prior to commencing. 2) Minimum 24 hour public notifcation in accordance with Section O1 31 13 F. Water Department Coordination 39 � 1. During the construction of this project, it will be necessary to deactivate, for a 40 period of time, existing lines. The Contractor shall be required to coordinate with 41 the Water Department to determine the best times for deactivating and activating 42 those lines. 43 2. Coordinate any event that will require connecting to or the operation of an existing 44 City water line system with the City's representative. 45 a. Coordination shall be in accordance with Section 33 12 25. C[TY OF FORT WORTH W. 7'" Streel Bridge tf�ater and Sanitary Setiver Inrprovements STANDAfZD CONSTRUCTION SPECIFICATION DOCUMENTS O1693 Revised July 1, 2011 O13513-4 SPECIAL PROJECT PROCEDURES Page 4 of 8 1 b. If needed, obtain a hydrant water meter from the Water Department for use 2 during the life of named project. 3 c. In the event that a water valve on an existing live system be turned off and on 4 to accommodate the construction of the project is required, coordinate this 5 activity through the appropriate City representative. 6 1) Do not operate water line valves of existing water system. 7 a) Failure to comply will render the Contractor in violation of Texas Penal 8 Code Title 7, Chapter 28.03 (Criminal Mischie� and the Contractor 9 will be prosecuted to the full extent of the law. 10 b) In addition, the Contractor will assume all liabilities and 11 responsibilities as a result of these actions. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 G. Public Notification Prior to Beginning Construction 1. 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 leYterhead 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 nurnber � 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 E�chibit A. 3) Submit schedule showing the construction start and finish time for each block of the project to tlie inspector. 4) Deliver flyer to the City Inspector for review prior to distribution. b. No construction wil( be allowed to begin on any block until the flyer is delivered to all residents of the block. H. Public Notification of Temporary Water Service Interruption cturing Construction 36 1. In the event it becomes necessary to temporarily shut down water service to 37 residents or businesses during construction, prepare and deliver a notice or flyer of 38 the pending intereuption to the front door of each affected resident. 39 40 41 42 43 44 45 46 47 48 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 inforrnation: 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 C[TY OF FORT WORTH GV. 7'h Slreet Brrdge Waler and Sanitary Sewer Improven7ents STANDARD CONSTRUC'T[ON SPECIPICATION D6CUMEN'CS 0/693 Revised July 1, 20l 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 35 13 - 5 SPEC[AL PROJECT PROCEDURES Page 5 of 8 6) Name of the City's inspector and phone number c. A sample of the temporary water service interruption noti�cation 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. I. Coordination with United States Army Corps of Engineers (USACE) 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 pertnit. J. 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 £ 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 personnel were present on Site. K. 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. b. If wet saw cutting is performed, capture and properly dispose of slurry. L. Employee Parking 1. Provide parking for employees at locations approved by the City. CITY OF FORT WORTH 6V. 7'�' Sh•eet Bridge 6f'ater and Sanilary Sex�er bnprovemenls STANDARD CONSTRUCTTON SPECIrICATION DOCUMENTS O1693 Revised July l, 201 I O13513-6 SPECIAL PROJECT PROCEDURES Page 6 of 8 1 2 3 4 5 6 7 8 � 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLUSEOUT 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] l0 PART 3 - �XECUTION [NOT USED] 11 12 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE July 2011 13 CITY OF FORT WORTH W. 7'�' Street Bridge f��ater and Sanllary Seiver Lnprovemenls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Itevised July 1, 20(1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 01 35 13 - 7 SPECIAL PROJECT PROCEDURES Page 7 of 8 Date: CPN No.: Project Name: Mapsco Location: Limits of Construction: EXHIBIT A (To be printed on Contractor's Letterhead) 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 CA�L: Mr. <CONTRACTOR°S SUPERINTENDENT> AT <TELEPHONE NO.> OR Mr. <CITY INSPECTOR> AT < TELEPHONE NO.> AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306 PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL CITY OF FORT WORTH Gt! 7"' StreeJ Bridge 6i�ater and Sanitary Sewer Improvernenis STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 0/693 Revised July 1, 2011 013513-8 SPECIAL PROJECT PROCEDURES Page 8 of 8 1 � EXI-IIBIT B FORTWORTH �: �� Mo. � �,� �: HOTICE OF '[EMPOI�ARY WA?ER SgRVICE II�I?EItRLiP'tIOI� DUE TO UTILITX IMPROVEMENTS 1N YOUR NEIGHBORHOOD, YOUR WATER SERVICE WILL BE INTERRUPTED ON BETWEEN THE iiOURS OF AND IF YOLT HAVE QUESTIONS ABOUT TIiIS SHUT-OUT, PLEASC CALL: �g. AT (COIVTRACTOIiS SUPERINTENDENT) (TELEPIiONE NUMBER) OR MR. AT (CITY INSPECTUR) (TELEPHONE NUMBER) THIS INCONVGNIENCE WILL BE AS SHORT AS POSSIBLE. THANK YOU, CONTRAC'Y'OR 3 4 CITY OF �ORT WORTH W. 7'h Streel Bridge Wa[er and Sanilary Setiver Lnprovenrenls STANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July 1, 2011 014523-I TESTING AND INSPECTION SERVICES Page 1 of 2 1 2 3 PARTl- GEN�RAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 1.2 13 14 15 16 17 18 19 20 21 22 23 24 25 1.3 SECTION O1 45 23 TESTING AND INSPECTIpN SERVICES A. Section Includes: l. Testing and inspection services procedures and coordination B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related $pecification 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 PRICE ANI) PAYMENT PRpCEDURES 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. a. Contractor i5 responsible for performing, coordinating, and payment of all Quality Control testing. b. City is responsible for performing and payment for frst set of Quality Assurance testing. 1) If the �rst Qua(ity 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. REFERENCES [NOT USED] 26 1.4 ADMINISTRATN� REQUIREMENTS 27 28 29 30 31 32 33 34 35 36 37 38 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. Distr•ibution 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. CITY OF FORT WORTH W. 7'h Street Bridge Water and Sanrtary Sewer bnprovenrents STANDAf2D CONSTRUCTION SPECIF(CATION DOCUMENTS 0l693 Revised July 1, 20ll 014523-2 TESTING AND INSPECTION SERVICES Page 2 of 2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 2) Upload test reports to designated project directory and notify appropriate City representatives via email of submittal posting. 3) Hard Copies a) 1 copy for all submittals submitted to the Project Representative b. Hard Copy Distribution (if required in lieu of electronic distribution) 1) Tests performed by City a) Distribute 1 hard copy to the Contractor 2) Tests performed by the Contractor a) Distribute 3 hard copies to City's Project Representative 4. Provide City's Project Representative with trip tickets for each delivered load of Concrete or Lime material inc(uding the following information: a. Name of pit b, Date of delivery c. Material delivered 15 B. Inspection 16 1. Inspection or lack of inspection does not relieve the Contractor from obligation to 17 perform work in accordance with the Contract Documents, 18 1.5 SUBMITTALS [NOT US�D] 19 1.6 ACTION SUBMIfiTALS/INFORMATIONAL SUBMITTALS [NOT USED] 20 1.7 CLOSEOUT SUBMITTALS [NOT USED] 21 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 22 1.9 QUALITY ASSURANCE [NbT US�D] 23 1.10 DELIVERY, STORAGE, AND HANDLING [NOT US�D] � 25 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 26 PART 2- PRODUCTS [NOT USED] 27 PART 3 - �XECUTION [NOT USED] 28 m END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE 30 CITY OF FORT WORTH W. 7`�' Slreel Bridge Wa[er and Sanilary Sewer /�nproven:ents STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS 01693 Revised July l, 2011 ois000-� TEMPORARY FACILITIES AND CONTROLS Page 1 of 4 1 2 SECTION O1 50 00 TEMPORARY FACILITIES AND CONTROLS 3 PART1- GENERAL 4 1.1 SUMMARY 5 A. Section Includes: 6 1. Provide temporary facilities and controls needed for the Work including, but not 7 necessarily timited to: 8 a. Temporary utilities 9 b. Sanitary facilities 10 c. Storage Sheds and $uildings 11 d. I�ust control 12 e. Temporary fencing of the construction site 13 B. Deviations from this City of Fort Worth Standard Specification 14 1. None. 15 16 17 18 1.2 C. Related Specification Sections include, but are not necessarily limited to: 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements PRICE AND PAYMENT PROCEDURES 19 A. Measurement and Payment 20 1, Work associated with this Item is considered subsidiary to the various Items bid. 21 No separate payment will be allowed for this Item. 22 1.3 REFERENCES [NOT USED] 23 1.4 ADMINISTRATIVE REQUIREMENTS 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Temporary Utilities 1. Obtaining Temporary Service a. Make arrangements with utility service companies for temporary services, b. Abide by rules and regulations of utility service companies or authorities having jurisdiction. c, Be responsible for utility service costs until Work is approved for Final Acceptance. 1) Included are fuel, power, light, heat and other utility services necessary for execution, completion, testing and initial operation of Work. 2. Water a. Contractor to provide water required for and in connection with Work to be performed and for specified tests of piping, equipment, devices or other use as required for the completion of the Work. b. Provide and maintain adequate supply of potable water for domestic consumption by Contractor personnel and City's Project Representatives. c. Coordination 1) Contact City 1 week before water for construction is desired CITY OF FORT WORTH !V. 7`h Streel Bridge Water and Sanitary Seiver bnprovenrerrts STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS 01693 Revised July l, 20l I oi s000-z TEMPORARY FAC[LITIES AND CONTROLS Page 2 of 4 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 2$ 29 30 31 32 33 34 35 36 37 38 39 4b 41 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 ernergency telephone service at Site for use by Contractor personnel and others perforrning 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 2, 3. 4. 1, Provide and maintain sanitary facilities for persons on Site. a. Comply with regulations of State and local departments of health. 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. Locate facilities near Work Site and keep clean and maintained throughout Project. 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 speci�ied manufacturers. 5. Fill and grade site for temporary structures to provide drainage away from tempora�y and existing buildings. 6. Remove building fc•om site prior to Fina( Acceptance. 42 D. Temporary Fencing 43 1. Provide and maintain for the duration or construction when required in contract 44 documents 45 E. Dust Control CITY OF FORT WORTH W. 7`h Sh�eel Bridge Waler and Sanilary Sewer Gnprovemenls STANDAItD CONSTRUCT[ON SPECIFICATION DOCUMENTS 0I693 Revised July l, 201 l 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 � 01 50 00 - 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 USEI)] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED) 1.9 QUALITY ASSURANCE [NOT USED] 1.10 I�E�.IVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART 2 - PRODUCTS [NOT USED] 17 PART 3- EXECUTION [NOT USED] 18 3.1 INSTALLERS [NOT USED] 19 3.2 EXAMINATION [NOT USED] 20 3.3 PREPARATION [NOT i7SED] 21 3.4 INSTALLATION 22 A. Temporary Facilities 23 1. Maintain all temporary facilities for duration of construction activities as needed. 24 3.5 [REPAIR] / [RESTORATION] 25 3.6 RE-INSTALLATION 26 3.7 FIELD [oa) SITE QUALITY CONTROL [NOT USED] 27 3.8 SYSTEM STARTUP [NOT USED] 28 3.9 ADJUSTING [NOT USED] 29 3.10 CLEANING [NOT USED] 30 3.11 CLpSEOUT ACTiVITIES 31 A. Temporaty Facilities CITY OF FORT WORTH W. 7"' Street Bridge bf�ater and Sanitary Setiver Improvements STANDARD CONSTRUCTION SPECIPICAT[ON DOCUMENTS 01693 Revised July 1, 201 I 01 50 00 - 4 TEMPORARY FACILITIES AND CONTROLS Page 4 of 4 1 1. Remove all temporary facilities and restore area after completion of the Work, to a 2 condition equal to or better than prior to start of Work. 3 3.12 PROTECTION [NOT USED] 4 3.13 MAINTENANCE [NOT USED] 5 3.14 ATTACHMENTS [NOT USED] 6 END OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE C[TY OF FORT WORTH W. 7`�' Slreet Bridge Water and Sanilary Seiver b�iproi�emenls S'CANDARD CONST[tUCTION SPECIFLCATION DOCUMENTS 01693 Revised July 1, 20l 1 01 55 26 - t STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page i of 3 � 3 SECTION O1 55 26 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL PARTl- GEN�RAL 4 1.1 SUMMARY 5 6 7 8 9 10 11 12 13 14 15 16 1.2 17 18 19 20 1.3 21 22 23 24 25 26 1.4 27 28 29 30 31 32 33 34 35 36 37 38 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 inc(ude, but are not necessarily limited to: 1. pivision 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 3. Section 34 71 13 — Traffic Control PRIC� AND PAYMENT PROCEDIJRES 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. REFERENCES A. Reference Standards 1. Reference standards cited in this specifcation refer to the current reference standard published at the time of the latest revision date logged at the end of this specification, unless a date is specifically cited. 2. Texas Manual on Uniform Traffic Control Devices (TMUTCD). ADMINISTR,ATIVE 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 traf�c control plans are not included in the Drawings, prepare traffc 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 Traffc 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 W. 7`" Street Bridge bi'ater and Sanitary Setiver G�rprovemenls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July 1, 2011 01 55 26 - 2 STRE�T USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 2 of 3 1 2 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. 4 C. Modification to Approved Traf�c Control 5 1, Prior to installation traffic control: 6 a. Submit revised traffic control plans to City 15epartment Transportation and 7 Public Works Department. 8 1) Revise Traffic Control plans in accordance with Section 34 71 13. 9 2) Allow minimum S working days for review of revised Traffic Control. 10 3) It is the Contractor's responsibility to coordinate review of Traffic Control 11 plans for Street Use Permit, such that construction is not delayed. 12 D. Removal of Street Sign 13 1. If it is determined that a street sign must be removed for constructiott, then contact 14 City Transportation �nd Public Works Departrnent, Signs and Markings Division to 15 retnove the sign. 16 17 18 19 20 21 22 23 24 25 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 Uevices (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 �t'ransportation 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. 26 1.5 SUBMITTALS [NOT USED] 27 1.6 ACTTON SUBMITTALS/INFORMATIONAL SUBMITTALS (NbT USED] 28 1.7 CLOSEOUT SUBMITTALS [NOT USED] 29 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 30 1.9 QUALITY ASSURANCE [NOT USED] 31 1.10 1)ELIV�RY, STORAGE, AND HANDLING [NOT USED] 32 l.l l FIELll [SITE] CONDITIONS [NOT USED] 33 1.12 WARRANTY [NOT USED] 34 PART 2- PRODUCTS [NOT USED] 35 PART 3 - �X�CUTION [NOT US�D] 36 END OF SECTION CITY OF FORT WORTH 6V. 7`h Streel Bridge Water and Sar�rlary Sewer lnrprove�nenls STANDAItD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July 1, 20l 1 015526-3 STREET USE PERMIT AND MODIFICATIONS TO TRAFFIC CONTROL Page 3 of 3 2 CITY OF FORT WORTH 6f'. 7'h Slreet Brrdge Waler and Sanrtary Setiner Lnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July 1, 2011 015713-I STORM WATER POLLUT[ON PREVENTION Page 1 of 3 1 2 SECTION Ol 57 13 STORM WATER POLLUTION PREVENTION 3 PART 1 - GENER�AL 4 l.l SUMMARY 5 A. Section Includes: 6 1. Procedures for Storm Water Pollution Prevention Plans 7 B. Deviations from this City of Fort Worth Standard Specification 8 1. None. 9 C. Related Speci�cation Sections include, but are not necessarily limited to: 10 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the ll Contract 12 2, Division 1— General Requirements 13 3. Section 31 25 00 — Erosion and Sediment Control 14 1.2 PRICE AND PAYMENT PROCEDURES 15 16 17 18 19 20 21 1.3 22 23 24 25 26 27 28 29 30 31 32 33 34 1.4 35 36 37 A. Measurement and Payment 1. Construction Activities resulting in less than 1 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 1 acre of disturbance a. Measurement and Payment shall be in accordance with Section 31 25 00. REFERENCES A. Abbreviations and Acronyms 1. Notice of Intent: NOI 2. Notice of Termination: NOT 3. Storm Water Pollution Prevention Plan: SWPPP 4. Texas Commission on Environmental Quality: TCEQ 5. Notice of Change: NOC A. Reference Standards l. Reference standards cited in this Specifcation 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 ADMINISTRATIVE REQUIItEMENTS A. General 1. Contractor is responsible for resolution and payment of any fines issued associated with compliance to Stormwater Pollution Prevention Plan. C(TY OF FORT WORTH 6t! 7tb Slreet Bridge Water and Sanitary Sewer bnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 0/693 Revised July 1, 2011 01 57 l3 - 2 STORM WATER POLLUTION PREVENTION Page 2 of 3 B. Construction Activities resulting in: 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 1. Less than 1 acre of disturbance a. Provide erosion and sediment control in accordance with Section 31 25 00 and Drawings, 2. 1 to less than 5 acres of dislurbance a. Texas Pallutant Discharge Elimination System (TPDES) General Construction permit is required b. Complete SWPPP in accordance with TCEQ requirements 1) 'I'CEQ 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 T�epartment of Transportation and Public Works, Environrnental Division, (817) 392- 6088. 2) Provide erosion and sediment control in accordance with: a) Section 31 25 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 SW�'PP 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 Transportatioh and Public Works, Environmental Division, (817) 392-6088, 2) TCEQ Notice of Change required if making changes or updates to NOI 3) Provide erosion and sediment control in accordance with: a) Section 31 25 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 Transpoetation and Public Works, Environmental Division, (817) 392-6088. 40 1.5 SUBMITTALS 41 42 43 44 45 46 47 A. SWPPP Submit in accordance with Section O1 33 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 foi•ward to the City Department of Transportation and Public Works, Environmental Division for review C[TY OF FORT WORTH W. 7°i Street Bridge Waler and Sanilaiy Seri�er Improvenrenls STANDARD CONSTRUCTION SPEC[FICATION DOCUMENTS 0/693 Revised July l, 20l 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 01 57 l3 - 3 STORM WATER POLLUTION PREVENTION Page 3 of 3 B. Modiiied SWPPP l. If the SWPPP is revised during construction, resubmit modified SWPPP to the City in accordance with Section O1 33 00. 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.1Q DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WAItRANTY [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 W. 7`h Street 6ridge 4i�ater and Sanitary Setiver bnprovemenls STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS 0/693 Revised July 1, 2011 015813-I TEMPORARY PROJECT SIGNAGE Page 1 of 3 � 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 SECTION O1 58 13 TEMPORARY PROJECT SIGNAGE l.l SUMMARY A. Section Inctudes: 1. Temporary Project Signage Requirements B. Deviations from this City of Fort Worth Standard Specification l. 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 PRIC� 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 R.EQUIREMENTS [NpT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELIVERY, STORAGE, AND I3ANDLING [NOT USEI)] l.11 FIELD [SITE) CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] PART2- PRODUCTS 27 2.1 OWNER-FURNISHED [oa] OWNER-SUPPLIEDPRODUCTS [NOT USED] 28 2.2 EQUIPMENT, PRODUCT TYPES, AND MATERIALS 29 A. Design Criteria 30 1. Provide free standing Project Designation Sign in accordance with City's Standard 31 Details for project signs. CITY O� FORT WORTH Gt! 7`�' Slreet Bridge bf�aler and Sanrla�y Sei+�er Improvenreiits STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July 1, 201 I 015813-2 TEMPORARY PROJECT SIGNAGE Page 2 of 3 1 B. Materials 2 1. Sign 3 a. Constructed of 3/4-inch iir plywood, grade A-C (exterior) or better 4 2.3 ACCESSORIES [NOT USED] 5 2.4 SOURCE (ZUALITY CONTROL [NOT USED] 6 PART 3 - EXECUTION 7 3.1 INSTALLERS [NdT USED] 8 3.2 EXAMINATION [NOT USED] 9 3.3 PREPARATION [NOT USED] 10 3.4 INSTALLATION 11 A. General 12 1, Provide vertical installation at extents of project. 13 2. Relocate sign as needed, upon request of the City, 14 B. Mounting options 15 a. Skids 16 b. Posts 17 c. Barricade 18 3.5 R�PAI12 / RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED) 20 3.7 FIELD (oR] SITE QUALITY CONTROL [NOT USED] 21 3.8 SYSTEM STARTUP [NOT USED] 22 3.9 ADJUSTING [NOT USED] 23 3.10 CLEANING [NOT US�D] 24 3.11 CLOSEOUT ACTNITIES (NOT USED] 25 3.12 PROTECTION [NOT USED] 26 3.13 MAINTENANCE 27 A. General 28 1. Maintenance will include painting and repairs as needed or directed by the City. 29 3.14 ATTACHMENTS [NOT USEDJ 30 END OF SECTION 31 CITY OF FORT WORTH W. 7`�' S(reei Bridge Gf�aler and Smtitary Setver bnprovemeiris STANDARD CONSTRU�TION SPECIFICATION DOCUMENTS 01693 Revised July t, 201 l O1 58 13 - 3 TEMPORARY PROJECT SIGNAGE Page 3 of 3 Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH W. 7rn Slreet Bridge Water and Sm:itary Setiver lnrprovemenls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July I, 20l ( 016000-1 PRODUCT REQUIREMENTS Page 1 of 2 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION O1 60 00 PRODUCT REQUIREMENTS 5 A. Section Includes: 6 1. A listing of the approved products for use in the City 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. pivision p— Bidding Requirements, Contract Forms and Conditions of the Contract 11 2. Division 1— General Requirements 12 1.2 PRICE AND PAYMENT PROCEDURES [NOT USED] 13 1.3 REFERENCES [NOT USED) 14 1.4 ADMINISTRATIVE REQUIREMENTS 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 A. A list of City approved products for use is attached to this Section. 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 specifc 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 01 33 00 for submittal requirements of Product l�ata included on City's Standard Product List. 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT US�D) 1.'7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 1.9 QUALITY ASSURANCE [NOT USED] 1.10 DELNERY, STORAGE, AND HANDLING [NOT USED] CITY OF FORT WORTH 6f'. 7`�' Street Brrdge Watei• and Sanitary Sewer Lnprovements STANDAR.D CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July 1, 2011 01 60 00 - 2 PRODUCT REQUIREMEN'I'S Page 2 of 2 1.11 FIELD [SIT�] CONDITIONS [NOT USED] 2 1.12 WARl2ANTY (NOT US�D] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3- EXECUTION [NOT USED] 5 ENll OF SECTION Revision Log DATE NAME SUMMARY OF CHANGE CITY OF FORT WORTH W. 7°i S(reet Bridge GVater and Sanilary Seiver Irnprovements STAN6ARD CONSTRUCTION SPECIFICATION I)OCUMENTS 0/693 Revised July 1, 20l 1 016600-I PRODUCT STORAGE AND HANDL[NG REQU[REMENTS Page i of 4 ►a SECTION O1 66 00 PRODUCT STORAGE AND HANDLING REQUIREMENTS 3 PART1- GENERAL 4 l.l SiTMMARY 5 6 7 8 9 10 I1 12 13 14 15 16 A. Section Includes: 1. Scheduling of product delivery 2. Packaging of products for delivery 3. Protection of products against damage from: a. Handling b. Bxposure to elements or harsh environments B. Deviations from this City of Fort Worth Standard Specification l. 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 17 A. Measurement and Payment 18 1. Work associated with this Item is considered subsidiary to the various Items bid. 19 No separate payment wil( be allowed for this Item. 20 1.3 REFERENCES [NOT USED] 21 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 22 1.5 SUBMITTALS [NOT USED] 23 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 24 25 26 27 28 29 30 31 32 33 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTAL5 [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 6f'. 7'�' Sd•ee! Brrdge {�ater and Sanitary Sewer Inrprovemenls STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS O1693 Revised July 1, 2011 01 66 00 - 2 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 2 of 4 1 2 3 4 5 4 5. 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. Clearly and fully mark and identify as to manufacturer, item and installation location. 6 6. Provide manufacturer's instructions for storage and handling. 7 B. Handling Requirements 8 1. Handle products or equipment in accordance with these �ontract Ddcuments and 9 manufacturer's recommendations and instructions. 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 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 incot`porated 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 utiliYy 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 tb areas available on construction site for storage of material and equipment as shown on 17rawings, or approved by City's T'roject Representative. 5. Provide off-site starage and protection when o�-site storage is t�ot 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 wriCten permission of owner or other pec•son in possession or control bf premises. 7. 8. 9. 10 Store in manufacturers' unopened containers. 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. Keep public and private driveways and street crossings open, 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 WdRTH W. 7`�' Street Bridge Water and Sa��itary Sewer lntprovements STANDARD CONS"fiRUCTION SPECIFICAT[ON DOCUMENTS 0/693 Revised July l, 20 t I 016600-3 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 3 of 4 1 1.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT US�D] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - EXECUTION 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 3.1 INSTALLERS [NOT USED] 3.2 EXAMINATIpN [NOT USED] 3.3 PREPARATION [NQT USED] 3.4 ERECTION [NOT USED] 3.5 REPAIR / RESTORATION [NOT USED] 3.6 RE-INSTALLATION [NOT USED] 3.7 FIELD [ox] SITE QUALITY CONTROL A. Tests and Inspections 1. Inspect all products or equipment delivered to the site prior to unloading. B, Non-Conforming Work 1. 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 Gf! 7°i Street Bridge GVater and Sartitary Sewer Irnprave�nents STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July l, 2011 Oi 6600-4 PRODUCT STORAGE AND HANDLING REQUIREMENTS Page 4 of 4 Revision Log DATE NAME SUMMARY OF CHANGE CITY bF FORT WORTH Id' 7'�' Sh•ee! 6ridge bi�ater and Sanitary Setiver Improvenrenfs STANDARD CONSTRUCTION SPEC[PICAT[ON DOCUMENTS O1693 Revised July 1, 20 ( t 017123-I CONSTRUCTION STAKING Page I of 3 1 2 3 PART1- GENERAL 4 l.l SUMMARY 5 6 7 8 9 10 11 12 SECTION O1 71 23 CONSTRUCTION STAKiNG A. Section includes: 1. Requirements for construction staking. 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 13 14 15 16 1.3 17 1.4 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 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. REFERENCES [NOT USED] ADM�NISTRATIVE REQUIREMENTS A. Construction Stakes 1. Construction staking will be performed by the City. 2. Coordination a. Contact City's Project Representative at least 2 weeks in advance for scheduling of Construction Staking. 3. General a. It is the Contractor's responsibility to coordinate staking such that construction activities are not delayed or negatively impacted. b, Contractor is responsible for preserving and maintaining stakes furnished by City. c. If in the opinion of the City, a sufficient number af stakes or markings have been lost, destroyed or disturbed, by Contractor's neglect such that the contracted Work cannot take place, then the Contractor will be required to pay the City for new staking with a 25 percent markup. 1) The cost for staking will be deducted from the payment due to the Contractor for the Project. 1.5 SUBMITTALS A. Submittals, if required, shall be in accordance with Section O1 33 00. 1. All submittals shall be approved by the Engineer or the City prior to delivery. C[TY OF FORT WORTH W. 7'�' Street 6ridge Waler and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July 1, 2011 017123-2 CONSTRUCTION STAKING Page 2 of 3 1 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 2 A, Certificates 3 1. Provide certificate certifying that elevations and locations of irnprovements are in 4 conformance or non-confdrmance with requirements of the Contract Documents. 5 a. Certificate must be sealed by a registered professional land surveyor in the 6 State of Texas, 7 B. Field Quality Control Submittals 8 1. Documentation verifying accuracy of field engineering work 9 1.7 CLOSEOUT SUBMITT'ALS [NOT USED] 10 1.8 MAINTENANCE MAT�RIAL SUBMITTALS [NOT USE�] 11 1.9 QUALITY ASSURANCE 12 A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced 13 in the necessary crafts and who are completely familiar with the speci�ed requirements 14 and the methods needed for proper performance of the Work. 15 1.10 DELIVE�tY, STORAGE, AND HANDLING [N(�T USED] 16 1.11 FIELD [SITE] CONDITIONS [NOT USED] 17 1.12 WARRANTY [NOT USED] 18 PART 2- PRODUCTS [NOT USED] 19 PART 3 - EX�CUTION 20 3.1 INSTALLERS [NOT USED] 21 3.2 EXAMINATION [NOT USED) 22 3.3 PREPARATION 23 A. Verify location and protect control points before commencing Work. 24 B. Notify City's Project Representative immediately of any discrepancies discovered. 25 3.4 APPLICATION [NOT USED] 26 3.5 REPAIR / RESTORA'r'ION [NOT USED] 27 3.6 R�-INSTALLATION [NOT USED] 28 3.� FI�Lll [oaJ SITE QUALITY CONTROL 29 A. Preserve permanent reference points during progress of the Work. 30 B. Do not change or relocate reference points without approval from the City. 31 C. Utilize recognized engineering survey practices. C1TY OF FORT WORTH GV. 7"' Stree! Bi�idge Water and Sanrlary Se�ner bnprovernen�s STANDARU CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July l, 2011 O17123-3 CONSTRUCTION STAKING Page 3 of 3 1 3.8 SYSTEM STARTUP [NOT USED) 2 3.9 ADJUSTING [NpT USED] 3 3.10 CLEANING [NOT USED] 4 3.11 CLOSEOUT ACTIVITIES [NOT USED] 5 3.12 PROTECTION [NOT US�D] 6 3.13 MAINTENANCE [NOT USED] 7 3.14 ATTACHMENTS [NOT USED] 8 END OF SECTION 9 �i7 CITY OF FORT WORTH Gf! 7`h Slreet Bridge Water and Sanitary Setiver bnprovements STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS 0l693 Revised July 1, 20(1 1 2 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 � 27 28 29 30 31 32 33 ; I 3 PART1- GENERAL S�CTION O1 74 23 CLEANING 01 74 23 - 1 CLEANING Page 1 of 4 1.1 SUMMARY A. Section Includes: 1. Intermediate and �nal 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— Genera( 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 fnal cleaning upon completion of Work and immediately prior to final inspection. 1.5 SUBMITTALS [NOT USED) 1.6 ACTIQN 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 Hand(ing Requirements 1. Store cleaning products and cleaning wastes in containers specifically designed for those materials. CITY OF FORT WORTH K'. 7'h Streel Bridge WaJer and Sanitary Sewer Irnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July 1, 2011 01 74 23 - 2 CLEANING Page 2 of 4 1 l.11 FIELD [SITE] CONDITIONS [NOT USED] 2 1.12 WARRANTY [NOT US�D] 3 PART 2 - PRODUCTS 4 2.1 OWNER-FURNISHED [ox] OWNER-SUPPLIEDPRODUCTS [NOT USED] 5 2.2 MATERIALS 6 7 8 9 10 11 12 A. Cleaning Agents 1. Compatible with surface being cleaned 2. New and uncontaminated 3. For manufactured surfaces a. Material recommended by manufacturer 2.3 ACCESSORIE5 [NOT U�ED] 2.4 SOURCE QUALITY CON�'ROL [NOT USED] 13 PART 3 - EXECUTION 14 3.1 INSTALL�RS [NOT USEnj 15 3.2 EXAMINATION [NOT USED) 16 3.3 PREPARATION [NOT USEl)] 17 3.4 APPLICATION [NOT USED] 18 3.5 REPAIR / RESTORATION [NOT USED] 19 3.6 RE-INSTALLATION [NOT USED] 20 3.7 FIELD (ox) SITE QUALITY CONTROL (NOT USED] 21 3.8 SYSTEM STARTUP [NOT US�D] 22 3.9 ADJUSTING (NOT US�D] 23 24 25 26 27 28 29 30 31 32 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 4V. 7`h Slreel aridge 4f'aler and Sanllary Setiver lmproventents STANDARD CONSTRUCT[ON SPECIF[CATION DOCUMENTS 01693 Revised July l, 20l 1 01 74 23 - 3 CLEANING Page 3 of 4 1 6. Handle materials in a controlled manner with as few handlings as possible. 2 7. Thoroughly clean, sweep, wash and polish all Work and equipment associated with 3 this project. 4 8. Remove all signs of temporary construction and activities incidental to construction 5 of required permanent WQrk. 6 9. If project is not cleaned to the satisfaction of the City, the City reserves the right to 7 have the cleaning completed at the expense of the Contractor. 8 10. Do not burn on-site. 9 B. Intermediate Cleaning during Construction 10 1. Keep Work areas clean so as not to hinder health, safety or convenience of 11 personnel in existing facility operations. 12 2. At maximum weekly intervals, dispose of waste materials, debris and rubbish. 13 3. Confine construction debris daily in strategically located container(s): 14 a. Cover to prevent blowing by wind 15 b. Store debris away from construction or operational activities 16 c. Haul from site at a minimum of once per week 17 4. Vacuum clean interior areas when ready to receive finish painting. 18 a. Continue vacuum cleaning on an as-needed basis, until Final Acceptance. 19 5. Prior to storm events, thoroughly clean site of all loose or unsecured items, which 20 may become airborne or transported by flowing water during the storm. 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 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 flters during construction. 6. Replace a(1 burned out lamps. 7. Broom clean process area floors. 8. Mop offce and contro( 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 hindec• or disrupt the flow of traffc along the roadway. 3. Clean any interior areas including, but not limited to, vaults, manholes, structures, junction boxes and inlets. CITY OF FORT WORTH 6f! 7'h Streef Bridge Fi�ater and Sanitary Sewer /mprovemexts STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July l, 2011 1 2 3 4 5 6 7 8 9 01 74 23 - 4 CLEANING Page 4 of 4 4. If no longer required for maintenance of erosion facilities, and upon approval by City, remove erosion control from site. 5. Clean signs, lights, signals, etc. 3.11 CLOSEOUT ACTIVITI�S [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANCE [N(�T USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log DA'T'E NAME SUMMARY OF CHANGE 10 CITY OF FORT WORTH (d! 7'h Street Bridge Water and Sanita�y Sewer bnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July (, 201 l 1 2 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 1S 16 17 18 19 20 21 22 23 24 25 26 01 77 l9 - 1 CC,OSEOUT REQU[REMENTS Page 1 of 3 SECTION O1 77 19 CLOSEOUT REQUIREMENTS 1.1 SUMMARY A. Section Includes: 1. The procedure for closing out a contract B. laeviations from this City of Fort Worth Standard Specifcation 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 l. 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 wi(1 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 tf! 7`h Slreet Bridge Waler and Sanilary Sei��er bnprovements STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS 01693 Revised July 1, 201 I 01 77 19 - 2 CLOSEOUT REQUIREMENTS Page2of3 1.6 INFORMATIONAL SUBMITTALS [NOT USEDj 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 PART 2- PRODUCTS [NOT USED] 4 PART 3 - �XECUTION 5 3.1 INSTALLERS [NOT USED] 6 3.2 EXAMINATION [NOT USED] 7 3.3 PREPARATION [NOT USED] 8 3.4 CLOSEOUT PROCEDUR� 9 A. Prior to requesting Final Inspection, submit; 10 1. Project Record Documents in accordance with Section O1 78 39 11 2, Operation and Maintenance Data, if required, in accordance with Section Ol 78 23 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 B. Prior to requesting Final Inspection, perform final cleaning in accordance with Section O1 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 inspectian, the Ciry will notify the Contractor, in writing within 10 business days, of any particulars in which this inspectibn reveals that the Work is defective or incomplete. 2. Upon receiving written notice from the City, immediately unde�take 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. 'Y'hese 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 £ Vault keys g. Handwheels h. Other expendable items as required for initial start-up and opei•�tion of all equipment 39 D. Notice of Project Completion CIT'Y OF FORT WORTH 4t! 7`h Slreet Bridge Wafer and Sanitary Sewer /nrprovenients STANDAILD CONSTRUCTION SPEC[FICATION DOCUMENTS 0/693 Revised July l, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 01 77 19 - 3 CLOSEpUT REQUIREMENTS Page 3 of 3 1. Once the City Project Representative fnds 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. Affdavit of Payment and Release of Liens d. Consent of Surety to Final Payment e. Pipe Report (if required) £ 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 FIEL� [oa] 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 OP PORT WORTH N'. 7`h Street 13ridge Gf'ater and Sanitary Sewer /mprovemenls STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS 01693 Revised July 1, 201( O(7839-1 PROJECT RECORD DOCUMENTS Page I of 4 I 2 3 PART1- GENERAL 4 5 6 7 8 9 10 11 12 13 14 15 16 17 1.1 SUMMARY SECTION O1 78 39 PROJECT RECORD DOCUMENTS A. Section Includes: 1. Work associated with the documenting the project and recording changes to project documents, including: a. Record Drawings b. Water Meter Service Reports c, Sanitary Sewer Service Reports d. Large Water Meter Reports B. Deviations from this City of Fort Worth Standard Specification 1. None. C. Related Specification Sections include, but are not necessarily limited to; 1. Division 0— Bidding Requirements, Contract Forms and Conditions of the Contract 2. Division 1— General Requirements 1.2 PRICE AND PAYMENT PROCEDURES 18 A. Measurement and Payment 19 1. Work associated with this Item is considered subsidiary to the various Items bid. 20 No separate payment will be allowed for this Item. 21 1.3 REFERENCES [NOT USED] 22 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 23 1.5 SUBMITTALS 24 A. Prior to submitting a request for Final Inspection, deliver Project Record Documents to 25 City's Project Representative. 26 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USED] 27 1.7 CLOSEOUT SUBMITTALS [NOT USED] 28 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] F� 30 31 32 33 34 35 36 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 Specifcations and each sheet of Drawings and other pocuments 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 re(y reasonably on information obtained from the approved Project Record Documents. CITY OF FORT WORTH 4f! 7`h Street Bridge 4i'ater and SaniJary Sei+�er Improvenren�s STANDARD CONSTRUCTION SPECIFICAT[ON DOCUMENTS O1693 Revised July 1, 2011 01 78 39 - 2 PROJECT RECORD DOCUMENTS Page 2 of 4 1 3. To facilitate accuracy of records, make entries within 24 hours after receipt of 2 information that the change has occurred. 3 4. Provide factual inforination regarding all aspects of the Work, both concealed and 4 visible, to enable future modification of the Work to proceed without lengthy and 5 expensive site measurement, investigation and examination. 6 1.10 STORAGE AND HANDLING 7 A, Storage and Handling Requirements 8 1, Maintain the job set of Record I�ocuments completely protected from deterioration 9 and from loss and damage until completion of the Work and transfer of all recorded 10 data to the �nal Project Record Documents. 11 2. In the event of loss of recorded data, use means necessary to again secure the data 12 to the City's approval. 13 a. In such case, provide replacements to the standards originally required by the 14 Contract Documents. 15 l.l l FIELD [SITE] CONDITIONS [NUT USED] 16 1.12 WAI7.RAN'i'Y [NOT USED] 17 PART 2 - PRODUC'1'S 18 19 20 21 22 23 24 25 26 27 2.1 OWNER-FURNISHED [ou] OWNER-SUPPLI�D PRODUCTS [NOT USED] 2.2 RECORD DOCUMENTS A. Job set 1. Protnptly following receipt of the Notice to Proceed, secure frorn the City, at no charge to the Contractor, 1 complete set of all l�ocuments comprising the Contract. B. Final Record Documents 1. At a time nearing the completion of the Work and prior to Final Inspection, provide the Ciry 1 complete set of all Final Record Drawings in the Contract. 2.3 ACCESSORIES [NOT USED] 2.4 SOURC� QUALITY CONTROL [NOT USED] 28 PART 3 - EXECUTION 29 3.1 INSTALL�RS [NdT USED] 30 31 32 33 34 35 3.2 EXAMINATION [NOT USED] 3.3 PR�PARATION [NOT USED] 3.4 MAINT�NANC� 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 PORT WORTH W. 7`�' S�ree! Brrdge Water arrd Sanitary Sex�er buproventents STANDAIiD CONSTRUCT[ON SPECIF[CATION DOC(JMENTS 0l693 Revised July I, 20t l 01 78 39 - 3 PROJECT RECORD DOCUMENTS Page 3 of 4 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 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 O1 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 fnal 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 identi�cation 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 1. Transfer of data to Drawings a. Carefully transfer change data shown on the job set of Record Drawings to the corc•esponding 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 (ocation of items. CITY OF FORT WORTH 14! 7"' Street Bridge Ft�ater and Sanilary Sewer hnprovements STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS 01693 Revised July 1, 201 I 017839-4 PROJECT RECORI� DOCUMENTS Page 4 of 4 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 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 pocuments 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 �ity. 3.5 REPAIR / RESTORA'�'ION [NOT USEll] 3.6 RE-INSTALLATION [N�T US�I)] 3.7 FIELD [oR] SITE QUALITY CbNTROL [NOT USED] 3.8 SYSTEM STARTUP [NOT US�D] 3.9 ADJ�USTING [NbT US�D] 3.10 CLEANING [NOT USED] 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PROTECTION [NOT USED] 3.13 MAINTENANC� [NOT US��] ; � 3.14 ATTACHM�NTS (NOT USED] END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE 26 C['I'Y OF FOR'I' WORTH STANDAI21� CONSTRUCTfON SPECIFICAT[ON DOCUMENT'S Revised July l, 20( ( h[! 7'� Streel I3ridge Wafer and Sanrtary Setiver Improvemenls 01693 0 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 02 41 13 - 1 SELECTIVE SITE DEMOLITION Page 1 of 5 1 2 3 PART1- GENERAL 4 1.1 SUMMARY SECTION 02 41 13 SELECTNE SITE DEMOLITION A. Section Includes 1. Removing sidewalks and steps. 2. Removing ADA ramps and landings. 3. Removing driveways. 4. Removing fences. 5. Removing guardrail 6. Removing retaining walls (less than 4 feet tall). 7. Removing mailboxes. 8. Removing rip rap. 9. Removing miscellaneous concrete structures including porches and foundations. 10. Disposal of removed materials. B. Standard Details 1. Paving Removal and Selective Site Demolition — Removal Pay Limits C. Deviations from City of Fort Worth Standards 1. 1.2.1.A 20 D. Related Specifcation Sections include but are not necessarily limited to 21 1. Division 0- Bidding Requirements, Contract Forms, and Conditions of the 22 Contract. 23 2. Division 1- General Requirements. 24 3. Section 31 23 23 - Fill. 25 1.2 PRICE AND PAYMENT PROCEDURES 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 A. Measurement and Payment 1. Measurement: a. Remove Sidewalk: measure by square foot. Shall be considered subsidiar,y to the trench for all Utilit�projects b. Remove Steps: measure by the square foot as seen in the plan view only. Shall be considered subsidiary to the trench for all Utilit��rojects c. Remove ADA Ramp: measure by each. Shall be considered subsidiary to the trench for all Utilit�projects d. Remove Driveway: measure by the square foot by type. Shall be considered subsidiary to the trench for all Utilit�projects e. Remove Fence: subsidiary to the various items bid. f. Remove Guardrail: measure by the linear foot along the face of the rail in place including metal beam guard fence transitions and single guard rail terminal sections from the center of end posts. Shall be considered subsidiary to the h•ench for all Utilitv pc•ojects � CITY OF FORT WORTH 6f! 7`h Street Bridge Water and Sanitar�� Sewer Lnprovements STANDARD CONSTRUCT[ON SPEC[FICATION DOCUMENTS 01693 Revised November 9, 20l I 02 41 13 - 2 SELECTIVE SITE DEMOLITION Page 2 of 5 1 g. Remove Retaining Wall (less than 4 feet tall): measure by the linear foot 2 h. Rernove Mailbox: measure by each. Shall be considered subsidiary to the 3 trench for all Utilit�projects. 4 i. Remove Rip Rap: measure by the square foot. Shall be considered subsidiary 5 to the trench for all Utility_pro�ects. 6 j. Remove Miscellaneous Concrete Structure: measure by the lump surn. 7 2. Payment: 8 a. Remove Sidewalk: full compensation for saw cutting, removal, hauling, 9 disposal, tbols, equipment, labor and incidentals needed to execute work. 10 Sidewalk adjacent to or attached to retaining wall (including sidewalk that acts 11 as a wall footing) shall be paid as sidewalk removal. 12 b. Remove Steps: full compensation for saw cutting, removal, hauling, dispdsal, 13 tools, equipment, labor and incidentals needed to execute work. 14 c. Remove ADA Ramp and landing: full �ornpensation for saw cutting, removal, 15 hauling, disposal, tools, equipment, labor and incidentals needed to execute 16 work. Work includes ramp landing removal. 17 d. Remove Driveway: full compensation for saw cutting, removal, hauling, 18 dispbsal, tools, equipment, labor and incidentals needed to remove improved 19 driveway by type, 20 e. Remove FenCe; Nb payment will be rnade for removal, hauling, disposal, tools, 21 equiprnent, labor and incidentals needed to remove fence. 22 f. Remove Guardrail: full comperisation for removing rnaterials, loading, hauling, 23 unloading, and storing or disposal; furnishing backfill material; backflling the 24 postholes; and equipment, labor, tools, and incidentals. 25 g. Remove Retaining Wall (less than 4 feet tall): full compensation for saw 26 cutting, removal, hauling, disposal, tools, equipment, labor and incidentals 27 needed to execute work. Sidewalk adjacent to or attached to retaining wall 28 (including sidewalk that acts as a wall footing) shall be paid as sidewalk 29 removal. 30 h. Remove Mailbox: full compensation for removal, hauling, disposal, tools, 31 equipment, labor and incidentals needed to execute work. 32 i. Remove Rip Rap: full compensation for saw cuYting, removal, hauling, 33 disposal, tools, equipment, labor and incidentals needed to execute work. 34 j. Remove Miscellaneous Concrete Structure: full cornpensation for saw cuYting, 35 rernoval, hauling, disposal, tools, equipment, labor and incidentals needed to 36 execute work, 37 1.3 REFERENCES 38 39 40 A. De�nitions 1. Improved I�riveway: Driveway constructed of concrete, asphalt paving or brick unit pavers. CI1'Y OF FdRT WORTH W. 7'r' Sn•ee! Brrdge Waler a�id Sa�rrlary Sewer bnprovements S't'ANDARU CONSTRUCTION SPECIFICAT[ON DOCUMENTS 0/693 Revised November 9, 2011 024113-3 SELECTIVE SITE DEMOLITION Page 3 of 5 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 1.5 SUBMITTALS [NOT USED] 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS [NOT USEDJ 1.7 CLOSEOUT SUBMITTALS [NOT USED] 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USEDJ 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] 10 PART 2 - PRODUCTS 11 2.1 OWNER-FURNISHED PRODUCTS [NOT USED] 12 2.2 MATERIALS 13 A. Fill Material: See Section 31 23 23. 14 2.3 ACCESSORIES [NOT USED] 15 2.4 SOURCE QUALITY CONTROL [NOT USED] 16 PART 3 - EXECUTION 17 3.1 IN5TALLERS [NOT USEDJ 18 3.2 EXAMINATION [NOT USEDJ 19 3.3 PREPARATION [NOT USED] 20 3.4 REMOVAL 21 A. Remove Sidewalk 22 1. Remove sidewalk to nearest existing dummy, expansion or construction joint. 23 2, Sawcut when removing to nearest joint is not practical. See 3.4.K. 24 B. Remove Steps 25 l. Remove step to nearest existing dummy, expansion or construction joint. 26 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. 27 C. Remove ADA Ramp 28 1. Sawcut existing curb and gutter and pavement prior to wheel chair ramp removal. 29 See 3.4.K. 30 2. Remove ramp to nearest existing dummy, expansion or construction joint on 31 existing sidewalk. 32 D. Remove Driveway 33 1. Sawcut existing drive, curb and gutter and pavement prior to drive removal. See 34 3.4.K. 35 2. Remove drive to nearest existing dummy, expansion or construction joint. CITY OF FORT WORTH 4f! 7`h Street Bridge Wa�er arrd Sanitary Sewer Lnproven:ents STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS 01693 Revised November 9, 2011 02 41 13 - 4 SELECTIVE SITE DEMOLITION Page 4 of 5 1 3. Sawcut when removing to nearest joint is not practical. See 3.4.K. 2 4. Remove adjacent sidewalk to nearest existing dummy, expansion or construction 3 joint on existing sidewalk. 4 E. Remove Fence 5 1. Remove all fence components above and below ground and backfill with acceptable 6 f Il material. 7 2. Use caution in reinoving and salvaging fence materials. 8 3. Salvaged materials may be used to reconstruct fence as approved by CITY or as 9 shown on plans. 10 4. CONTRACTOR responsible for keeping animals (livestock, pets, etc.) within the 11 fenced areas during construction operation and while removing fences. 12 13 14 15 16 17 18 19 20 21 22 23 24 25 F. Remove �uardrail 1. Remdve rail elements in origitial lengths. 2. Remove fiCtings frorn the posts and the er►etal rail and then pull the pbsts. 3. Do not mar or damage salvageable materials during removal. 4. Cotnpletely retnove pasts and any concrete surrounding the posts. 5. Furnish backfill material and backfill the hole with material equal in composition and density to the surrounding soil unless otherwise directed. 6. Cut off or bend down eyebolts anchored to the dead man to an elevation at least 1- foot below the new subgrade elevation and leave in place along with the dead man. G. Remove Retaining Wall (less than 4 feet tall) 1. Remove wall to nearest existing joint. 2, Sawcut when removing to nearest joint is not practical. See 3.4.K. 3. Removal includes all components of the retaining wall including footings. 4. Sidewalk adjacent to or attached to retaining wall: See 3.4.A 26 H. Rernove Mailbox 27 1, Salvage existing materials for reuse 28 reconstruction. 29 30 31 32 33 34 35 36 37 38 39 40 41 Mailbox materials may need to be used for I. Remove Rip Rap 1. Remove rip rap to nearest existing dummy, expansion or construction joint. 2. Sawcut when removing to nearest joint is not practical. See 3.4.K. J. �emove Miscellaneous Concrete Structure 1. Remove portions of miscellaneous concrete structures including foundatiohs and slabs that do not interfere with proposed construction to 2 feet below the �inished ground line. 2. Cut reinforcement close to the portion of the concrete to remain in place. 3. Break or perfot•ate the bottom of structures to remain to prevent the entraprnent of water. K. Sawcut 1. Sawing Equipment a. Power-driven CITY OF FORT WORTH W. 7°i Su•eet Bridge Waler and Sani�ary Seiver Improverrtents STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised November 9, 2011 02 41 13 - S SELECTIVE SITE DEMOLITION Page 5 of 5 17 b. Manufactured for the purpose of sawing pavement c. In good operating condition d. Shall not spall or fracture the pavement to the removal area 2. Sawcut perpendicular to the surface completely through existing pavement. 3.5 REPAIR [NOT US�D] 3.6 RE-INSTALLATION [NOT USED] 3.7 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 11/1/11 D. Johnson 1,2 — Clarification of subsidiary items for utility projects. CITY OF FORT WORTH YV. 7'h Stree! Bridge Water and Sanitary Seti��er bnprovements STANDAf2D CONSTRUCTION SPECIFICATION DOCUMENTS 0l693 Revised November 9, 2011 � 3 PART1- GENERAL 4 l.l SUMMARY 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 033000-1 CAST-IN-PLACE CONCRETE Page l of 24 SECTION 03 30 00 CAST-IN-PLACE CONCRETE A. Section Includes: 1. Cast-in place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures and finishes, for the following: a, Piers b. Footings c. Slabs-on-grade d. Foundation wails e. Retaining walls £ Suspended slabs g. Blocking B. Deviations from this City of Fort Worth Standard Specification 1, 2.2.0.3 C. Related Speci�cation 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. Measurement a. This Item is considered subsidiary to the structure or Items being placed. 2. Payment a. The work performed and the materials furnished in accordance with this Item are subsidiary to the structure or Items being placed and no other compensation will be allowed. 1.3 REFERENCES A. Definitions 1. Cementitious Materials a. Portland cement alone or in combination with 1 or more of the following: 1) Blended hydraulic cement 2) Fly ash 3) Otherpozzolans 4) Ground granulated blast-furnace slag 5) Si(ica fume b. Subject to compliance with the requirements of this specification B. Reference Standards CITY OF FORT WORTH t4! 7`h Slreet Bridge Water and Sanitary Seiver bnprovenrenJs STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS 0/693 Revised luly 1, 2011 033000-2 CAST-IN-PLACE CONCRETE Page 2 of 24 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 speciiically cited. 4 2. Arnerican Association of State Highway and Transportation (AASHTO): 5 a. M182, Burlap Cloth Made from Jute or Kenaf. 6 3. American Concrete Institute (ACI): � 7 a. ACI 117 Specification for Tolerances for Concrete Construction and Materials 8 b. ACI 301 Specifications for Structural Concrete 9 c. ACI 305,1 Specification for Hot Weather Concreting 10 d. ACI 306.1 Standard Specificatibn for Cold Weather Concreting 11 e. ACI 308.1 Standard Specification for Curing Concrete 12 £ ACI 318 Building Code Requirements for Structural Concrete 13 g. ACI 347 Guide to �'ormwork for Concrete 14 4. American Institute of Steel Construction (AISC): 15 a. 303, Code of Standard Practice for Steel Buildings and Bridges. 16 5. ASTM International (AS'I'M): 17 a. A36, Standard Specification for Carbon Structural Steel. 18 b. A153, Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel 19 Hardware. 20 c. A193, Standard Specification for Alloy-Steel and Stainless Steel Bolting 21 Materials for High-Temperature Service and Other Special Purpose 22 Applications. 23 d. A615, Standard Specification for Deformed and Plain Carbon-Steel Bars for 24 Concrete Reinforcement. 25 e. A706, Standard Specification for Low-Alloy Steel Deformed and Plain Bars for 26 Concrete Reinforcement. 27 f. C31, Standard Practice for Making and Curing Concrete Test Specimens in the 28 Field. 29 g. C33, Standard Specification for Concrete Aggregates. 30 h. C39, Standard Test Method for Compressive Strength of Cylindrical Concrete 31 Specimens. 32 i. C42, Standard Test Method for Obtaining and Testing Drilled Cores and Sawed 33 Beams of Concrete. 34 j. C94, Standard Specification for Ready-Mixed Concrete. 35 k. C109, Standard fiest Method for Compressive Strength of Hydraulic Cement 36 Mortars (Using 2-inch or {50-milimeter] Cube Specimens) 37 L C 143, Standard Test Method for Slump of Hydraulic-Cement Concrete. 38 m, C171, Standard Specification for Sheet Materials for Curing Cancrete. 39 n. C 150, Standard Specification for Portland Cement. 40 0. C172, Standard Practice for Sampling Freshly Mixed Concrete. 41 p. C219, Standard Terminology Relating to Hydraulic Cement. 42 q. C231, Standard Test Method for Air Content of Freshly Mixed Concrete by the 43 Pressure Method. 44 r. C260, Standard Specification for Air-Et�traitiing Admixtures for Concrete. 45 s, C309, Standard Specification for Liquid Membrane-Forrning Cornpounds for 46 Curing Concrete. 47 t. C494, Standard Speci�cation for Chemical Admixtures for Concrete. CtTY OF FORT WORTH W. 7`h Street Bridge Waler and Sanilary Sewer /ntprovemenls STANDARD CONSTRUC'I'ION SPECIFICATION DOCUMENTS 0/693 Revised July l, 2011 033000-3 CAST-IN-PLACE CONCRETE Page 3 of 24 1 2 3 4 5 6 7 8 9 10 tl 12 13 14 15 16 17 18 19 20 21 22 23 24 u, C618, Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete. v. C881, Standard Specifcation for Epoxy-Resin-Base Bonding Systems for Concrete. w. C989, Standard Specification for Ground Granulated Blast-Furnace Slag for Use in Concrete and Mortars. x. C1017, Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete. y. C 1059, Standard Specification for Latex Agents for Bonding Fresh to Hardened Concrete. z. C1064, Standard Test Method for Temperature of Freshly Mixed Hydraulic- Cement Concrete. aa. C1240, Standard Specification for Silica Fume Used in Cementitious Mixtures. bb. E1155, Standard Test Method for Determining FF Floor Flatness and FL Floor Levelness Numbers. cc. F436, Standard Specification for Hardened Steel Washers. 6. American Welding Society (AWS). a. D 1.1, Structural Welding Code - Steel. b. D 1.4, Structural Welding Code - Reinforcing Steel. 7. Concrete Reinforcing Steel Institute (CRSI) a. Manual of Standard Practice 8. Texas Depai�tment of Transportation a. Standard Specifcation for Construction and Maintenance of Highways, Streets and Bridges 25 1.4 ADMINISTRATIVE REQUIl2EMENTS 26 27 28 29 30 31 32 33 34 35 36 37 38 39 A. Work Included 1. Design, fabrication, erection and stripping of formwork for cast-in-place concrete including shoring, reshoring, falsework, bracing, proprietary forming systems, prefabricated forms, void forms, permanent metal forms, bulkheads, keys, blockouts, sleeves, pockets and accessories. a, Erection shall include installation in formwork of items furnished by other trades. 2. Furnish all labor and materials required to fabricate, deliver and install reinforcement and embedded metal assemblies for cast-in-place concrete, including steel bars, welded steel wire fabric, ties, supports and sleeves. 3. Furnish all labor and materials required to perform the following: a. Cast-in-place concrete b. Concrete mix designs c. Grouting 40 1.5 SUBMITTALS 41 A. Submittals shall be in accordance with Section O1 33 00. 42 B. All submittals shall be approved by the Engineer or the City prior to delivery and/or 43 fabrication for specials. CfI'Y OF FORT WORTH W. 7`h Stree! Bridge 4i'ater and Sanrtary Setiver Improvemeirls STANDARD CONS"PRUCTION SPECIFICAT[ON DOCUMENTS 0l693 Revised July I, 2011 033000-4 CAST-IN-PLACE CONCRETE Page 4 of 24 1 1.6 ACTION SUBMITTALS%INFORMATIONAL SUBMITTALS 2 A. Product Data 3 1. Required for each type of product indicated 4 B. Design Mixtures 5 1. For each concrete mixture submit proposed mix designs in accordance with ACI 6 318, chapter 5. 7 2. Submit each proposed mix design with a record of past performance. 8 3. Subrriit alternate design mixtures when characteristics of materials, Project condi- 9 tions, weather, test results or other circumstances warrant adjustments. 10 4. Indicate amounts of mixing water to be withheld for later addition at Project site. 11 a. Include this quantity on deliver� ticket. 12 C. Steel Reinforcement Submittals for Information 13 1. Mill test certificates of supplied concrete reinforcing, indicating physical and chem- 14 ical analysi�. 15 1.7 CLdSEOU�' SUBMIT'�ALS [NOT USED] 16 1.8 MAINTENAN�E MATERIAL SUBMITTALS [NOT USED] 17 1.9 QUALITY ASSURANCE 18 A. Manufacturer Qualifications 19 1. A frm experienced in manufacturing ready-mixed concrete products and that cotn- 20 plies with ASTM C94 requirernents for production facilities and equipment 21 2. Manufacturer certi�ed according to NRMCA's "Cet�tification of Ready Mixed 22 Concrete Production Facilities" 23 B. Source Limitations 24 1. Obtain each type or class of cementitious material of the same brand from the saine 25 manufacturer's plant, obtain aggregate from 1 source and obtain admixtures through 26 1 source from a single manufacturer. 27 C, ACI Publications 28 1. Comply with the following unless modified by requirements in the Contract Docu- 29 ments: 30 a, ACI 301 Sections 1 through 5 31 b. ACI 117 32 D. Concrete Testing Service 33 1, Engage a qualified independent testing agency to perform material evaluation tests. 34 1.10 llELIVERY, STORAGE, AND HANllLING - 35 A, Steel Reinforcement 36 l. Deliver, store, and handle steel reinforcement to prevent bending and damage. 37 2. Avoid damaging coatings on steel reinforcement. 38 B. Waterstops CITY OF FORT WORTH W. 7`�' Street dridge Waler and Sanitary Sewer Lnproveirien�s STANDAItD CONSTRUCTION SPECIF[CATION DOCUMENTS O1693 Revised July 1, 2011 033000-5 CAST-IN-PLACE CONCRETE Page 5 of 24 1 2 3 4 1. Store waterstops under cover to protect from moisture, sunlight, dirt, oil and other contaminants. 1.11 FIELD CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 5 PART 2 - PRODUCTS 6 2.1 OWNER-FURNISHED OR OWNER-SUPPLIED PRODUCTS [NOT USED] 7 2.2 PRODUCT TYPES AND MATERIALS 8 A. Manufacturers 9 1. In other Part 2 articles where titles below introduce lists, the following requirements 10 apply to product selection: 11 a. Available Products: Subject to compliance with requirements, products that 12 may be incorporated into the Work include, but are not limited to, products 13 specified. 14 b. Available Manufacturers: Subject to compliance with requirements, 15 manufacturers offering products that may be incorporated into the Work 16 include, but are not limited to, manufacturers specifed. 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 B. Form-Facing Materials 1. Rough-Formed Finished Concrete a. Plywood, lumber, metal or another approved material b. Provide lumber dressed on at least 2 edges and 1 side for tight fit, 2. Chamfer Strips a. Wood, metal, PVC or rubber strips b. 3/4-inch x 3/4-inch, minimum 3. Rustication Strips a. Wood, metal, PVC or rubber strips b. Kerfed for ease of form removal 4. Form-Release Agent a. Commercially formulated form-release agent that will not bond with, stain or adversely affect concrete surfaces b. Shall not impair subsequent treatments of concrete surfaces c. For steel form-facing materials, formulate with rust inhibitor. 5. Form Ties a. Factory-fabricated, removable or snap-off inetal or glass-�ber-reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. b. Furnish units that will leave no corrodible metal closer than 1 inch to the plane of exposed concrete surface. c. Furnish ties that, when removed, will leave holes no (arger than 1 inch in diameter in concrete surface. d. Furnish ties with integral water-barrier plates to walls indicated to receive dampproofing or waterproofing. CITY OF FORT WORTH W. 7`�' Street Bridge 4�'aler and Sanilary Setiver hnprovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July I, 2011 033000-6 CAST-IN-PLACE CONCRETE Page 6 of 24 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 C. Steel �einforcement l. Reinforcing Bars a. ASTM A615, Grade 60, deformed D. Reinforcement Accessories 1. Srnooth Dowel Bars a. ASTM A615, Grade 60, steel bars (smooth) b. Cut bars true to length with ends square and free of burrs. 2, Bar Supports a, Bolsters, chairs, spacers and other devices for spacing, supporting and fastening reinforcing bars and welded wire reinforcement in place b. Manufacture bar supports from steel wire, plastic or precast concrete according to CIZSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: 1) �or concrete surfaces expbsed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic-protected steel wire or CRSI Class 2 stainless-steel bar supports. 2) For slabs-on-grade, provide sar�d plates, horizontal runners or preCast concrete blocks on bottom where base material will not support chair legs or where vapor barrier has been specified. E. Embedded Metal Assemblies 21 1. Steel Shapes and Plates: ASTM A36 22 2. Headed Studs: Heads welded by full-fusion process, as furnished by TRW Nelson 23 Stud Welding Division or approved equal 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 F. Expansion Anchors Available Products a. Wej-it Bolt, Wej-it Corporation, Tulsa, Oklahoma b. Kwik Bolt II, Hilti Fastening Systems, Tulsa, Oklahoma c. Trubolt, Ramset Fastening Systems, Paris, Kentucky G. Adhesive Anchors and Dowels 1, Adhesive anchors shall consist of threaded rods anchored with an adhesive system into hardened concrete or grout-filled masonry. a. The adhesive system shall use a 2-component adhesive mix and shall be injected with a static mixing nozzle following manufacturer's instructions. b. "t'he embedment depth of the rod shall provide a minimum allowable bond strength that is equal to the allowable yield capacity of the rod, unless otherwise specified. 2. Available Products a. Hilti HIT HY 150 Max b. Simpson Acrylic-Tie c. Powers Fasteners AC 100+ Gold 3. Threaded Rods: ASTM A193 a. Nuts: ASTM A563 hex carbon steel b, Washers: ASTM F436 hardened carbon steel c. Finish: Hot-dip zinc coating, ASTM A153, Class C CI'1'Y OF FORT WORTH W. 7'" S/reel Bridge Water and Sanitary Seiver Improveir+enls S'CANDARD CONSTRUCTION SPECIF[CATION DOCUMGNTS 01693 Revised July l, 201( 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 033000-7 CAST-IN-PLACE CONCRETE Page 7 of 24 H. Inserts Provide metal inserts required for anchorage of materials or equipment to concrete construction where not supplied by other trades: a. In vertical concrete surfaces for transfer of direct shear loads only, provide adjustable wedge inserts of malleable cast iron compiete with bolts, nuts and washers. 1) Provide'/4-inch bolt size, unless otherwise indicated. b. In horizontal concrete surfaces and whenever inserts are subject to tension forces, provide threaded inserts of malleable cast iron furnished with full depth bolts. 1) Provide 3/4-inch bolt size, unless otherwise indicated. I. Concrete Materials Cementitious Material a. Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1) Portland Cement a) ASTM C150, Type UII, gray b) Supplement with the following: (1) Fly Ash (a) ASTM C618, Class C or F (2) Ground Granulated Blast-Furnace Slag (a) ASTM C989, Grade 100 or 120. 2) Silica Fume a) ASTM C1240, amorphous silica 3) Normal-Weight Aggregates a) ASTM C33, Class 3S coarse aggregate or better, graded b) Provide aggregates from a single source. 4) Maximum Coarse-Aggregate Size a) '/4-inch nominal 5) Fine Aggregate a) Free of materials with deleterious reactivity to alkali in cement 6) Water a) ASTM C94 and potable J. Admixtures 1. Air-Entraining Admixture a, ASTM C260 2. Chemical Admixtures a. Provide admixtures certified by manufacturer to be compatible with other ad- mixtures and that will not contribute water-soluble chloride ions exceeding those pertnitted in hardened concrete. b. Do not use calcium chloride or admixtures containing calcium chloride. c. Water-Reducing Admixture 1) ASTM C494, Type A d. Retarding Admixture 1) ASTM C494, Type B e. Water-Reducing and Retarding Admixture 1) ASTM C494, Type D CITY OF FORT WORTH W. 7`�' Street Bridge Waler and Sanilary Se�ver Lnprovenienls STANDA3ZD CONSTRUCTION SPECIFICATION DOCUMENTS 0/693 Revised July 1, 201 I 033000-8 CAST-IN-PLACE CONCRETE Page 8 of 24 1 2 3 4 5 6 7 8 9 10 11 12 13 14 IS 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 £ High-Range, Water-Reducing Admixture 1) ASTM C494, Type F g. High-Range, Water-Reducing and Retarding Admixture 1) ASTM C494, 7'ype G h. Plasticizing and Retarding Admixture 1) ASTM C 1017, Type II K. Waterstops l. Self-Expanding Butyl Strip Waterstops a. Manufactured rectangular or trapezoidal strip, butyl rubber with sodium bentonite or other hydrophilic polymers, for adhesive bonding to concrete, 3/4- inch x 1-inch. b. Available Proclucts 1) Colloid Environmental Technologies Company; Volclay Waterstop-lZX 2) Concrete Sealants Inc.; Conseal CS-231 3) Greenstreak; Swellstop 4) Henry Company, Sealants Division; Hydro-Flex 5) JP Specialties, Inc.; Earthshield Type 20 6) Progress Unlimited, Inc.; Superstop 7) TCMiraDRI; Mirastop L. Curing Materials 1. Absorptive Cover a. AASH"r'O M182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 ounces/square yard when dty 2. Moisture-Retaining Cover a. ASTM C171, polyethylene film or white burlap-polyethylene sheet 3, Water a. Potable 4. Clear, Waterborne, Membrane-Forming Curing Compound a. ASTM C309, Type 1, Class B, dissipating b. Available Products 1) Anti-Hydro International, Inc.; AH Curing Compound #2 DR WB 2) Burke by Edoco; Aqua Resin Cure 3) ChetnMasters; Safe-Cure Clear 4) Conspec Marketing & Manufacturing Co., Inc., a Dayton Superior Company; W.B. Resin Cure 5) Dayton Superior Corporation; Day Chem Rez Cure (J-11-W) 6) Euclid Chemical Company (The); Kurez DR VOX 7) Kaufinan Products, Inc.; Thinfilm 420 8) Lambert Corporation; Aqua Kure-Clear 9) L&M Construction Chemicals, Inc.; L&M Cure R 10) Meadows, W. R., Inc,; 1100 Clear 11) Nox-Crete Pi•oducts Group, Kinsman Corporation; Resin Cure E 12) Symons Corporation, a Dayton Superior Company; Resi-Chem Clear Cure 13) Tamms Industries, Inc.; Horncure WB 30 14) Unitex; Hydro Cure 309 15) US Mix Products Company; US Spec Maxcure Resin �lear 16) Vexcon Chemicals, Inc.; Certi-Vex Enviocure 100 CITY OF FORT WORTH W. 7'n S�reet Bridge Water and Sanr�ary Seiver Improve»ienls STANDARD CONSTRUCT[ON SPECIF(CATION DOCUMENTS 0/693 Revised July 1, 2011 033000-9 CAST-IN-PLACE CONCRETE Page 9 of 24 M. Related Materials 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 1. Bonding Agent a. ASTM C1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene 2. Epoxy Bonding Adhesive a. ASTM C881, 2-component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit requirements, and as fo(lows: 1) Types I and II, non-load bearing 2) N and V, load bearing, for bonding 3) Hardened or freshly mixed concrete to hardened concrete 3. Reglets a. Fabricate reglets of not less than 0.0217-inch thick, galvanized steel sheet b. Temporarily fill or cover face opening of reglet to prevent intrusion of concrete or debris. 4. Sleeves and Blockouts a. Fortned with galvanized metal, galvanized pipe, polyvinyl chloride pipe, fiber tubes or wood 5. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages a. Sized as required b. Shall be of strength and character to maintain formwork in place while placing concrete N. Repair Materials 1. Repair Underlayment a. Cement-based, polymer-modified, self-leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as de�ned in ASTM C219 c � e. Primer 1) Product of underlayment manufacturer recommended for substrate, condi- tions, and application Aggregate 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommended by underlayment manufacturer Compressive Strength 1) Not less than 4100 psi at 28 days when tested according to ASTM C 109/C 109M 2. Repair Overlayment a. Cement-based, polymer-modified, self-leveling product that can be applied in thicknesses of 1/8 inch or greater 1) Do not feather. b. Cement Binder 1) ASTM C150, portland cement or hydraulic or blended hydraulic cement as defned in ASTM C219 c. Primer CITY OF FORT WORTH W. 7rh Street l3ridge Waler and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 0I693 Revised July 1, 201( 03 30 00 - 10 CAST-IN-PLACE CONCRETE Page 10 of 24 1 1) Product of topping manufacturer recommended for substrate, conditions, 2 and application 3 d. Aggregate 4 1) Well-graded, washed gravel, 1/8 to 1/4 inch or coarse sand as recommend- 5 ed by topping manufacturer 6 e. Compressive Strength 7 1) Not less than 5000 psi at 28 days when tested according to ASTM C109 S O. Concrete Mixtures, General 9 10 11 12 13 14 IS 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 1. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratary trial mixture or field test data, or both, according to ACI 301. a, Required average strength above specified strer�gth 1) �ased on a record of past performance a) Determination of required average strength above specified strength shall be based on the standard deviation record of the results of at least 30 consecutive strength tests it� accordance with ACI 318, Chapter 5.3 by the larger amount deiined by formulas 5-1 and 5-2. 2) Based on laboratory trial mixtures a) Proportions shall be selected on the basis of laboratory trial batches prepared in accordance with ACI 318, Chapter 533.2 to produce an average strength greater than the specified strengtl� f c by the amount deimed in table 5.3.2.2. 3) Proportions of ingredients for concrete mixes shall be determined by an in- dependent testing laboratory or qualified concrete supplier. 4) For each proposed mixture, at least 3 compressive test cylinders shall be made and tested for strength at the specified age. a) Additional cylinders may be made for testing for information at earlier ages. 2. Cementitious Materials a. Limit percentage, by weight, of cementitious materials other than portland ce- ment in concrete as follows, unless speciiied otherwise: 1) Fly Asli: 25 percent 2) Combined Fly Ash and Pozzolan: 25 percent 3) Ground Granulated Blast-Furnace Slag: 50 percent 4) Combined Fly Ash or Pozzolan and Ground Granulated Blast-Furnace Slag: 50 percent 5) Portland cement minimum, with fly ash or pozzolan not exceeding 25 pec•- cent 6) Silica Fume: 10 percent 7) Combined Fly Ash, Pozzolans, and Silica Fume: 35 percent with fly ash or pozzolans not exceeding 25 percent and silica furne not exceeding 10 per- cent 8) Combined Fly Ash or Pozzolans, Ground Gc•anulated Blast-Furnace Slag, and Silica Fume: 50 percent with fly ash or pozzolans not exceeding 25 percent and silica fume not exceeding 10 percent 3. Limit water-soluble, chloride-ion content in hardened concrete to 0, 30 percent by weight of cement. 4. Admixtures CITY OF FORT WORTH !v 7'� Slreet Bridge Waler and Sanitary Seiti�er lmprovemenls STANDARD CdNSTRUCTION SPECIFICATION I�OCUMENTS 0l693 Revised July l, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 1S 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 033000-Ii CAST-IN-PLACE CONCRETE Page 11 of 24 a, Use admixtures according to manufacturer's written instructions. b, Do not use admixtures which have not been incorporated and tested in accepted mixes. c. Use water-reducing high-range water-reducing or plasticizing admixture in concrete, as required, for placement and workability. d. Use water-reducing and retarding admixture when required by high temperatures, low humidity or other adverse placement conditions. e. Use water-reducing admixture in pumped concrete, concrete for heavy-use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. f. Use corrosion-inhibiting admixture in concrete mixtures where indicated. P. Concrete Mixtures 1. Refer to T�OT "Standard Specifications for Construction and Maintenance of Highways, Streets, and Bridges" for: a. Culverts b. Headwalis c. Wingwalls 2. Proportion normal-weight concrete mixture as follows: a. Minimum Compressive Strength: 3,000 psi at 28 days b. Maximum Water-Cementitious Materials Ratio: 0.50 c. Slump Limit: 5 inches or 8 inches for concrete with verifed slump of 2 to 4 inches before adding high-range water-reducing admixture or plasticizing admixture, plus or minus 1 inch d. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 3/4- inch nominal maximum aggregate size Q, Fabricating Reinforcement 1. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." R. Fabrication of Embedded Metal Assemblies 1. Fabricate metal assemblies in the shop. Holes shall be made by drilling or punching. Holes shall not be made by or enlarged by burning. Welding shall be in accordance with AWS D1.1. 2. Metal assemblies exposed to earth, weather or moisture shall be hot dip galvanized. Al( other metal assemblies shall be either hot dip galvanized or painted with an epoxy paint. Repair galvanizing after welding with a Cold Galvanizing compound installed in accordance with the manufacturer's instructions. Repair painted assemblies after welding with same type of paint. S. Concrete Mixing 1. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C94, and furnish batch ticket information. a. When air temperature is between 85 and 90 degrees Fahrenheit, reduce mixing and delivery time from 1-1 /2 hours to 75 minutes; when air temperature is above 90 degrees Fahrenheit, reduce mixing and deliveiy time to 60 minutes. 2. Project-Site Mixing: Measure, batch, and mix concrete materials and concrete according to ASTM C94/C94M. Mix concrete materials in appropriate drum-type batch machine mixer. CITY OF FORT WORTH Gf! 7`" Street Bridge WaJer and Sanitary Seit�er Lnprovenrenls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July 1, 2011 03 30 00 - 12 CAST-IN-PLACE CONCRETE Page 12 of 24 1 2 3 4 5 6 7 8 9 a. � c. For mixer capacity of 1 cubic yard or smaller, continue mixing at least 1-1/2 minutes, but not more than 5 minutes after ingredients are in rnixer, before any part of batch is released. For mixer capacity larger than 1 cubic yard, increase mixing time by 15 seconds for each additional 1 cubic yard. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mixture type, mixture time, quantity, and amount of water added. Record approximate location of �nal deposit in structure. 10 2.3 ACCESSORIES (NOT USED] 11 2.4 SOURCE QUALITY CON'�RdL [NOT' US�D] 12 PART' 3 - EXECU�'ION 13 �.1 INSTALLERS [Nd'�' USED] 14 3.2 EXAMINATION [NOT USED] 15 3.3 PREPAI2ATION [NOT USED] 16 3.4 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 INSTALLATION A. Formwork 1. 2. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to suppoi�t vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. a. Vertical alignment 1) Lines, surfaces and arises less than 100 feet in height - 1 inch. 2) Outside corner of exposed corner columns and control joints in concrete exposed to view less than 100 feet in height - 1/2 inch. 3) Lines, surfaces and arises greater than 100 feet in height - 1/1000 times the height but not more than 6 inches. 4) Outside corner of exposed corner columns and control joints in concrete exposed to view greater than 100 feet in height - 1/2000 times the height but not more than 3 inches. b. Lateral alignment 1) Members - 1 inch. 2) Centerline of openings 12 inches or smaller and edge location of larger openings in slabs - 1/2 inch. 3) Sawcuts, joints, and weakened plane embedments in slabs - 3/4 inch. c. Level alignrnent 1) Elevation of slabs-on-gr•ade - 3/4 inch. 2) Elevatidn of top surfaces of formed slabs before removal of shores - 3/4 inch, 3) E(evation of formed surfaces before rernoval of shores - 3/4 inch. C[TY OF FO(2T WORTH W. 7`h Streel Bridge Water and Saxirary Setiver Improvemenls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July 1, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 03 30 00-13 CAST-IN-PLACE CONCRETE Page 13 of 24 3 4 5 0 � d. Cross-sectional dimensions: Overall dimensions of beams, joists, and columns and thickness of walls and slabs. 1) 12 inch dimension or less - plus 1/2 inch to minus 1/4 inch. 2) Greater than 12 inch to 3 foot dimension - plus 112 inch to minus 3/8 inch. 3) Greater than 3 foot dimension - plus 1 inch to minus 3/4 inch. e. Relative alignment 1) Stairs a) Difference in height between adjacent risers - 1/8 inch. b) Difference in width between adjacent treads - 1/4 inch. c) Maximum difference in height between risers in a flight of stairs - 3/8 inch. d) Maximum difference in width between treads in a flight of stairs - 3/8 inch. 2) Grooves a) Specifed width 2 inches or less - 1/8 inch. b) Specified width between 2 inches and 12 inches - 1/4 inch. 3) Vertical alignment of outside corner of exposed corner columns and contro( joint grooves in concrete exposed to view - 1/4 inch in 10 feet. 4) All other conditions - 3/8 inch in 10 feet. Limit concrete surface irregularities, designated by ACI 347R as abrupt or gradual, as follows: a. Class B, 1/4 inch for smooth-formed finished surfaces. b. Class C, 1/2 inch for rough-formed finished surfaces. Construct forms tight enough to prevent loss of concrete mortar. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to 1 vertical. a. Install keyways, reglets, recesses, and the like, for easy removal. b. Do not use rust-stained steel form-facing material. Set edge forms, bulkheads, and intermediate screed strips for slabs to achieve required elevations and slopes in fnished concrete surfaces. Provide and secure units to support screed strips; use strike-off templates or compacting-type screeds. Construct formwork to cambers shown or speci�ed on the Drawings to allow for structural deflection of the hardened concrete. Provide additional elevation or camber in formwork as required for anticipated formwork deflections due to weight and pressures of concrete and construction loads. 8. Foundation Elements: Form the sides of all below grade portions of beams, pier caps, wal(s, and columns straight and to the lines and grades specified. Do no earth form foundation elements unless specifcally indicated on the Drawings. 9. Provide temporary openings for cleanouts and inspection ports where interior area of formwork is inaccessible. Close openings with panels tightly fitted to forms and securely braced to prevent loss of concrete mortar. Locate temporary openings in forms at inconspicuous locations. 10. Chamfer exterior corners and edges of permanently exposed concrete. CITY OF FORT WORTH K! 7'� Streel Bridge lf�ater and Sanitary Seirer Lnprovenrents STANDARD CONSTRUCTION SPECIFICATION pOCUMENTS O1693 Revised July l, 201 l 03 30 00-14 CAST-IN-PLACE CONCRETE Page 14 of 24 1 11. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and 2 bulkheads required in the Work. Deterrnine sizes and locations from trades 3 providing such items. 4 12. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, 5 sawdust, dirt, and other debris just before placing concrete. 6 13. Retighten forms and bracing before placing concrete, as required, to prevent mortar 7 leaks and tnaintain proper alignment. 8 14. Coat contact surfaces of forms with form-release agent, according to manufacturer's 9 written instructions, before placing reinforcernent, anchoring devices, and 10 embedded itertYs. 11 a. Do not apply form release agent where concrete surfaces are scheduled to 12 receive subsequent finishes which may be affected by �geht. Soak contact 13 surfaces of untreated forms with clean water. Keep surfaces wet prior to 14 placing concrete. 15 B. Embedded Items 16 1. Place and secure anchorage devices and other embedded items required for 17 adjoining work that is attached to or supported by cast-in-place concrete, Use 18 setting drawings, templates, diagrams, instructions, and directions furnished with 19 items td be embedded. 20 a. Install anchor rods, accurately located, to elevations required and complying 21 with tolerances in AISC 303, Section 7.5. 22 1) Spacing within a bolt group: 1/8 inch 23 2) Location of bolt group (center): '/2 inch 24 3) Rotation of bolt group: 5 degrees 25 4) Angle off vertical; 5 degrees 26 5) Bolt projection: � 3/8 inch 27 b. Install reglets to receive waterproofing and to receive through-wall flashings in 28 outer face of concrete frame at exterior wal(s, where flashing is shown at lintels, 29 shelf angles, and other conditions. 30 31 32 33 34 35 36 37 38 39 40 C. Removing and Reusing Forms 1. I�o not back�ll prior to concrete attaining 75 percent of its 28-day design cornpressive strength. 2. General: Formwork for sides of beams, wal(s, columns, and similar parts of the Work that does not support weight of concrete may be rernoved after cumulatively curing at not less than 50 degrees Fahrenheit for 24 hours after placing concrete, if concrete is hard enough to not be damaged by form-removal operations and curing and protection operations are maintained. a. Leave formwork for beam soffits, joists, slabs, and other structural elements that supports weight of concrete in place until concrete has achieved at least 70 percent of its 28-day design compressive strength. CITY OF FORT WORTH {�V 7'�' S[reel /3ricfge 4f�aler and Sanitary Server Gnproven�ents STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS 01693 Revised July l, 201 t 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 03 30 00 - 15 CAST-IN-PLACE CONCRETE Page I S of 24 3. 4 b. Do not remove formwork supporting conventionally reinforced concrete until concrete has attained 70 percent of its specified 28 day compressive strength as established by tests of field cured cylinders. In the absence of cylinder tests, supporting formwork shall remain in place until the concrete has cured at a temperature of at least 50 degrees Fahrenheit for the minimum cumulative time periods given in ACI 347, Section 3.7.2.3. Add the period of time when the surrounding air temperature is below 50 degrees Fahrenheit, to the minimum listed time period. Formwork for 2-way conventionally reinforced slabs shall remain in place for at least the minimum cumulative time periods speci�ed for 1-way slabs of the same maximum span. c. Immediately reshore 2-way conventionally reinforced slabs after formwork removal. Reshores shall remain until the concrete has attained the specified 28 day compressive strength. d. Minimum cumulative curing times may be reduced by the use of high-early strength cement or forming systems which allow form removal without disturbing shores, but only after the Contractor has demonstrated to the satisfaction of the Engineer that the early removal of forms will not cause excessive sag, distortion or damage to the concrete elements. e. Completely remove wood forms. Provide temporary openings if required. f, Provide adequate methods of curing and thermal protection of exposed concrete if forms are removed prior to completion of specified curing time. g. Reshore areas required to support construction loads in excess of 20 pounds per square foot to properly distribute construction loading. Construction loads up to the rated live load capacity may be placed on unshored construction provided the concrete has attained the speci�ed 28 day compressive strength. h. Obtaining concrete compressive strength tests for the purposes of form removal is the responsibility of the Contractor. i. Remove forms only if shores have been arranged to permit remova( of forms without loosening or disturbing shores. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form-facing material will not be acceptable for exposed surfaces. Apply new form-release agent. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Engineer. D. Shores and Reshores 1. The Contractor is solely responsible for proper shoring and reshoring. 2. Comply with ACI 318 and ACI 301 for design, installation, and removal of shoring and reshoring. a. Do not remove shoring or reshoring until measurement of slab tolerances is complete. 3. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. E. Steel Reinforcement CITY OF FORT WORTH W. 7`h Street Bridge Gf�ater and Sanitary Sewer lmprovemenls STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 0/693 Revised July l, 2011 03 30 00 - 16 CAST-IN-PLACE CONCRETE Page 16 of 24 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 1. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. 2. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. 3. Accurately position, support, and secure reinforcement against displacernent. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. a. Weld reinforcing bars according to AWS D1,4, where indicated. Only steel conforming to ASTM A706 may be welded. 4. Installation tolerances a. Top and bottom bars in slabs, girders, beams and joists: 1) Members 8 inches deep or less: �3/8 inch 2) Members more than 8 inches deep: �1/2 inch b. Concrete Cover to Formed or Finished Surfaces: �3/8 inches for members 8 inches deep or less; �l/2 inches for members over 8 inches deep, except that tolerance for cover shall not exceed 1/3 of the specified cover. 5. Concrete Cover a. Reinforcing in structural elernents deposited against the ground: 3 inches b. Reinforcing in formed beams, columns and girders: 1-1/2 inches c. Grade beams and exterior face of formed walls and columns exposed to weather or in contact with the ground: 2 inches d. Interior faces of walls: 1 inches e. Slabs: 3/4 inches 6. Splices: Provide standard reinforcement splices by lapping and tying ends. Comply with ACI 318 for minimum lap of spliced bars where not specified on the documents. Do not lap splice no. 14 and 18 bars. 7. Field Welding of Embedded Metal Assemblies a, Remove all paint and galvanizing in areas to receive field welds. b. Field Prepare all areas where paint or galvanizing has been removed with the specified paint or cold galvanizing compound, respectively. F. Joints l. General: Construct joints true to line with faces perpendicular to surface plane bf concrete, 2. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Engineer. a. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. b. Form keyed joints as indicated. Embed keys at least 1-1/2 inches into concrete. c. Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset joints in girders a minimum distance of twice the beam width frotn a beam-girder intersection. d. Locate horizontal joints in walls and columns at underside of floors, slabs, beams, and girders and at the top of footings or floor slabs, C[TY OF FORT WORTH GV. 7`h S�ree! Bridge WaJer and Sanitary Sewer bnprovements STANDAI2D CONSTRUCTION SPECIFICATION DOCUMENTS 0/693 Revised July l, 2011 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 03 30 00 - 17 CAST-IN-PLACE CONCRETE Page 17 of 24 e. Space vertical joints in walls as indicated. Locate joints beside piers integral with walls, near corners, and in concealed locations where possible. £ Use a bonding agent at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. 3. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat 1-1/2 of dowel length to prevent concrete bonding to 1 side of joint. G. Waterstops 1. Flexible Waterstops: Install in construction joints and at other joints indicated to form a continuous diaphragm. Install in longest lengths practicable. Support and protect exposed waterstops during progress of the Work. Field fabricate joints in waterstops according to manufacturer's written instructions. 2. Self-Expanding Strip Waterstops: Install in construction joints and at other locations indicated, according to manufacturer's written instructions, adhesive bonding, mechanically fastening, and firmly pressing into place. Install in longest lengths practicable. H. Adhesive Anchors 1. Comply with the manufacturer's installation instructions on the hole diameter and depth required to fully develop the tensile strength of the adhesive anchor or reinforcing bar. 2. Properly clean out the hole utilizing a wire brush and compressed air to remove all loose material from the hole, prior to installing adhesive material. I. Concrete Placement 1. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. 2. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Engineer. 3. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. a. Do not add water to concrete after adding high-range water-reducing admixtures to mixture. b. Do not exceed the maximum specified water/cement ratio for the mix. 4. Deposit concrete continuously in 1 layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. a. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures, 15 feet maximum and in a manner to avoid inclined construction joints. b. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. CITY OF FORT WORTH W. 7`h Stree! Bridge Gf�ater and Sanilary Se�ver I»tprovemenis STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS 01693 Revised July 1, 2011 03 30 00-18 CAST-IN-PLACE CONCRETE Page 18 of 24 1 c. Do not use vibrators to transport concrete inside forms. Insert and withdraw 2 vibrators vertically at uniformly spaced locations to rapidly penetrate placed 3 layer and at least 6 inches into preceding layer. Do not insert vibrators into 4 lower layers of concrete that have begun to lose plasticity. At each insertion, 5 limit duration of vibration to time necessary to consolidate concrete and 6 complete embedinent of reinforcement and other embedded iterns without 7 causing mixture constituents to segregate. 8 d. Do not permit concrete to drop freely any distance greater than 16 feet for 9 concrete containing a high range water reducing admixture (superplasticizer) or 10 5 feet for other concrete. Provide chute or tremie to place concrete where longer 11 drops are necessary. Do not place concrete into excavations with standing 12 water. If place of deposit cannot be pumped dry, pour concrete through a tremie 13 with its outlet near the bottom of the place of deposit. 14 e. Discard pump priming grout and do not use in the structure. IS 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 5. Deposit and consolidate concrete for floors and slabs iii a continuous operation, within litnits of construction joints, until placement of a panel or section is complete. a. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into corners. b. Maintain reinforcement in position on chairs during concrete placement. c. Screed slab surfaces with a straightedge and strike off to correct elevations. d. Slope surfaces uniformly to drains where required. e. Begin initial floating using bull floats or darbies to form a uniform and open- textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. 6. Cold-Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. a. When average high and low temperature is expected to fall below 40 degrees Fahrenheit for 3 successive days, maintain delivered concrete mixture ternperature within the temperature range required by ACI 301. b. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. c. bo not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise speciited and approved in mixture designs. 7. Hot-Weather Placement: Comply with ACI 305.1 and as follows: a. Maintain concrete temperature below 95 degrees Fahrenheit at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is ca(culated to tota( amount of mixing watec•. Using liquid nitrogen to cool cbncrete is Contractor's option. b. Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. 45 J. Finishing Formed Surfaces CITY OF FbRT WORT'H W. 7`h Slree! Bridge Wa[er and Sanrtary Setiver Lnproventenls STANDATtD CONSTRUCTION SPECIFICATION DOCUMENTS 0/693 I2evised July 1, 201 l 03 30 00 - 19 CAST-IN-PLACE CONCRETE Page l9 of 24 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 1. Rough-Formed Finish: As-cast concrete texture imparted by form-facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed-surface irregularities. a. Apply to concrete surfaces not exposed to public view. 2. Related Unformed Surfaces: At tops of walis, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and fnish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. K. Miscellaneous Concrete Items 2 3. G! Filling In: Fill in holes and openings left in concrete structures, unless otherwise indicated, after work of other trades is in place. Mix, place, and cure concrete, as specified, to blend with in-place consh-uction. Provide other miscellaneous concrete filling indicated or required to complete the Work. Curbs: Provide monolithic fnish to interior curbs by stripping forms while concrete is still green and by steel-troweling surfaces to a hard, dense finish with corners, intersections, and terminations slightly rounded. Equipment Bases and Foundations: Provide machine and equipment bases and foundations as shown on Drawings. Set anchor bolts for machines and equipment at correct elevations, complying with diagrams or templates from manufacturer furnishing machines and equipment. a. Housekeeping pads: Normal weight concrete (3000 psi), reinforced with #3@16 inches on center set at middepth of pad. Trowel concrete to a dense, smooth iinish. Set anchor bolts for securing mechanical or electrical equipment during pouring of concrete �11. Protective slabs ("Mud slabs"): Normal weight concrete (2500 psi minimum) with a minimum thickness of 3-1/2 inches. Finish slab to a wood float finish. L. Concrete Protecting and Curing 1. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold-weather protection and ACI 305.1 for hot-weather protection during curing. 2. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, moist cure after loosening forms. If removing forms before end of curing period, continue curing for the remainder of the curing period. 3. Unformed Surfaces: Begin curing immediately after finishing concrete. Cure unformed surfaces, including floors and slabs, concrete floor toppings, and other surfaces. 4. Cure concrete according to ACI 308.1, by 1 or a combination of the following methods: a. Moisture Curing: Keep surfaces continuously moist for not less than 7 days with the following materials: 1) Water 2) Continuous water-fog spray CITY OF FORT WORTH Gf! 7`h Street 13ridge Water and Sanilary Seiver /mprovements STANDARD CONSTRUCTION SPEC[FICAT[ON DOCUMENTS 01693 Revised July I, 2011 03 30 00 - 20 CAST-IN-PLACE CONCRETE Page 20 of 24 1 3) Absorptive cover, water saturated, and kept continuously wet. Cover 2 concrete surfaces and edges with 12-inch lap over adjacent absorptive 3 covers 4 b. Moisture-12etaining-Cover Curing: Cover concrete surfaces with moisture- 5 retaining cover for curing concrete, placed in widest practicable width, with 6 sides and ends lapped at least 12 inches, and sealed by waterproof tape or 7 adhesive. Cure for not less than 7 days. Immediately repair any holes or tears 8 during curing period using cover material and waterproof tape. 9 1) Moisture cure or use rnoisture-retaining covers to cure concrete surfaces to 10 receive floor coverings. 11 2) Mbisture cure or use moisture-retaining covers to cure concrete surfaces to 12 receive penetrating liquid floor treatments. 13 3) Cure concrete surfaces to receive floor coverings with either a moisture- 14 retaining cover or a curing compound that the manufacturer certifies will 15 not interfere with bonding of floor covering used on Project. 16 c. Curing Compound: Apply uniformly in continuous operation by power spray 17 or roller according to manufacturer's written instructions. Recoat areas 18 subjected to heavy rainfall within � hours after initial application. Maintain 19 continuity of coating and repair damage during curing period. 20 3.5 REPAIR 21 A. Concrete Surface Repairs 22 23 24 Defective Concrete: Repair and patch defective areas when approved by Engineer. Remove and replace concrete that cannot be repaired and patched to Engineer's approval. 25 2. Patching Mortar: Mix dry-pack patching mortar, consisting of 1 part portland 26 cement to 2-1/2 parts fine aggregate passing a No. 16 sieve, using only enough 27 water for handling and placing. 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 3. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fins and other projections on the surface, and stains and other discolorations that cannot be removed by cleaning. a. Immediately after form removal, cut-out hot�eycombs, rock pbckets, and voids more than 1/2 inch in any dirnension in solid concrete, but not less than 1 inch in depth. Make edges of cuts perpendicular to concrete surface. Clean, darnpen with water, and brush-coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form-tie voids with patching mortar or cone plugs secured in place with bonding agent. b. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact inortar in place and strike off slightly higher than surrounding surface. c. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Engineer. CITY OF FORT WbRTH W. 7°i Street Bridge Water a�td Sanitary Sewer bnprove»renls STANDARD CONSTRUCT[ON SPEC[F[CATION DOCUMENTS 0/693 Revised July 1, 2011 03 30 00-21 CAST-IN-PLACE CONCRETE Page 21 of 24 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 4. Repairing Unformed Surfaces: Test unformed surfaces, such as floors and slabs, for finish and verify surface tolerances specified for each surface. Correct low and high areas. Test surfaces sloped to drain for trueness of slope and smoothness; use a sloped template. a. Repair finished surfaces containing defects. Surface defects include spalls, pop outs, honeycombs, rock pockets, crazing and cracks in excess of 0.01 inch wide or that penetrate to reinforcement or completely through unreinforced sections regardless of width, and other objectionable conditions. b. After concrete has cured at least 14 days, correct high areas by grinding. c. Correct localized low areas during or immediately after completing surface fnishing operations by cutting out low areas and replacing with patching mortar. Finish repaired areas to blend into adjacent concrete. d. Repair defective areas, except random cracks and single holes 1 inch or less in diameter, by cutting out and replacing with fresh concrete. Remove defective areas with clean, square cuts and expose steel reinforcement with at least a 3/4- inch clearance all around. Dampen concrete surfaces in contact with patching concrete and apply bonding agent. Mix patching concrete of same materials and mixture as original concrete except without coarse aggregate. Place, compact, and finish to blend with adjacent �nished concrete. Cure in same manner as adjacent concrete. e. Repair random cracks and single holes 1 inch or less in diameter with patching mortar. Groove top of cracks and cut out holes to sound concrete and clean off dust, dirt, and loose particles. Dampen cleaned concrete surfaces and apply bonding agent. Place patching mortar before bonding agent has dried. Compact patching mortar and �nish to match adjacent concrete. Keep patched area continuously moist for at least 72 hours. 5. Perform structural repairs of concrete, subject to Engineer's approval, using epoxy adhesive and patching mortar. 6. Repair materials and installation not specified above may be used, subject to Engineer's approval. 31 3.6 RE-INSTALLATION [NOT USED] 32 3.7 FIELD QUALITY CONTROL 33 34 35 36 A. Testing and Inspecting: City will engage a special inspector and quali�ed testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Inspections 1. Steel reinforcement placement 37 2. Headed bolts and studs 38 3. Verification of use of required design mixture 39 4. Concrete placement, including conveying and depositing 40 41 42 43 44 5. Curing procedures and maintenance of curing temperature 6. Veri�cation of concrete strength before removal of shores and forms from beams and slabs C. Concrete Tests: Perform testing of composite samples of fresh concrete obtained according to ASTM C172 according to the following requirements: CITY OF FORT WORTH W. 7'h Street Bridge ii�aier and Sanilary Setiver ln:provements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July l, 201 I 03 30 00 - 22 CAST-IN-PLACE CdNCRETE Page 22 of 24 1 1. Testing Frequency: Obtain 1 composite sample for each day's pour of each 2 concrete mixture exceeding 5 cubic yard, but less than 25 cubic yard, plus 1 set for 3 each additional 50 cubic yard or fraction thereof. 4 2. Slump: ASTM C143; 1 test at point of placement for each composite sample, but 5 not less than 1 test for each day's pour of each concrete mixture. Perform additional 6 tests when concrete consistency appears to change. 7 3. Air Content: ASTM C231, pressure method, for normal-weight concrete; 1 test for 8 each composite sample, but not less than 1 test for each day's pour of each concrete 9 mixture. 10 4. Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 11 degrees Fahrenheit and below and when 80 degrees Fahrenheit and above, and 1 12 test for each composite sample. 13 5. Compression Test Specimens: ASTM C31. 14 a. Cast and laboratory cure 4 cylinders for each composite sample, 15 1) Do not transport iield cast cylinders until they have cured for a 16 minimum of 24 hours. 17 6. Compressive-Strength Tests: ASTM C39; 18 a. Test 1 cylinder at 7 days, 19 b. Test 2 cylinders at 28 days. 20 c. Hold 1 cylinder for testing at 56 days as needed. 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 � � 10 When strength of fie(d-cured cylinders is less than 85 percent of companion laboratory-cured cylinders, evaluate operations and provide corrective procedures for protecting and curing in-place concrete. Strength of each concrete mixture will be satisfactory if every average of any 3 consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi. Report test results in writing to Engineer, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests, Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Engineer. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C42 or by other methods as directed by Engineer. a, When the strength level of the concrete for any portion of the structure, as indicated by cylinder tests, falls below the specified requirernents, provide itnproved curing conditions and/or adjustments to the mix design as required to obtain the required stc•ength. If the average strength of the laboratory control cylinders falls so low as to be deemed unacceptable, follow the core test procedure set forth in ACI 301, Chapter 17, Locations of core tests shall be approved by the Engineer. Core sampling and testing shall be at Contractors expense. CITY bF FORT WORTH W. 7"' Stree� eridge Waler and Sanitar�� Sewer Inrprovenrenls STANDARD CbNSTRUCT10N SPECIPICATION DOCUMENTS d1693 Revised July 1, 2011 03 30 00 - 23 CAST-IN-PLACE CONCitETE Page 23 of24 1 b. If the results of the core tests indicate that the strength of the structure is 2 inadequate, any replacement, load testing, or strengthening as may be ordered 3 by the Engineer shall be provided by the Contractor without cost to the City. 4 11. Additional testing and inspecting, at Contractor's expense, will be performed to 5 determine compliance of replaced or additional work with specified requirements. 6 12. Correct deficiencies in the Work that test reports and inspections indicate does not 7 comply with the Contract Documents. 8 9 10 I1 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 D. Measure floor and slab flatness and levelness according to ASTM E1155 within 48 hours of finishing. E. Concrete Finish Measurement and Tolerances 1 2. All floors are subject to measurement for flatness and levelness and comply with the following: a. Slabs shall be flat within a tolerance of 5/16 inches in 10 feet when tested with a 10 foot long straightedge. Apply straightedge to the slab at 3 foot intervals in both directions, lapping straightedge 3 feet on areas previously checked. Low spots shall not exceed the above dimension anywhere along the straightedge. Flatness shall be checked the next work day after finishing, b. Slabs shall be level within a tolerance of � 1/4 inch in 10 feet, not to exceed 3/4 inches total variation, anywhere on the floor, from elevations indicated on the Drawings. Levelness shall be checked on a 10 foot grid using a level after removal of forms. c. Measurement Standard: All floors are subject to measurement for flatness and levelness, according to ASTM E1155. 2 Tiered Measurement Standard a, Each floor test section and the overall floor area shall conform to the 2-tiered measurement standard as speci�ed herein. 1) Minimum Local Value: The minimum local FF/FL values represent the ab- solute minimum surface profle that will be acceptable for any 1 test sample (line of ineasurements) anywhere within the test area. 2) Specified Overall Value: The speciiied overall FF/FL values represent the minimum values acceptable for individual floor sections as well as the floor as a whole. 3. Floor Test Sections a. A floor test section is defined as the smaller of the following areas: 1) The area bounded by column and/or wall lines 2) The area bounded by construction and/or control joint lines 3) Any combination of column lines and/or control joint lines b. Test sample measurement lines within each test section shall be multidirectional along 2 orthogonal lines, as defined by ASTM E1155, at a spacing to be determined by the City's testing agency. c. The precise layout of each test section shall be determined by the City's testing agency. 4. Concrete Floor Finish Tolerance a. The following values apply before removal of shores. Levelness values (FL) do not apply to intentionally sloped or cambered areas, nor to slabs poured on metal deck or precast concrete. CITY OF FORT WORTH F[! 7`h S[reef Brrdge 6i�afer a�rd Sanilary Seiver Iniprovemei:ts STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July (, 2011 03 30 00 - 24 CAST-IN-PLACE CONCRETE Page 24 of 24 1 2 3 4 5 6 7 8 9 10 11 12 13 1) Slabs Overatl Value FF45/FL30 Minimum Local Value FF30/FL20 5. Floor Elevation Tolerance Envelope a. The acceptable tolerance envelope for absolute elevation of any point on the slab surface, with respect to the elevation shown on the Drawings, is as follows: 1) Slab-on-Grade Construction: � 3/4 inch 2) Top surfaces of formed slabs measured prior to removal of supporting shores: f'/a inch 3) Top surfaces of all other slabs: � 3/a inch 4) Slabs specified to slope shall have a tolerance from the speci�ied slope of 3/8 inch in 10 feet at any point, up to 3/4 inch from theoretical elevation at any point. 14 3.8 SYSTEM STARTUP [NOT USED] 15 3.9 ADJ`(TSTING [NOT USED] 16 3.10 CL�ANING 17 A. Defective Work 18 1. Imperfect or damaged work or any material damaged or determined to be defective 19 before iinal completion and acceptance of the entire job shall be satisfactorily re- 20 placed at the Contractor's expense, and in conformity with all of the requirements of 21 the Drawings and Speciiications. � 22 2. Perform removal and replacement of concrete work in such manner as not to impair 23 the appearance or strength of the structure in any way. 24 B. C(eaning 25 1. Upon completion of the work remove from the site all forms, equipment, protective 26 coverings and any;rubbish resulting therefrom. 27 2. After sweeping floors, wash floors with clean water. 28 3, Leave iinished concrete surfaces in a clean condition, satisfactory to the City. 29 30 31 32 33 3.11 CLOSEOUT ACTIVITIES [NOT USED] 3.12 PRUTECTION [NOT USED] 3.13 MAINTENANC� [NO'�' USED] 3.14 ATTACHMENTS [NOT USED] END OF SECTION Revision Log I�A'I'E NAME SUMMARY OF CHANGE 34 CITY OF FORT WORTH YV. 7`�' SlreeJ Bridge Water and Sanilary Seiver Lnprovements STANI7ARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July l, 20l t 33 OS 26 - 1 UTILITY MARKERS/LOCATORS Page 1 of 6 1 2 3 PART1- GEN�RAL 4 1.1 SUMMARY 5 6 7 8 9 l0 11 12 13 14 15 SECTIpN 33 OS 26 UTILITY MARKERS/LOCATORS A. Section Includes: 1. Buried and surface utility markers for utility construction B. Deviations from this City of Fort Worth Standard Specification 1. 1.2.A.1 2. 1.2.A.2 3. 1.2.A.3 C. Related Speci�cation 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 16 A. Measurement and Payment 17 l. Measurement 18 a. This Item is considered subsidiary to the water and sanitary sewer pipe line. 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 linear feet of water and sanitary sewer 22 pipe line in place, and no 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 Specifcation, unless a date is specifically cited. 28 2. American Public Works Association (AWPA): 29 a. Uniform Color Code. 30 1.4 ADMINISTRATIVE REQUIREMENTS [NOT USED] 31 1.5 SUBMITTALS 32 A. Submittals shall be in accordance with Section O1 33 00. 33 B. All submittals shall be approved by the Engineer or the City prior to delivery. , 34 1.6 ACTION SUBMITTALS/INFORMATIONAL SUBMITTALS 35 A. Product Data 36 1. Buried Marker CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS Revised July l, 2011 [Insert Project Name] [Insert Project Number] 330526-2 UTILITY MARKERS/LOCATORS Page 2 of 6 1 2. Surface Marker 2 1.7 CLOSEOUT SUBMITTALS [NOT USED] 3 1.8 MAINTENANCE MATERIAL SUBMITTALS [NOT USED] 4 1.9 QUALITY ASSURANCE [NOT USED] � 6 7 1.10 DELIVERY, STORAGE, AND HANDLING [NOT USED] 1.11 FIELD [SITE] CONDITIONS [NOT USED] 1.12 WARRANTY [NOT USED] 8 PART2- PRODUCTS 9 2.1 OWN�R-FURNISHED [oR] OWNER-SUPPLIEDPRODUCTS [NOT USED] 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 2.2 MATERIALS A. Manufacturers 1. Only the manufacturers as listed on the City's Standard Products List will be considered as shown in Section O1 60 00. a. The manufacturer must comply with this Specification and related Sections. 2. Any product that is not listed on the Standard Products List is considered a substitution and shall be submitted in accordance with Section O1 25 00. 3. Provide new Utility Markers/Locators from a manufacturer regularly engaged in the manufacturing of Utility Markers/Locators. B. Materials 1. Buried Markers a. Detectable warning tape shall be as follows: 1) 5.0 mil overall thickness 2) Width — 3 inch minimum 3) Weight — 27.5 pounds per inch per 1,000 square feet 4) Triple Layer with: a) Minimum thickness 0.35 mils solid aluminum foil encased in a protective inert plastic jacket (1) 100 percent virgin low densiYy polyethylene (2) Impervious to all known alkalis, acids, chemical reagents and solvents within soil (3) Aluminum foil visible to both sides 5) Locatable by conductive and inductive methods 6) Printing encased to avoid ink rub-off 7) Color and Legends a) Potable water lines (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below (repeated every 24 inches) b) Reclaimed water lines (1) Color—Purple (in accordance with APWA Uniform Color Code) CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIF[CATION DOCUMENTS Revised July I, 201 I [Insert Project Name] [Insert Project Number] 330526-3 UTILITY MARKERS/LOCATORS Page 3 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 2 (2) Legend — Caution Reclaimed Water Line Below (repeated every 24 inches) c) Sewer Line (1) Color—Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below (repeated every 24 inches) b. Electronic utility marker balls shall be as follows: 1) Sealed shell containing a passive antenna— low-frequency resonance circuit tuned to specific frequency 2) Size — 4.5-inch diameter 3) Range — 5 feet minimum 4) Field Type/Shape — Spherical 5) Material — high-density polyethylene 6) Color and Frequency a) Water Lines (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Frequency — 145.7 kHz b) Sewer Line Markers (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Frequency — 121.6 kHz Surface Markers a. Provide as follows: 1) 4-inch diameter, 6-feet minimum length, polyethylene posts, or equal 2) White posts with colored, ultraviolet resistant domes as follows: a) Water Lines (1) Color — Blue (in accordance with APWA Uniform Color Code) (2) Legend — Caution Potable Water Line Below b) Reclaimed water lines (1) Color — Purple (in accordance with APWA Uniform Color Code) (2) Legend — Caution Reclaimed Water Line Below c) Sewer lines (1) Color — Green (in accordance with APWA Uniform Color Code) (2) Legend — Caution Sewer Line Below 33 2.3 ACCESSORIES [NOT USED] 34 2.4 SOURCE QUALITY CONTROL [NOT USED] 35 PART 3 - EXECUTION 36 3.1 INSTALLERS [NOT U5ED] 37 3.2 EXAMINATION [NOT USED] 38 3.3 PREPARATION [NOT USED] 39 3.4 40 41 42 43 INSTALLATIQN A. Buried Markers 1. Detectab(e Warning Tape a. Install in accordance with manufacturer's recommendations below natural ground surface and directly above the utility for which it is marking. CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPEC[FICAT[ON DOCUMENTS [Insert Project Number] Revised July 1, 2011 330526-4 UTILITY MAItKERS{LOCATORS Page 4 of 6 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 1) Allow 18 inches minimum between utility and marker. 2) Bury to a depth of 3 feet or as close to the grade as is practical for optimum protection and detectability. 2. Electronic Marker Balls a. Install in accordance with manufacturer's recommendations below natural ground surface and directly above the utility for which it is marking. 1) Allow 4 inches minimum between utility and marker. 2) Bury to a depth of 5 feet maximum, or as close to the grade as is practical for optimum protection and detectability. 3) Allow at least 6 feet between each marker. b. Use tie-downs for placement of markers if deemed necessary by the City, or Engineer. c. Upon completion of installation, the City will inspect that electronic marker balls are installed in place, prior to paving over any of the required locations, d. See table below for other details related to marker ball installation: Marker Bali Clearance, S acin , Bu and Placement 16-inch and Larger 12-inch and Smaller Water Lines Water Lines Sanita Sewer Clearance between 4 inches 4 inches 4 inches Utility and ( minimum) ( minimum) ( minimum) Marker Maximum 5 feet 5 feet 5 feet Bu De th Minimum 6 feet 6 feet 6 feet S acin -Horizontal Bends -ROW/Casings Placement -Vertical Bends (Highways) - Horizontal Bends -Horizontal Pts of -ROW/Casings -Vertical Bends Railroads curvature,tangency, � � reverse curvature -Horizontal Pts of _Other Locations CITY OF FORT WORTH STANDARD CONSTRUCTION SPECIPICATION DOCUMENTS Revised July I, 201 I [InseR Project Name] [Insert Project Number] 330526-5 UTILITY MARKERS/LOCATORS Page 5 of 6 0 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 -Horizontal Tees curvature, tangency, shown on Drawings (excluding fire reverse curvature hydrants) -Casings -Casings -Dead-ends -Cleaning wyes -Stub-outs -Plugs -Other Locations shown on Drawin s B. Surface Markers 1. Bury a minimum of 2 feet deep, with a minimum of 4 feet above ground 2. The warning sign for all surface markers shall be 21 inches (not including post cap). 3. Where possible, place surface markers near fxed objects. 4. Place Surface Markers at the following locations: a. Buried Features 1) Place directly above a buried feature. b. Above-Ground Features 1) Place a maximum of 2 feet away from an above-ground feature. c. Water lines 16-inches and larger 1) Each right-of-way line (or end of casing pipe) for: a) Highway crossings b) Railroad crossings 2) Utility crossings such as: a) High pressure or large diameter gas lines b) Fiber optic lines c) Underground electric transmission lines d) Or other locations shown on the Drawings, or directed by the City d. Surface markers not required for 12-inch and smaller water lines e. For sanitary sewer lines: 1) In undeveloped areas, place marker maximum of 2 feet away from an above-ground feature such as a manhole or combination air valve vault. 2) Place at 500-foot intervals along the pipeline. CITY OF FORT WORTH STANDAIZD CONSTRUCTION SPECIEICATION DOCUMENTS Reviscd July l, 2011 [Insert Project Name] [Insert Project Number] 330526-6 UTILITY MARKERS/LOCATORS Page 6 of 6 1 3.5 REPAIR / RESTORATION [NOT USED] 2 3.6 RE-INSTALLATION [NOT USED] 3 3.7 FIELD [oR] SIT� 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 CLOS�OUT ACTIVITIES [NOT USED] 8 3.12 PROTECTION [NOT USED] 9 3.13 MAINTENANCE [NOT USED] 10 3.14 ATTACHM�NTS [NOT USED] 11 12 END OF S�CTION Revision Log DATE NAME SUMMARY OF CHANGE 13 CITY OF FORT WORTH [Insert Project Name] STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS [Insert Project Numberj Revised July 1, 2011 APPENDIX GC-4.01 Availability of Lands - None GC-4.02 Subsurface and Physical Conditions — Geotechnical Engineering Study, Water and Sanitary Sewer Relocations for the West 7`h Street Bridge, Prepared by CMJEngineering, Inc. (Project No. 103- 11-117); City of Fort Worth T/PW Laboratory Results for Test Hole and Plasticity Index GC-4.04 Underground Facilities - None GC-4.06 Hazardous Environmental Condition at Site - None GC-6.06.D Minority and Women Owned Business Enterprise Compliance (Subcontractor/Supplier Utilization Form, Prirne Contractor Waiver Fornz, Good Faith Effort Form, and Joint Venture Eligibzlity Form) GC-6.07 Wage Rates GC-6.09 Permits and Utilities - None GC-6.24 Nondiscrimination - None GR-O 1 60 00 Product Requirements CITY OF FORT WORTH W. 7"' Street eridge Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July l, 2011 GC-4.02 Subsurface and Physical Conditions THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH W. 7`h Street Bridge Water and Sanitary Sewer Imp�ovements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July•1, 201 I GEOTECWNICAL ENGINEERING STUDY WATER AND SANITARY SEWER RELOCAT10�1S WEST 7TH STREET BRIDGE THE TRINITY RIVER VISION — CENTRAL CITY PROJECT, PHASE I FORT WORTH, TEXAS Presented To: Kimley-Horn and Associates, Inc. May 2011 PROJECT NO. 103-11-117 '� �,��.� ENGINEERING, INC. 7d3G Pebble Drive �.� �;; Fort Worth, Texas 76118 www.cmjengr.com May 23, 2011 Report No. 103-10-117 Kimley-Worn and Associates, Inc. 801 Cherry Street, Suite 950, Unit 11 Fort Worth, Texas 76102 Attn: Mr. Aarort K Rader, P.E. GEOTECHNICAL ENGINEERING STUDY WATER AND SANITARY SEWER RELOCATIONS WEST 7TH STREET BRIDGE THE TRINITY RIVER VISION — CENTRAL GITY PROJECT, PHASE I FORT WORTH, TEXAS Dear Mr, Rader; Submitted here are the results of a geotechnical engineering study for the referenced project, This study was performed in general accordance with CMJ Proposal 11-3432 dated January 28, 2011, The geotechnical services were authorized on March 24, 2011. Engineering analyses and recommendations are contained in the text section of the report. Results of our field and laboratory services are included in the appendix of the report. We would appreciate the opportunity to be considered for providing the materials engineering and geotechnical observation services during the construction phase of this project. We appreciate the opportunity to be of service to Kimley-Horn and Associates, Inc. Please contact us if you have any questions or if we may be of further service at this time. Respectfully submitted, CMJ ENGINfiERING, INC. TEXAS FIt2M 1tEGIS"TRA'I'IdN � F-9177 �� r r1 James P. Sappington IV, P,E. Project Engineer Texas o.97402 ,��r���� � �'��P'�� oF• T���9:� ! : � �t *;• � •' *1l •• •..���.��........�...... � JAM�S P. SAPPINGTQN, IV % .....�..���u.�..����u.� �...� �', g�aox � ��.: f +°�`F•��C�rv,sE� ����': ' , ����d �:r•�'���'�1 copies submitted: (3) Mr. Aaron K Rader, P.E.; Kimley-Horn and Associates, Inc. (by mail) (1) Mr. Aaron K Rader, P.E.; Kimley-Horn and Associates, Inc. (by e-mail) 1'hone (817) 284-9400 P:ix (817) 589-9993 Metro (817) 589-9992 TABl.E OF CONTENTS Paqe 1, 0 I N TRO D U CTI O N----------------------------------------------------------------------------------------------------1 1.1 Project Description ----------------------------------------------------------------------------------------------1 ' 1.2 Purpose and Scope---------------------------------------------------------------------------------------------1 1.3 Repo�t Format----------------------------------------------------------------------------------------------------1 2.0 FIELD EXPLpRATION AND LABORATORY TESTING ------------------------------------------------------2 2.1 Field Exploration--------------------------------------------------------------------------------------------------2 2.2 LaboratoryTesting----------------------------------------_______----------------------------------------------3 3. 0 S U B S U R FAC E G O N D I TI Q N S--------------------------------------------------------------------------------------- 3 3.1 Soil Conditions----------------------------------------------------------------------------------------------------3 3.2 Ground-Water Observations-----------------------------------------------------------------------------------4 4. 0 F O U N DATI O N R EC O M M E N DATI O N S--------------------------------------------------------------------------- 5 4.1 General Foundation Considerations------------------------------------------------------------------------5 42 Mat Foundations--------------------------------------------------------------------------------------------------5 4.3 Expansive Soil Movements -----------------------------------------------------------------------------------8 5.0 BELOW GRADE AREAS----------------------------------------------------------------------------------------------9 5.1 General -------------------------------------------------------------------------------------------------------------9 5.2 Lateral Earth Pressure ------------------------------------------------------------------------------------------9 5,3 Permanent Below-Grade Wall and Perimeter Drainage System -----------------------------------11 6.0 CONSTRUCTIONCONSIDERATIONS-------------------------------------------------------------------------12 7.0 ADDITIONAL DESIGN CONSIDERATIONS ------------------------------------------------------------------13 8.0 SEISMIC CONSIDERATIONS-------------------------------------------------------------------------------------13 9.0 EARTHWORK ---------------------------------------------------------------------------------------------------------14 9.1 Site Preparatio�-------------------------------------------------------------------------------------------------14 9.2 Placement and Compacfion ---------------------------------------------------------------------------------14 9.3 Trench Backfill --------------------------------------------------------------------------------------------------15 9.4 Excavation -------------------------------------------------------------------------------------------------------15 9.5 Acceptance of Imported Fill----------------------------------------------------------------------------------16 9.6 Soil Corrosion Potential---------------------------------------------------------------------------------------16 9.7 Erosion and Sediment Control ------------------------------------------------------------------------------17 , 9.8 Utilities ------------------------------------------------------------------------------------------------------------17 10.0 CONSTRUCTION OBSERVATIONS ----------------------------------------------------------------------------17 11. 0 R E P O RT C LO S U R E-------------------------------------------------------------------------------------------------18 APPENDIX A Plan of Borings -----------------------� Unified Soil Classification System- Key to Classification and Symbols Lags of Borings-----------------------. Free Swell Test Results ------------- Plate ---A.1 A.4 - A.7 -------A.8 1.0 INTRODUCTION 1.1 Project Description The project, as currently pianned, consists of relocating a sewer line and water line in association with the reconstruction of the W. 7th Street Bridge over the Clear Fork Trinity River in Fort Worth, ?exas, Vauit structures are also pianned; and will incorporate mats/slabs founded approximately 6 feet below existing ground. The project vicinity and boring locations are illustrated on Plate A.1, Plan of Borings. 1.2 Purpase and Scope , Tf�e purpose of this geotechnical er�gineering study has bee� to deterrriine the general subsurface condifiions, evaluate the engineering characteristics of the subsurFace materials encountered, and develop recommendations fbr the type or types of foundations suitable for fihe project. To accomplish its intended purposes, the study I�as been conducted in the following phases: (1) drilling two sample borings to determine the general subsurface conditio�s and to obtain samples for testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering properties of fihe subsurFace materials; and (3) performing engineering analyses, using the field and laboratory data to develop geotechnical recommendations for the proposed const�uction. 1.3 Report Format The text of the report is contained in Sections 1 through 11. All plates and large tables are contained in Appendix A. The alpha-numeric plate and table numbers identify the appendix in which they appear. Small tables of less than one page in lengfih may appear in the bbdy of the text and are numbered according to the section in which they occur. Units used in the report are based on the English system and may include tons per square foot (tsfl, kips (1 kip = 1,000 pourtds), kips per square foot (ks�, pounds per square foot (ps�, pounds per cubic foot (pc�, and pounds per square incfl (psi). Report No. 103-10-117 CMJ �NGINEERING, Irrc. 1 ' 2,0 FIELD EXPLORATION AND LABORATORY TESTING 2.1 Field Exploration Subsurface materials at the project site were expiored by four (4) vertical soil borings drilled to depths of 20 to 30 feet below existing grade. The borings were drilled using continuous flight augers at the approximate locations shown on the Plan of Borings, Plate A.1. The boring logs are included on Piates A.4 through A.7 and keys to classificatians and symbols used on the logs are provided on Plates A.2 and A.3. Undisturbed samples af cohesive soils were obtained with nominal 3-inch diameter thin-walled (Shelby) tube samplers at the locations shown on the log of boring. The Shelby tube samp(er consists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a ball valve threaded for rod connection. The tube is pushed into the soil by the hydraulic pulldown of the drilling rig. The soil specimens w�re extruded from the tube in the field, logged, tested for consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture. The consistency of cohesive soil samples was evaluated in the field using a calibrated hand penetrometer. In this test a 0.25-inch diameter piston is pushed into the relatively undisturbed sample at a constant rate to a depth of 0.25 inch. The results of these tests, in tsf, are tabulated at respective sample depths on the log. When the capacity of the penetrometer is exceeded, the value is tabulated as 4.5+. To evaluate the relative d�nsity and consistency of the harder formations, a modified version of the Texas Cone Penetration test was perforrned at selected locations. Texas Department of Transportation (Tx-Dot) Test Method Tex-132�E specifies driving a 3-inch diameter cone with a 170-pound hammer freely falling 24 inches. This results in 340 foot-pounds of energy for each blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials, the penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is tabulated at respective test depths, as blows per 6 inches on the log. In hard materials (rock or rock-like), the penetrometer cone is driven with the resulting penetrations, in inches, recorded for the first and second 50 blows, a total of 100 blows. The penetration for the total 100 blows is recorded at the respective testing depths on the boring logs. Report No. 103-10-117 CMJ ENGINHERING, INC. �a Ground-water observations during and after complefiion of the borings are shown on the upper right of the boring logs. Upon completion of the boririgs, the bore holes were backfilled with soii cuttings and plugged at the surface by hand tamping. 2.2 Laboratory Testing Laboratory soil tests were perFormed on selecfied representative sampies r�covered from the borings. In addition to the classification tests (liquid limits, plastic limits, and percent passing the No. 200 sieve), moisture content, unit weighfi, and unconfined compressive strength tests were pertormed. Results of the laboratory classification tests, moisture content, unit weight, and unconfined compressive strer�gth tests conducted for this project are included on the boring logs. Free swell testing was performed on selected sarrtples of the cohesive soils. The swell tests were used in determining the expansive soil response of the clay soils. The results of the swell test are provided on Plate A.8. The �bove labaratory tests were perFormed in general accordance witii applicable ASTM procedures, or generally accepted practice, 3.0 SUBSURFACE CONDITIONS 3.1 Soil Conditions Specific types and depths of subsurFace strafia encountered at the boring locatiotis are shown on the boring logs in Appendix A. The generalized subsurface stratigraphies encountered in the borings ar� discussed below. Nofie fihat depths on the borings refer to the de�th from the existing grade or ground surFace present at the time of the in�estigation, and the boundaries between the various soil types are approximate. Sewer Line Relocatio�`t (Trinity Park - W. of Clear Fork Trinitv River) Soils encountered in Borings B-1 and B-2 �onsist of various dark brown, brown, and reddish browr� sar�dy silty clays, silty clays and clays. Above 19 to 21 feet, the clayey soils are very stiff to hard (soil basis) in consistet�cy with pocket penetrometer readir�gs of 3.75 to over 4.5 tsf. Below this depth, the clayey soils are generally firm to stiff (soil basis), with pocket penetrometer readings of 1.25 to 2.25 tsf. Report No. 1d3-10-117 CM7 BNGINEERING, irtc. 3 The various soils had tested Liquid Limits (LL) of 36 to 57 with Plasticity Indices (PI) of 21 to 40, and are classified as CL and CH by the USCS. Tested dry unit weight values were 89 to 109 pcf and unconfined compressive strengths were 1,680 to 12,730 psf. The Atterberg Limits tests indicate the various clays encountered at this site are generally active to highly active with respect to moisture induced volume changes. Wafier Line Relocation (Fournier Street - E of Clear Fork Trinitv River) Concrete pavement is present at the surface in Borings B-3 and B-4, with thicknesses ranging from 7%2 to 8 inches. Brown and light reddish brown sandy clays and tan sands are present beneath the pavement in Boring B-4, noted as fill materials. The fill contains gravel. Natural soils encountered in Boring B-3 consist of brown and dark brown silty clay with limestone fragments. The clayey soils are very stiff to hard (soil basis) in consistency with pocket penetrometer readings of 3.25 and over 4.5 tsf. The various soils had tested Liquid Limits (LL) of 23 and 36 with Plasticity Indices (PI) of 11 and 18, and are classified as CL by the USCS. Tan limestone is present in Borings B-3 and B-4 at depths of 1 and 4 feet, respectively. The tan limestone is very hard (rock basis), with Texas Cone Penetration (THD) test values of 5/8 to 3/4 inch per 100 blows. Gray shale is next present in Borings 6-3 and B-4 at depths of 6 to 8 feet. The gray shale contains limestone seams/layers and is hard to very hard (rock basis), with Texas Cone Penetration (THD) values of 5/8 to 1 3/8 inch per 100 blows. 3.2 Ground-Water Observations The borings were drilled using continuous flight augers in order to observe ground-water seepage during drilling. Ground-water seepage was encountered in Borings B-1 and B-2 at 21 to 22 feet during drilling. Water levels of 18 to 20 feet were measured in Borings B-1 and B-2 at completion. Borings B-3 and B-4 were dry during drilling and at completion. While it is not possible to accurately predict the magnitude of subsurFace water fluctuation that might occur based upon these short-term observations, it should be recognized that ground-wafer conditions will vary with fluctuations in rainfall. Report No. 103-10-117 CMJ ENGINEERING, INC. 4 Fluctuations of the ground-water level can occur due to seasor�al variations in the amount of rainfali; site topography and runoff; hydraulic conductivity of soil strata; and otiier factors not evident at the time the boring was performed. 7he possibility of ground-water level fluctuations should be considered wfien developing the design and construction plans for the projeet. Water traveling through the soil (subsurface water) is often unpredictable. This could be due to seasonal changes in ground water and due to the unpredictable nature of ground-water paths. Therefore, it is necessary during construction for the contractor to be observant for ground-water seepage in excavations ir� order to assess the situation and take appropriate action. 4.0 FOUNDATION RECOMMENDATIONS 4,1 General Faundation Considerations Two irtdependent design criteria must be satisfied in the selection of the type of foundation to support the proposed structures. First, the ultimate bearirtg capacity, reduced by a sufficient factor af safety, must not be exceeded by the bearing pressure transferred to tt�e fouridatiort soils. Secorld, due to consolidation or expansion of the underlying soils during the operating life of the sfiructure, total and differential vertical movements must be withirl tolerable limits. 4.2 Mat Faundations 4.2.1 Vault Structure Foundation Desian Criteria A reir�forced concrete mat/slab fourtdation may be used to support structural loads for the vault structures. The meter vault foundation may be founded at approximately 6 feet below existirig gr�de using the foilowir�g mat/siab foundation allowable bearing pressures: Allowabie Potential Moisture Boring No. Bearing Material Bearing Pressure It1duced (psf) Movement (ir1.) B-1, B-2 Hard, dark brown Sandy Siity Clay 2,500 3 B-3, B-4 Tan Limestone or gray Shale w/ $ D�d Negligible limestone seams Four�dations �roportiotled for these values and founded at or below 6 feet below existin� grade are estimated to experience total potential moisture induced movemerits as tabulated above and Report No. 103-10-117 CMJ ENGINEERING, Itvc. 5 differential movements of approximately three-quarters of the total value. If so desired, methods to reduce moisture induced movement are presented in Section 4.2.2 in the area of Borings B-1 and B-2. The mat design should incorporate the potential for hydrostatic uplift effects of a shailow water table if water is ailowed to trap behind vauit walls or under the mat as perched water. Depending on the time of year and the general weather conditions,. the excavation and placement of the mat/slab foundation may be in a wet soil condition. If the construction occurs in a wet condition, issues of dewatering of excavations, strength/stability of side slopes, and disfiurbance of bearing materials become important, particularly in the area of Borings B-1 and B-2. In addition, any water table encountered should be lowered to a depfih of 2 feet below the proposed excavation. Due to the great variability of moisture condition, the presence of excess moisture in soils cannot be predicted. Mat foundations proportioned for this value should experience a fiatal settlement of 3/ inch or less, and a differential settlement of �/Z inch or less, after construction. 4.2.2 Below Grade Floor Slabs (,Borinqs B-1 and 8-2) Based on a 6 foot deep excavation depth and the conditions encountered in Borings B-1 and B-2, excavations for the below grade level will be situated in moderately active to highly active sandy silty clays and silty clays (Borings B-1 and B-2) or within hard to very hard tan limestone (Borings B-3 and B-4). Slabs placed at the 6-foot level in Borings B-3 and B-4 will be subject to negligible potential moisture induced movements. Slabs placed at this same depth in Borings B-1 and B-2 will be subject to potential moisture induced movements on the order of 3 inches. Subgrade preparation measures, as recommended below for Borings B-1 and B-2 locations, should reduce potential movements to on the order of one inch. In general, the procedure of inechanically reworking the clays with 1 foot of select fill is perFormed as follows: 1. Remove all existing pavements, surf'ace vegetation, trees and associated root mats, organic topsoil and any other deleterious material. 2. Excavate to a minimum of 7.5 feet below final pad grade. Scarify the exposed subgrade at the base of the excavation to a depth of 8 inches, adjust the moisture, and compact at a minimum Report No. 103-10-117 CMJ ENGIIVEERING, Itvc. 6 of 2 percentage points above optimum moisture to between 93 and 98 percent Standard Proctor density (ASTM D 698). Over-compaction should not be allowed. 3. Fill pad to 1 foot below finai pad grade (anticipated at 6 feet below existing grade) using site ex�avated or similar clay soils. Compact in maximum 9-inch loose lifts at a minimum of 2 percentage points above optimum moisture to between 93 and 98 percent Star�dard Proctor density (ASTM D 698). Over-compaction should not be allowed. 4. Complete pad fill using a minimum of 1 foot of sandy clay/ciayey sand non-expansive select fiil with a Liquid Limit less than 35 and a Plasticity Index (PI) between 5 and 16. The select fill shouid be compacted in maximum 9-inch loose lifts at minus 2 to plus 3 percentage points of the soil's optimum moisture content at a minimum of 95 percent of Standard Proctor density (ASTM D 698). The select fill should be placed within 48 hours of completing the installation of the moisture conditioned soils. The oniy method ofi preventing hydrostatic pressures and wet spots on the below grade floor slabs is to provide a subfloor drainage system. The drains should be sifivated a minimum of 8 inches lower than the slab. This can be accomplished by placing the drains near the bottom of a uniform bed of gravel or by placing the drain lines in firenches connected by a gravel bed at least 6 inches thick. Filter fabric should be used to separate the drainage material from the natural soils. If this option is utilized in conjunction with the mechanically reworking process discussed above, the select fill thickness may be reduced to 6 incl�es. This system may be tied into the wali drainage system, as discussed in Section 5.3. 4.2.3 Spread/Mat Foundation Construction Foundation construction should be monitored by a representative of the geotechnicai engineer to observe, among other things, the following items: • Identification of bearing material • Adequate penetrafiion of the foundatior� excavation itlto the bearing layer • The base and sides of the excavation are clean of loose cuttings • If seepage is encountered, whether it is of sufficient amount to require the use af excavation dewatering methods Precautions should be taken during the placement of reinforcing steel and concrete to prevent loose, excavated soil from falling into the excavation. Concrete should be piaced as soon as practical after completion of the excavating, cleaning, reinforcing steei placeilierlt and observation. �xcavation for a spread foundation should be filled with concrete before the end of the warkday, or sooner if required, to prevent deterioration of the bearing materiai. Prolonged expbsure or Report No. 103-10-117 CMJ ENGItVEERItVG, INC. 7 inundation of the bearing surFace with water will resuit in changes in strength and compressibility characteristics. (f delays occur, the excavation should be deepened as necessary and cleaned, in order to provide a fresh bearing surface. If more than 24 hours of exposure of the bearing surface is anticipated in the excavation, a mud slab should be used to protect the bearing surfaces. If a mud slab is used, the foundation excavations should initially be over-excavated by approximately 4 inches and a lean concrete mud slab of approximately 4 inches in thickness should be placed in the bottom of= the excavations immediately following exposure of the bearing �Urtace by excavation. The mud slab will protect the bearing surface, maintain more uniform moisture in the subgrade, facilitate dewatering of excavations if required, and provide a working surface for placement of formwork and reinforcing steel, The concrete should be placed in a manner that will prevent the concrete from striking the reinforcing steel or the sides of the excavation in a manner that would cause segregation of the concrete. 4.3 Expansive Soil Movements The expansive soils encountered at this site can shrink and swell as the soil moisture content fluctuates during seasonat wefi and dry cycles. Additionally, the site environment is impacted by grading and drainage, landscaping, ground-water conditions, paving and many other factors which affect the structure during and after construction. Therefare, the amount of soil movement is difficult to determine due to the many unpredictable variables involved. The following estimates are based on conditions, as if all recommendations are followed. Estimates of soil movements for this site have been performed using data from the Texas Department of Transportation (TxDOT) procedure TEX-124-E for estimating Potential Vertical Rise (PVR), swell testing, and engineering judgment and experience. Vertical soil movements ranging from approximately '/2 inch (Borings B-3 and B-4) to 4'/z inches (Boring B-1) have been estimated for the clay soils in a dry condition for elements placed near existing graund surFace elevation. The estimated soil movements are based on the subsurface conditions revealed by the borings and on seasonal moisture fluctuations. Soil movements, significantly larger than estimated, could occur due to in adequate site grading, poor drainage, ponding of rainfall, and/or leaking pipelines. ; Report No. 103-10-117 CMJ ENGINEERING, INC. 8 5.0 BELOW GRADE AREAS 5.1 General The overburden soils can be excavated by conventionai methods including the use of large backhoes, buildozers, track or wheel loaders. In Borings B-3 and B-4, the proposed vaults will be situated within natural, intact, and massive tan limestone. These "rock" materials will require heavy duty specialized equipment for excavafiion. !n addition, overexcavation should be anticipated within the limestones. Overexcavation may result from large blocks or chunks breaking along either weathered or clay searns beyond the planned excavation. Temporary construction slopes of one horizontal to one vertical (1H:1V) for the overburde� soils are recommended. 5.2 Lateral Earth Pressure 5.2.1 General The below-grade walls must be designed for lateral pressures including, but not necessarily limited to, earth, water, surcharge, swetling, and vibration. In addition, the lafieral pressures will be influenced by whether the backfill is drained or undrained, and above or below the ground-wat�r table. 5.2.2 Epuivalent Fluid Pressures Lateral earth pressures on the below-grade walls will depend on a variety of factors, irtcluding the type of soils behind the wall, the condition of the soils, and the drainage conditions behind the wall. Recorrmended lateral earth pressures expressed as equivalent fluid pressures, per foot of wall height, are presented in Table 5.2.2-1 for a wall with a level backfill behind the top of the wall. The equivalent fluid pressure for ar� undrained condition should be used if a drainage systert� is not present to ret'nove water trapped in the backfill and behind the wall. A ground-water level at the finished grade elevation should be used for design of the below grade �tructures. Pressures are provided for at-rest earth pressure conditions. In order to allow for an active condition the top of the wall(s) must deflect on the order ofi 0.4 percent, For the select fill or free draining granular backfill, these values assurr�e th�t a"full" wedge of tY�e r�aterial is present behind the wall. The wedge is defined where the wall backfill limits extend Report No. 103-10-117 CMJ BNGINEERING, INC. 9 outward at least 2 feefi from the base of the wall and then upward on a 1 H:2V slope. For narrower backfiil widths of granular or select fill soils, the equivalent fluid pressures for the on-site soils should be used. TABL.E 5.2.2-1 - Lateral Earth Pressures At-Rest Equivalent Fluid Pressure Backfill Material (pcf) ' Drained Undrained Excavated on-site clay or clay fill 100 110 material Select fiil or on-site soils meeting 65 90 material specifications Free draining granular backfill 50 90 material 5.2.3 Additional Lateral Pressures The location and magnitude of permanent surcharge loads (if presen#) shouid be determined, and the additional pressure generated by these loads such as the weight of construction equipment and vehicular loads that are used at the time the structures are being built must also be considered in the design. The effect of this or any other surcharge loading may be accounted for by adding an additional uniform load to the full depth of the side walls equivalent to one-half of the expected vertical surcharge intensity for select backfill materials, or equal to the full vertical surcharge - intensity for clay backfill. The equivalent fluid pressures, given here, do not include a safety factor. Analysis of surcharge loads (if any) should be performed on a case-by-case basis. This is not included in the scope of this study. These services can be provided as additional services upon request. 5.2.4 Wall Backfil! Material Repuirements Excavated On-Site Clav: For wall backfill areas with site-excavated materials or similar imported materials, all oversized fragments larger than four inches in maximum dimension should be removed from the backfill materials prior to placement. The backfill should be free of all organic and deleterious materials, and should be placed in maximurn 8-inch compacted lifts at a minimum of 95 percent of Standard Proctor density (ASTM D 698) within a moisture range of plus fio minus 2 percentage points of optimum moisture. Compaction within five feet of the walls should be Report No. 103-10-117 CMJ ENGINEERING, Irrc. 10 accomplished using hand compaction equipment, and should be between 90 and 95 percent of the Standard Proctor density. Select �'ili: Ali wall select backfill shouid cor�sist of clayey sand and/or sandy clay material with a plasticity index of 16 or less, with a liquid limit not exceeding 35. The select filt should be placed in maximurrt 8-inch Iifts and campacted to betweerl 95 and 10b percent of Star�dard Proctor density (ASl`M D 698) within a moistur�� range of plus to minus 3 percentage points of the optimum moisture. Compaction within five feet of the walls should be accorriplished using hand compaction equipment and should be compacted between 90 and 95 percent of the Standard Procto� density, Free DrainincLGranular Backfill: Afl free drainirlg granular wall backfill material should be a crushed stone, sand/gravel mixture, or sand/crushed stane mi�ure. Tf�e material should have less than 3 percent passing the No. 200 sieve and less fihan 30 percent passing the No. 40 sieve. The minus No. 40 sieve material should be r�on-plastic. Granular wall backfill should not be wafier jetted during installafiion. 5.2.5 Buoyancv Effects Buoyant effects must be considered. Unless a permanent drainage sysfiem is provided, the below- grade structures should be designed to withstand full hydrostatic pressure below fihe ground-water table. We recommend a water table at the surface be assumed for these calculations. For buoyancy calculations, the unit weight of submerged soils can be assumed as 65 pcf. 5.3 Permanent Below-Grade Wall and Perimeter Drainage System If drained conditions are desired in conjunction with a select fill material or site clays, fill placed withir� 12 inches of the wall should consist of free-draining clean sand, gravel, or crushed limestone. Fill placed outside the select fill wedge or free draining granular backfill wedge and within one foot of the ground surface may consisfi of on-site clays placed in accordance with applicable ccimpaction specifications. A perimeter drain must be provided in conjunction with a drained condition. The bottom of the drain should be situated a minimum of 8 inches lower than the adjacent below grade base slab. The perimefier drain should be pzrforated or slotted with a minimum pipe diameter of 8 inches and be wrapped in filter fabric for protection against infiltratiorl. Report tVo. 103-10-117 CMJ ENGINGGRING, TNC. 11 Alternatively, in lieu of the 12 inch layer of free draining granular material adjacent to the wall, wall drainage may be accomplished by the use of a geocomposite wall drain material attached to the back of the walls. Perforated drains placed at the base of the geocomposite should be protected by a minimum of 12 inches of free draining granular material. 6A CONSTRUCTION CONSIDERATIONS If sufficient space is available (in relation to adjacent structures) to provide a stable slope, an open cut can be used. Refer to current OSHA 29 CFR Standards for recommended parameters for use in the design of braced or sloped excavations. If sufficient clearance is not available, then a braced excavation will most likely be required, particularly where limestones are not present. The appropriate bracing system or shield should be selected by the contractor, and should be configured to withstand the expected Iateral earth pressures, and hydrostatic pressures ifi ground water is present, Shoring should be used for excavation to support open cuts located where existing utilities are within a zone extending from the base of the excavation upward at a 1 H:1V slope. Surcharge loads, such as those resulfiing from excavation spoils and/or equipment, should be placed no closer than two feet from the crest of the slope, in accordance with OSHA regulations. All vehicle trafFic should be prohibited from at least five feet of the crest of the excavation. Excavations should take into account any utilities to avoid undermining these featu�es. The following guidelines are presented to aid in the development of the excavation plans: 1. Surface areas behind the crest of the excavations should be graded so that surface water does not pond within 15 feet of the crest, nor drain into the excavation. 2. Heavy material stockpiles should not be placed near the crest af slopes. Similarly, heavy construction equipment should not pass over or be parked within 10 feet of the crest. 3. The crest of slapes should be continually monitored for evidence of movement or potential problems. Freestanding slopes will become less stable than influenced by ground water or saturation by rain. Report No. 103-10-117 CMJ ENGTNEERING, INC. 12 7.0 ADDITIONAL DESIGN CONSIDERATIONS The foliowing information f�as been assirriilated after examination of numerous projects constructed in active soiis throughout the area. It is presented here for your cohvenience. If these features are incorpora#ed in the overall design of tYle project, the performarice of the structure should be improved. • It is re�ommended that any step-down, below grade walls, etc. be provided with suitable. dewatering devices to reduce accumulated water. • Specia( consideration should be given to completion items outside the building area, such as stairs, sidewalks, signs, etc. They should be adequately designed to sustain the potential vertical movetY`ients met�tioned in the report. • Roof drai�lage should be collected by a system of gutters and downspouts and transmitted away from the structure where the water can d�ain away without entering the building subgrade. • Sidewalks should not be structurally connected to the building pad. They should be sloped away from the building so ttlat water will drain away from the structure.. • Every atkempt should be made to limit the e�reme wetting or drying of the subsurface soils sir�ce swelling and shrinkage will result. Sfiandard construction practices of providing good surFace water drainage should be used. A positive slope of the grour�d away from the foundation should be provided to carry off the run-off water both during a�d after construction. • Backfill for utility lines or along the perimeter beams should consist of on-site material so that they will be stable. If the backfill is too dense or too dry, sw�lling may form a mound along the ditch line. If the backfill is too loose or too wet, settlement may form a sink alo�g the ditch line. Either case is undesirable since several inches of movement is possible and floor cracks are likely to result. The soils should be processed using tY�e previously discussed compaction criteria. • It is recommended that perimeter vegetation be placed 5+ feet away frofn the building. Any excavations for vegetation also should have their base sloped down and away from the building. • Irrigation systems should not be placed adjacent to the building or a perimeter sidewalk. Main piping should be outside these areas and should spray toward vegetation fidward the buildir�g. • The floor slab placed at or below existing grades should be provided with a moisture barrier in order to prevent wet spots. 8.0 SEISMIC CONSIDERATIONS Based on the conditions encountered in the boring for the above refierenced project fihe tBC-2006 site classification is i'YPE D for seismic evaluation. Report (Vo. 103-10-117 CMJ ENGINEERING, INC. 13 • � .- �- 9.1 Site Preparation The subgrade should be firm and able to support the construction equipment without displacement. ' Soft or yielding subgrade should be corrected and made stable before construction proceeds. The subgrade should be proof rolled to detect soft spots, which if exist, should be excavated to provide a firm and otherwise suitable subgrade. Proof `olling should be performed using a heavy :i pneumatic tired roller, loaded dump truck, or similar piece of equipment. The proof rolling operations should be observed by the project geqtechnical engineer or his/her representative. 9.2 Placement and Compaction Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness. The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones requiring hand-operated power compactors or small self-propelled compactors. The fill material should be uniform with respecfi ta material type and moisture content. Clods and chunks of material should be broken down and the fill material mixed by disking, blading, or plowing, as necessary, so that a material of unifiorm moisture and density is obtained for each liffi. Water required for sprinkling to bring the fill material to the proper moisture content should be applied evenly through each layer. The on-site soils are suitable for use in general site grading. Imported fill material under the structures should be flexible base or graded stone and no rock greater than 4 inches in maximum dimension. The fill materials should be free of vegetation and debris. Flexible base or soil fill material should be compacted to a minimum density of 95 percent of maximum dry density as determined by ASTM D 698, Standard Proctor. Graded stone should be compacted to a minimum of 70 percent relative density per ASTM D 4253 and D 4254. In conjunction with the compacting operation, the fill material should be brought to the proper moisture content. The moisture content for general earth fill should range from 2 percentage poinfs below optimum to 5 percentage points above optimum (-2 to +5). These ranges of moisture contents are given as maximum recommended ranges. For some soils and under some conditions, the contractor may have to maintain a more narrow range of moisture content (within the recommended range) in order to consistently achieve the recommended density. Report No. 103-10-117 CMJ ErvcitvEERirrc, Irrc. 14 Field density tests should be taken as each lift of fill material is placed. As a guide, one field density test per lift for each 5,000 square feet of compacted area is recommended, For small areas - or critical areas the frequency of testing may need to be increased to one test per 2,500 square feet, A minir�'ium of 2 tests per lift should be required. The earthwork operations should be observed and tested on a continuir�g basis by an experien�ed geotechnician working in conjunction with the project geotechnical engineer. Each lift should be compacted, tested, and approved before another lift is added. "fhe purpose of tfie field densify tests is to provide some indication that ur�iform and adequate compaction is being obtained. 7he acfival quality of the fifl, as compacted, should be the responsibility of the contractor and satisfactory results from the tests should not be considered as a guara�►tee of the quality of the contra�tor's filling operations. 9.3 Trench Backfill Trench backfill for pipelines or other utilities should be properly placed and compacted. Overly dense or dry backfill can swell and create a rriound along the completed trench line. Loose or wet backfill can settle and form a depression along the completed trench line. Distress to overlying structures, pavements, etc, is likely if heaving or settlement occurs. On-site soil fill material is recommended for trench backfill. Care should be taken not to use free draining granular material, to prevent the backfilled trench from becoming a french drain and piping surFace or subsurface water beneath structures, pipelines, or pavements. If a higher class bedding material is required for the pipelines, a lean concrete bedding will limit water intrusion into the trench and will not require compactior� after placement. The soif backfill should be placed in approximately 4- to 6- inch loose lifts. The density and moisture content should be as recbmmended for fill in Section 9.2, Placement and Compaction, of this report. A minimum of one field density test should be takeh per lift for each 150 linear feet of trench, with a minimum of 2 tests per lift. 9.4 Excavation The side slopes of excavations through the overburden soils should be made in such a manner to provide for their stability during construction. Existing strucfures, pipelines or other facilities, whici� are constructed prior ta or during the currently proposed construction and whicH require excavation, should be protected from loss of and bearing or lateral support. Repott No, 103-10-117 CMJ ENGINEERING, Irrc. 15 Temporary construction slopes and/or permanent embankment slopes should be protected from ; surface runoff water. Site grading should be designed to allow drainage at planned areas where ' erosion protection is provided, instead of allowing surface water to flow down unprotected slopes. Permanent slopes at the site should be as flat as practical to reduce creep and occurrence of shallow slides. The following slope angies are recommended as maximums. The presented angles refer to the total height of a slop�. Site improvement shouid be maintained away from the top of the siope to reduce the possibility of damage due to creep or shallow slides. Height (ft.} Horizontal to Vertical 0-3 1:1 3-6 2:1 6-9 3:1 > 9 4:1 9.5 Acceptance of Imported Fill Any soil imported from off-site sources should be tested for compliance with the recommendations for the pa�ticular application and approved by the project geotechnical engineer prior to the materials being used. The owner should also require the contractor to obtain a written, notarized certifiication from the landowner of each proposed off-site soil borrow source stating that to the best of the landowner's knowledge and belief there has never been contamination of the borrow source site with hazardous or toxic materials. The certification should be furnished to the owner prior to proceeding to furnish soils to the site. Soil materials derived from the excavation of underground petroleum storage tanks should not be used as fill on this project. 9.6 Soil Corrosion Potential Specific testing for soil corrosion potential was not included in the scope of this study. However, based upon past experience on other projects in the vicinity, the soils at this site may be corrosive. Standard construction practices for protecting metal pipe and similar facilities in contact with these soils should be used. Report No. 103-10-117 CMJ ENGINEERING, TNC. 16 9.7 Erosion and Sediment Control Ail disturbed areas should be protected from erosion and sedimentation during construction, and ali permar�ent slopes and other areas subject to erosion or sedimentatio� should be provided with permanent erosion and sediment control facilities. Ail applicabie ordinances and codes regarding erosion and sediment control shouid be followed. 9.8 Utilities Care should be taken that utility cuts are not left open for extended periods, and thafi the cuts are properly backfilled. Backfilling should be accomplished with properly compacted on-site soils, rather than granular materials. A positive cut-off at the building line is recommended to help prevent water from migrating in the utility trench backfill, Trench excavations should be sloped or braced in the interest of safety. Attenkion is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations greater than 5 feet in depth. 10.0 CONSTRUCTION OBSERVATIONS In any geoteehnical investigafiion, the design recommendatiorts are based on a limited amount of informatior� about the subsurFace conditions. In the analysis, the geotechnical engineer must assume the subsurFace conditior�s are similar to the conditions encountered in the borings. However, quite often during construction anomalies in the subsurFace conditions are revealed. Tl�er�fore, it is recommended that CMJ Engi�leering, Inc. be retained to observe earthwork and foundation installation and perForm materials evaluation during the construction phase of the projecfi. This enables the geotechnical engineer to stay abreast of the project ar�d to be readily available �o evaluate unanticipated conditions, to conduct addifiional tests if required and, wflen r�ecessary, to recommend alternative solutions to unanticipated conditions. Until these construction phase services are performed by the project geotechnical engineer, the recommendations contained in this report on such items as final foundation bearing elevations, proper soil moisture condition, and other such subsurface related recammendations should be considered as preliminary. f�e�ort No. 103-10-117 CMJ ENGINHERING, Irrc. 17 ' It is proposed that construction phase observation and materials testing commence by the project geotechnical engineer at the outset of the project. Experience has shown that the most suitabie method for procuring these services is for fhe owner or the owner's design engineers to contract directly with the project geotechnical engineer. This results in a clear, direct line of communication between the owner and the owner's design engineers and the geotechnical engineer. 11.4 REPORT CLOSURE The boring logs shown in this report contain information related to the types of soil encountered at speeific locations and times and show lines delineating the interface between these materials. The logs also contain our field representative's interpretation of conditions that are believed to exist in those depth intervals between the actual samples taken. Therefore, thes� boring logs contain both factual and interpretive information. Laboratory soil classification tests were also perFormed on samples from selected depths in the borings. The results of these tests; along with visual-manual procedures were used to generally classify each stratum. Therefore, it should be understood that the classification data on the log of boring represent visual esfiimates of classifications for those portions of each stratum on which the full range of laboratory soil classification tests were not perFormed. It i's not implied that these logs are representative of subsurface conditions at other locations and times. With regard to ground-water conditions, this repart presents data on ground-water levels as they were observed during the course of the field work. In particular, water level readings have been made in the borings at the times and under conditions stated in the text af the repork and on the boring logs. It should be noted that fluctuations in the level of the ground-water table can occur with passage of time due to variations in rainfall, temperature and other factors. Also, this report does not include quantitative information on rates of f'ow of ground water into excavations, on pumping capacities necessary to dewater the excavations, or on methods of dewatering excavations. Unanticipated soil conditions at a construction site are commonly encountered and cannot be fully predicted by mere soil samples, test borings or test pits, Such unexpected conditions frequently require that additional expenditures be made by the owner to attain a properly designed and constructed project. Therefore, provision for some contingency fund is recommended to accommodate such potential extra cost. Report No. 103-10-117 CMJ ENGINEERING, INC. 18 Tf1e analyses, conclusior�s and recommendations contained in #his report are based on site conditions as they existed at the time of our field investigation and further on the assumption that the exploratory borings are representative of the subsurFace conditions throughout the site; that is, the subsurface conditions everywhere are not significantly different from those disclosed by the borings at the time they were completed. If, during construction, different subsurFace conditions from those encountered in our borings are observed, or appear to be present in excavations, we must be advised promptly so that we can review �I-rese conditions and reconsider our recommendations where necessary. If there is a substantial lapse of time between submission of this report and the start of the work at the site, if conditions have changed due either to natural causes or to construction operations at or adjacent to the site, or if structure locations, structural loads or finish grades are changed, we urge that we be promptly informed and retained to review aur report fio determine #he applicability of the conclusions and recommendations, considering the changed conditions and/or time lapse. Further, it is urged that CMJ Engineering, Inc. be retained to review those portions of the plans and specifications for this particular project that pertain to earthwork and foundations as a means to determine whether the plans and specifications are consistent with the recommendations contained in this report. In addifiion, we are available to observe construction, particularly the compaction of structural fill, or backfill and the construction of foundations as recomn`�ended in the report, and such other field observatians as might be necessary. The scope of our services did not include any environmental assessment or investigation for the presence or absence of wetlands or hazardous or toxic materials in the soil, surface water, ground water or air, on or below or around the site. This report has been prepared for use in developing an overall design concept. Paragraphs, statements; fiest results, boring logs, diagrams, etc, should not be taken out of context, nor utilized without a knowledge and awareness of their intent within the overall concept of this report. Tfie reproduction of this report, or any part thereof, supplied to persons other than the owner, shoWld indicate that this study was made for design purposes only and that verification of' the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc. are responsibilities of the contractor. Report No. 103-10-117 CMJ ENGINEERING, Trrc. 19 ' This report has been prepared for the exclusive use of the Kimley-Horn and Associates, Inc. for specific application to design of this project. The only warranty made by us in connection with the services provided is that we have used that degree of care and skill ordinarily exercised under simifar conditions by reputable members of our profession practicing in the same or similar locality. No other warranfy, expressed or implied, is made or intended. These recommendations should be reviewed once a grading plan is finalized. * * * � Report No. 103-10-117 CMJ ENGINEERING, INC. 2Q ---_...�- z �- � M � =, � a R p .... A f-- W t�— � ti � � � � � � � � _ �an/� ���u!-�l ` -` -` � �--..` M `' � �. ' — "'-�.. M � " �`' M ""�"' �N �` A1 .,.�-_. CV m —___._ as ._ s;; _._.... �<; �" s: .•t, ..."` c,s ._. � � ss , �.�..�� � I � �� ce ��a I 3 I � I I � 1 M --- M -�.��iva z W W -a v � _ C J � � J ` � O O � � O � �C � °'. o '� o a, � n, —1 � � � Ql N J v J rn �x� � o ��- o� 0 �� a 3 v� 04 in 3 pQ 3 m Qm W 4 W(n �V1 I I 1 I � ( � � 3 I � 1 -�- � � � ( ' - , � I I � i � N� �� W � / \ � � r � a� � ` ,. -` � y '��°� aQa�� � � .� '� I \ r ~ � � J � � �.y \ � � �� � �� � � �5,�� �\\ \ l `� \ \ � ,� �. .I `` � � m `�� M r \� � � �d I \ ��.�\ �� M � \ � , s,, � � � .� � � � li � ,. � •�s i i � � y, 1 � ���/d, � � ;' � ; i v � 0 N m 0 � o " o a 0 a e 0 U � � � w � � � ^ � o � z � U 7 � Cl. v r^ Z v J O � h a � v, o � q C� �m� O ~ � � � � o ��� 0 E.�„ 1-, � Q � O Q w � �'- � � PLAT� A.1 ��i bd . � 5���� Major Divisions Sym; Typical Names Laboratory Classification Criteria �N�, Well-graded gravels, gravel- � D D 2 � _ � � so � 30� c� �=c GW Sat1Ci 1111XfUl`e5, little or no :� C�= ----- greater than 4: C� ------------- between 1 and 3 � �u p fines v°> �t0 ��o X �so c m � b v�n � a� �- o � � N �� Poorly graded gravels, gravei 'o �� E d `�-`� � U J GP sand mixtures, little or no � � c� �, Not meeting all gradation requirements for GW � � ro ,� fines � � c> > � � o � � � � � � o� o Z � o Siity gravels, gravel-sand-silt � � c9, � Liquid and Plastic limits Li wd and lastic limits N ; � �, � GM �n •� below "A" line or P.I, a p o � L ��� mi�ures Z; ;� greater than 4 p�otting in hatched zone z @*- ��� ��N ;� between 4 and 7 are .�' ,� w w'� o N� �� Li uid and Piastic limits borderline cases o�- � �� Clayey gravels, gravel-sand- '� N � � a „„ requiring use of dual �n � o � a GC c o � a� above A line with P.1. -� �, � � a clay mixtures •� z : c symbols �� Q � c •` g r e a t e r t h a n 7 ro a� �� tn E w ta ' �- O � ; ; O � _ , � •;� °' �, � Well-graded sands, gravelly '� — � � m p 2 - CQ . . �60 � 90� �.� � � � SW � E ;?; C� ----- greater than 6: C� ------- -- between 1 and 3 co E � 4= sands, little or no fines > '�"' " U� v� v�i c m o ��o ��o x �so � '� � � b ' i : � � N a� Poorly graded sands; m w '� � ° ��� v J SP gravelly sands, little or no �� �° ; Not meeting all gradation requirements for SW .� �, � � " fines v ,� � � �; C 'L7 `'t� O O Q N C .c ro�0 �t o � N l() r' U o� o Z �� �.� L= a Liquid and Plastic limits � � ro�� SM Silty sands, sand-silt mixtures � ����� below A Ime or P.I. less Liquid and plastic limits .� �� ro�, L a°�`o o than 4 plotting between 4 and 7 � �3 � � a o ° —� � �a are borderline cases � �'� � .� �' � Liquid and Plastic limits requiring use of dual o `° �' SC Clayey sands, sand-clay � �,� above "A" line with P.I. symbols � � a mixtures a� � '� Q �� ro greater than 7 L� � U Inorganic silts and very fine sands, rock flour, silty or �o ML clayey fine sands, or clayey �, � silts with slight plasticity �s � � i Inorganic clays of low to so � � � CL medium plasticity, gravelly a `�,° � clays, sandy clays, silty clays, 5 N "= =- and lean clays o � � z o, CH L v OL Organic silts and organic silty 4 �, »� clays of low plasticity � 'o � b N ro � 'D � 30 ��n Inorganic silts, micaceous or :� �� •�' � MH diatomaceous fine sandy or ro �, •:° � silty soils, elastic silts �' ��. �N a d MH c � � � 20 ii � co � � U �-' CL o �� �H Inorganic ciays of high i �0 �' plasticity, fat clays � s � �� L �,D 4 �` �' ML a d OL � o- Organic clays of inedium to 0 � � OH high plasticity, organic silts o �0 2o so 40 5o so �o ao so �oo Liquid Limit m`° 'o Pt Peat and other highly organic Piasticity Chart z o � soiis UNIFIED SOIL CLASSIFICATION SYST�M PLATE A.2 SOIL OR ROCK TYPES m. � � m GRAVEL I.EAN CLAY LIMESTONE o. m . • ; �, SAND � • . SANDY _._.. SHALE . � .� . . — . SILT SILTY � _. SANDSTONE HIGHLY CLAYEY • CONGLOMERATE Shelby Auger Split Rock Cone No PLASTIC CLAY Tube Spoon Core Pen Recovery TERMS DESCRlBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL FItl2 GI'allled SOIIS (More than 50% Passing No, 200 Sfeve) Descriptive Item Penetrometer Reading, (tsfj Soft 0.0 to 1.0 Firm 1.0 to 1.5 Stiff 1.5 to 3.0 Very Stiff 3.0 to 4.5 Hard 4.5+ COc'�1'S2 G) c'lICiC.'d SOIIS (More than 50% Retained on No. 200 Sieve) Penetration Resistance Descriptive Item Relative Density (blows/foot) 0 to 4 Very Loose 0 to 20% 4 to 10 Loose 20 to 40% 10 to 30 Medium Dense 40 to 70% 30 to 50 Dense 70 to 90% Over 50 Very Dense 90 to 100% Soil Structure Calcareous Contains appreciable deposits of calcium carbonate; generally nodular Siickensided Having inclined planes of weakness that are slick and glossy in appearance Laminated Composed of thin layers of varying color or texture Fissured Containing cracks, sometimes filled with fine sand or silt Interbedded Composed of alternate layers of different soil types, usually in approximately equal proportions I I TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK � Hardness and Degree of Cementation Very Soft or Plastic Can be remolded in hand; corresponds in consistency up to very stiff in soils Soft Can be scratched with fingernail Moderately Hard Can be scratched easily with knife; cannot be scratched with fingernail Hard Difficult to scratch with knife Very Hard Cannot be scratched with knife Poorly Cemented or Friable Easily crumbled Cei'nented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite, and iron oxide are common cementing materiais, Degree of Weafihering Uhweathered Roc{c in its natural state before being exposed to atmospheric agents Slightly Weathered Noted predominantly by color change with no disintegrated zones Weathered Complete color change with zones of siightly decomposed rock Extrei�nely Weathered Complete color change with consistency, texture, and general appe�rance approaching soil KEY TO CLASSIF�C",�►TION �RND SYMBQLS PLQTE s�.3 CM GNGINEERING INC. Project No. Boring No. Project Water and Sanitary Sewer Relocaiions 103-11-117 B-� W. 7th Street Bridge - Fort Worth, Texas Location Water Observations See Plate A.1 Seepage at 21' during drilling, water at 18' at completion Completion Completion Depth 30.0' Date ,�„28_11 Surface Elevation Type , B-53, w/ CFA �- � a g . � fl. ` rn N c �- E � p C o o�..� -p o A � � Stratum Description � o � � �,o 0 0 � � � �, a � � N U � 3�u- N> �•- in� in uxi N c � N c n� c w Ci o� �? m.a� a� E m E m-o 'o o'c � c o 0 rx c� mn.�-- n.cn JJ a� a��v =.., �c�n. SANDY SILTY CLAY, dark brown, hard 4.5+ 15 4.5+ 13 4.5+ 18 4.5+ 11 4.5+ 13 99 12730 5 4.5+ 41 17 24 12 89 � 4.5+ 12 SILTY CLAY I CLAY, reddish brown and brown, very stiff to hard 3:75 19 108 4750 15 4.5+ 96 50 18 32 20 20 SANDY SILTY CLAY, reddish brown and brown, firm 25 1.25 23 103 1930 3 ----------------------- 1.25 23 � � 0 � � � � a C? r cb 0 � Z � O m W O � LOG OF 80RING NO. B-'� PLAT� A.4 J Project No. Boring No. Pro ect Cj�/jJ ENG[NL�L�RING INC. 1 Water and Sanitary Sewer Relocations 103-11-117 B-2 W. 7th Street Bridge - Fort Worth, Texas Location Water ObseNations See Plate A.1 Seepage at 22' during drilling; water at 20' at compietion Completlon Compietion oepth 30.0' Date 4-28-11 Surface Elevation Type B-53, w/ CFA 0 LL p y N C� � E�' o.� a o�� � N d� o�� Stratum Description ���� �� a � a � a= s= ��� U G� 3��' �> �= in=' �axi Nc �N c�iE � W � o�c� � a� o-� m E rov 'o o'c� c o 0 � � maE— n.cn �� d_, a5 �U �� �c�a GRAVEL, 6 inches thick 4.5+ 10 SILTY CLAY, dark brown, hard 4.5+ 45 16 29 12 101 -w/ calcareous nodules above 1' 4.5+ 13 -w/ reddish brown, 1' to 2' 4.5+ 13 4.5+ 14 5 4.5+ 13 109 11620 -w/ brown below 9' 4.5+ 20 10 CLAY, reddish brown and brown, hard 4.5+ 98 57 17 40 14 15 SANDY SII,TY CLAY, reddish brown and brown, 2,25 19 z firm to stiff 1.75 84 36 15 21 22 25 1.25 23 102 1680 30 --------�---------------- m � 0 � -; U a � h M � i� z � 0 m � o LbG OF BORII�G NO. ��� PLATE A.5 J CM ENGIN�ERING INC. ProJect No. eoring No. Project Water and Sanitary Sewer Relocations 103-11-117 B-3 W. 7th Street Bridge - Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling, dry at completion Completion Completion Depth 20.�� Date 4-26-11 Surface Elevation Type 8-47, w/ CFA � o � � o • � a m t� , c �- a � � o .0 � o � '� � o � � Stratum Descripfiion o � � �o � � � °' `� � �� 0 0 �� c Da t�° o � a�i �U � o.� U � 3 � �- N i �•_ in = m axi :� c a- N c�i E� W CJ o wv? ca.� vE ro E �aa o o c,n c o 0 c� c� mat- au� JJ a� a_= �v »�c�a ^' �••- GONCRETE, 7.5 inches thick 36 18 18 9 SILTY CLAY, brown and dark brown, w/ (imestone ragments and calcareous nodules LIMESTONE, tan, very hard 5 00/0.75' -- SHALE, gray, w/ limestone seams and layers, hard -- to very hard � _— 00/1.25' �5 __ 100/1" � 0010.62 ' 2 — ------�_.�-------------- � � 0 � � � U a � � m 0 � z � 0 m LL � o LOG OF BORlNG NO. �-3 PLA1'E A.6 J Project No. Boring No, Project Water and Sanitary Sewer Relocations 103-11-117 g-� W. 7th Street Bridge - Fort Worth, Texas Location Water Observations See Plate A.1 Dry during drilling, dry at completion Completion Completion Depth 20.Q� Date 4_26-11 Surface Elevatfon Type B-47, w/ CFA LL p s � N � 0 Stratum Descripfiion SANDY C�.AY, brown an gravei and oalcareous (FILL) SAND, tan, w/ gravel (F 5 . LIME�TONE, tan, very h -- SHA E, gray, w/ limesto -- to ve'ry hard 10 -- � 15 —� � 0 � � � U -� a c� � M 0 very stiff to seams CMJ ENGINflERING INC. a � � � C O C � a �j LL q�j 'f/J � o � W� �� \ U\ U � N 0� C�'D c� o �cu, �N� _-- ��=' �a �_ •-N 3E= W C� omcn �a� a�E roE �ov oo c� coo a � m n. i-- a. cn _, _, a � a=� v�.-� � v a LOG dF SbRING NO. B-4 __ PLATE A.7 FREE SWELL TEST RESULTS PROJECT: UTILITY REL.00ATION - W. 7TH STREET BRIDGE FORT WORTH, TEXAS PROJECT NO.: 103-11-117 Free swEll tests performed at approximate overburden pressure Cl�� �NGII�I�ERINC, TIVC� PLATE A.8 CITY OF FORT WORTH T/PW SOIL LAB SERVICES LABORATORY RESUZ,TS FOR TEST HOLE AND PLASTICITY INDEX Project: WEST 7TH ST BRI�CE-WATER AND SANITARY SEWER IMP Project# 01693 DOE No:6852 ' Fund Code: 03 Contractor: Approval: Ryan Jeri Routing: Date Tested: 5/17/12 Requested by: John Kasavich Tested by: Soil Lab Superintendent File 1 GC-6.06.D Minority and Women Owned Business Enterprise Compliance THIS PAGE LEFT INTENTIONALLY �LANK CITY OF FORT WORTH W. 7`� Street Bridge Water and Sanitary Sewer Improvements STANDARD CONSTRUGTION SPECIFICATION DOCUMENTS 01693 Revised July 1, 2011 ATTACHMENT 1A Page 1 of 4 tl Fo��r WoKTH City of Fort Worth _..,��'r'�,...._ Subcontractors/Suppliers Utilization Form PRIME COMPANY NAME: Check appi(cable block to describe prime S.J Louis Construction of Texas, Ltd. PROJECT NAME: M/W/DBE X NON-M/W/DBE BID DATE West 7th Street Bridge Water and Sanitary Sewer Improvements August 02, 2012 City's M/WBE Project Goai: Prime's M/WBE Project Utilization: PROJECT NUMBER 10 o�a 10.07% City Project No.: 01693 Identify all subcontractors/suppliers you will use on this project Failure to complete this form, in its entirety with requested documentation, and received by the Managing Department on or before 5:00 p.m. five (5) City business days 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 M/WBE 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 M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant, Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties. Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct payment from the prime contractor to a subcontractor is considered 1St tier, a payment by a subcontractor to its supplier is considered 2"d tier ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD. Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE). If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and operates at least one fully licensed and operational truck ta be used on the contract. The M/WBE may lease trucks from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The MlWBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the I fees and commissions earned by the M/WBE as outlined in the lease a reement Rev. 5/30/03 ATTACHMENT 1A i0R7' �%'OR7'H Page 2 of 4 '� Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs. Piease list M/WBE firms first, use additional sheets if necessery. Certffication N (check one) ° SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detaii Address e M y� C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r g g T D W E E R O B C T E A J.E. Guzman Construction, Inc 2911 Peachtree Road Balch Springs, Texas 75180 Ph: (214) 309-3956 � X X Junction Structures $70,200.00 Fax: (214) 309-3956 LKT & Assoc., LLC 3346 County Road 275 Melissa, Texas 75454 1 X X Ph: (214) 544-0440 Sewer Pipe $24,000.00 Fax: (214) 544-3684 Rev. 5/30/03 .i FoRr �Voa���{ . � ATTACHMENT 1A Page 3 of 4 Primes are required to identify ALL subcontractors/suppliers, regardiess of status; i.e., Minority, Women and non-M/WBEs. Please list M/WBE firms first, use additional sheets if necessary. Certiffcation N (check one) ° SUBCONTRACTOR/SUPPLIER T n Company Name i N T Detail Detail Address e M W C X M Subcontracting Work Supplies Purchased Dollar Amount Telephone/Fax r g g T D E E R O B C T E A ftev. 5/30/03 .i FoK�r� x ATTACHMENT 1A Paye 4 of 4 Totai Dollar Amount of M/WBE Subcontractors/Suppiiers � 94,20U.00 Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers � 0.00 TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORSISUPPLIERS $ 94,200.00 The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approvai of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a Request for Approval of Change/Addition. 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 contractor shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed M/WBE 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 ali subcontractors, including M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or examination of any books, records and files held by their company. The bidder agrees to allow the transmission of interviews with owners, principals, officers, employees and applicable subcontractors/suppliers/contractors participating on the contract that wili substantiate the actual work performed by the M/W/DBE(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 and create a material breach of contract may result in a determination of an irresponsible Offeror and barred from participating in City work for a period of time not less than one (1) year. %l��t ��l���iGe �%��.- Authorized Signature l General Manager Title S.J. Louis Construction of Texas, Ltd. Company Name 520 South 6th Avenue Address Les V. Whitman Printed Signature Adam Lunsford, Lead Estimator Contact NamelTitle (if different) P: (817) 477-0320 F: (682) 518-0219 Telephone and/or Fax adaml@sjlouis.com E-mail Address Mansfield, Texas 76063 City/State/Zip August 06, 2012 Date Rev. 5/30/03 Aug 07 2012 4:5ZPM J GUZMAN CO AUG-06-2012 15t12� SJ LOUIS To: Fax Num er. PhoreC Nu bcr; From: Dttc: TotAl pag : Subjccr Facsirrzile Cover Sh eet 2143093956 p.l P.00li00] .T.E, Guzman Construction, lna (214) 309•3956 (314) 309-3955 Adam i..unsford Estimator / P��ject CoordinAtor S.J, tAuis Construction of Texas Ltd. 0$106/12 I (Including Cu�ec Shcet) West 7'h Street Bridgc Wstcr & Sanitary Sewer Improvcments City !'rojoct No.: 01693 If awarded, this fax is to srrva as rxord of thc intensians af S.J. Louis Consuuetion of Toxas Ltd. to snter i.atu contrAct with J,E. Guzman Cnnstruction, lnc, f�r tl» const�vetio of lunction Stru.ctures on the abovc referenced pr�ject. 'The estimated eost of the work i� $�0.200.00, If you are i agreement wi�th our estimates �nd intCnd to enter intv contract plc�ase �ign thi9 fotm fex it back to our ol�ce at youc c�rliest convcnicnce. �lgteement y: I,cad �s�im o'( S,)• i-ouis C nstruction of Texa., Ltd, . � ►►�ti � - � �� � � se�tative J�. Gi.u.rnan C t., lnc. S.J. Lou�� C'onstrurlivn of Trxvs L(d, Z,�p P.O. Box 834 Martsfteld, �'r.xas 7d063 (817} 477-032U D�ce (8l �) 47y OS52 Fctx TOTAL P.001 AUQ-06-2012 16:13 SJ LOUIS P.001/001 Facsimile Cover Sheet To: Lx'�' & Associates Tax Number: (214) Sd4.368d Phono Num6er: (214) 544-0440 From: Adam Lunsford E;�timutor / project Coordinstor B.J. L,ouis �onstruction o�' Texas Ltd. Date: 08I06/12 Total Pages; 1(lnciuding Covcr Sheet) Subject: West 7`� Strcet Bridgc Watex $c Sanitary Sewer Improvemenk� City Project No.: 01693 If awarded, this fax is to strve as record of thc intcnsions of S.J, L,ouis Construction of Texas Ltd., to 0nter into comraot with LKT 8a Associatca for the supply of Sewer Pipe on the above rofcrcnccd project. The estimated cost of the material is $24,�00.00. If you ere in agrnnment with our estimates and intard to enter into contract please sign this f4rm and fax it baek to our offiee at your earlieyt convenience. Agtcement by: ""��G� y omas Lead Bsrima r l.�T Associstcs S.J, Louis Construction of Tcacas Ltd. �J. Loui� Conshucdon of Texas LId, LLP RO. Box 8.34 iYlan�leld, TPxas 76043 (BI � 477-0320 Offtce (8l7) 977-t1552 Fax TOTAL P.001 GC-6.07 Wage Rates THIS PAGE LEFT INTENTIONALLY BLANK CITY OF FORT WORTH W. 7`h Street Bridge Wate� and Sanitary Sewer Improvements STANDARD CONSTRUCT[ON SPECIFICATION DOCUMENTS 01693 Revised July 1, 2011 Gity of Fort Worth, Texas Mayor and Council Cor�nmunication COUNCIL ACTI�N: Approved on 718/2Q08 DATE: Tuesday, July 08, 200$ L4G NAME: 30WAGE RATES REFERENCE NC�.: **G-16190 SUBJECT: Adopt 2a08 Prevailing Wage Rates far City-Awarded Public-Works Projects RECOMI�IEND TA ION: It is recommended that the City Council adopt fhe attached 2008 Prsvailing Wage Rates for City-awarded public works projects. D SC SU SION: Texas Government Code Chapter 2258 requires that a pubiic body awarding a contract for public works shaii determine the general prevaifing raie of per diem wages for each craft or type of worker needed to execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in that locality. Each year The Quoin Chapter of the Associated General Contractars, in conjunction with the Assaciation of Builders and Cantractars (ABC) and the American Sub-Contractors Assaciation (ASA}, conducts a wage rate survey far Narth Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from that survey. FtSCA! INFORMATiON/CERTI�ICATION: The Finance pirector certifies that this action will have no material affect on City funds. TO FundlAccount/Centers FROM �und/Account/Centers Su itted for Cit� Manage�.�Office b� Q..�g na in �part�nt Heac�: Additio�al In�ormation Contact: Fernando Costa {8476) A. Douglas Rademaker (6157) Eric Bundy (7598) 2008 PREVAILING WAGE RATES CQNSTRUCTIONINDUSTRY GR-01 60 00 Product Requirements THIS PAGE LEFT INTENTIONALLY BLANK CITY OP FORT WORTH W. 7"' Street Bridge Water and Sanitary Sewer Improvements STANDARD CONSTRUCTION SPECIFICATION DOCUMENTS 01693 Revised July l, 2011 CITY OF FORT WORTH'S UPDATEO: 3-22-10 STANDARD PRODUCTS LIST Prepa�ed by dtownsl 9/15/2011 Page t CITY OF FORT WORTH�S UPDATED:3-22-10 STANDARD PRODUCTS LIST Prepared by dtovmsl 9/15/2011 Page 3